Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272171(4)
Award Date: 1- - .S' 0 y CAG 0 3 - /.2 Awarded to: 4-iw r 4 Co . L L C Zv StJU roject Y O Bidding Requirements, City of Renton + Forms, Contract Forms, Conditions of the Contract, Plans and Specifications O N� City of Renton WETLAND MITIGATION BANK SITE FENCE PROJECT PROJECT NO. SWP-27-2171 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 ' Project Manager: Raymond van der Roest 425-430-7392 ® Printed on Recycled Paper CITY OF RENTON ! RENTON, WASHINGTON ! CONTRACT DOCUMENTS ' for the WETLAND MITIGATION BANK SITE FENCE PROJECT ! PROJECT NO. SWP-27-2171 ! March 2004 ! BIDDING REQUIREMENTS CONTRACT FORMS ! CONDITIONS OF THE CONTRACT SPECIFICATIONS ' PLANS Pip J. ! ®��of WASg'6 Q q ! 5'727 F9CPIRES 10/16/py ! CITY OF RENTON ' 1055 South Grady Way Renton, WA 98055 ! ! ® Printed on Recycled Paper ! 1 1 EMERGENCY PHONE NUMBERS FOR 1 CITY OF RENTON ' RESPONSIBLE OFFICER CY MORSE 30640 GREEN RIVER RD SE ' AUBURN, WA 98092 206-730-7747 1 JOB FOREMAN 1 TROY MORSE 20121 101 CT SE KENT, WA 98031 1 206-730-7746 BONDING AGENT 1 CB&MS NICK FIX 1 PO BOX 75715 SEATTLE, WA 98125 206-361-9693 1 1 1 1 1 1 1 REMOVE SIDE EDGES 'FIRST. ---TH5N. CREASE :;NC TEAR THIS STUB ALONG PERFORATION ----- 406 DEPARTMENT OF LABOR AND INDUSTRIES i REGISTERED AS PROVIDED BY LAW AS i CONST CONT GENERAL ' REGLST. # EXP. DATE CCOl CONSTCL982D6 04/01/2006 EFFECTIVE DATE 03/26/2002 ' CONSTRUCT COMPANY LLC 1621 PEASE AVE SUMNER WA 98390 =1-052-000(8/97) ' Detach And Display Certificate CITY OF RENTON BUSINESS LICENSE 2004 it IN CENSE NUMBER ISSUE-DATE-j ,'- LOGATIOhI ,� Licensee has made application for a City of Renton business license in accordance with the 26716 4/20/2004 1621 PEASE AV provisions of Title V, Business Regulations Chapter 1,Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code ' Ordinances, State Laws and Regulations applicable to the business activity licensed. Post CONSTRUCT COMPANY LLC this License at place of business. 1621 PEASE AV ' SUMNER WA 98390 City of Renton Licensing Division ' 1055 South Grady Way Renton,WA 98055 (425)430-6851 DP 3133 12/94 1 RECEIVED APR 2 0 -- 4 ' GU ffY SYSTNEMS� CITY OF RENTON SWP-27-2171 Wetland Mitigation Bank Site Fence Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Project Location, Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form 1 *Bid Bond Form *Proposal *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Standard Endorsement Form ❖City of Renton Insurance Information Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Traffic Control Information Standard Details Construction Layout/Base Maps Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid (yellow sheets) ** Submit with Bid or within 24 hours of bid(yellow) ❖ Submit at Notice of Award(green sheets) CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\03-Forms-Scope.doc CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS -The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President .west City Clefl CITY OF RENTON SUAOdARY OFAMERICANS WITH DISABII.177ESACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance-with the Americas-With Disabilities Act and other applicabld laws and regulations. (2) COOPERATION.WITH HUMAN RIGHT'S 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-Tlie.City of Renton Americans With Disabilities Act PoIicy 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 i 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 distnbuted to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor Council President 'Attest: j City Clerk ' CITY OF RENTON ' Wetland Mitigation Bank Site Fence Project SWP-27-2171 ' SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the ' Project, as shown on the plans and as described in the construction specifications, including but not limited to: • brush clearing and tree removal along approximately 2,300 linear feet of fence line • furnish and install approximately 2,300 linear feet of new 6-foot high chain link fence ' • two 20-foot wide double swing gates and one 6-foot wide gate • hydroseeding cleared and disturbed areas ' • and cleanup and restoration. The estimated project cost is $50,000 to $60,000. ' A total of 25 working days is allowed for completion of the project. ' Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj ' 2003\1102a Final Specs_3-04\03-Forms-Scope.doc K2h'on Mloge PI ' SW 12th St. th SL SW 16th St S 15th St r ? N N " a c N S 181h �^ ^ •-_-'""'-•` `- SW 19th St"' S 19th St r ; S✓+ )1st St S 21st St a � tia J SW 23rd St S 23H St 6 = S 25th ST `..-.-....._..... SW 27th St ;; SW 27th St w S 26t S,L3�b P 1�� N r S 28th _._.._..... 0 C, g P R� - T SW 29th St o ,� a -- SW 30th St S 31st LOC ' N I S 32nd PI 6 � o S 32nd PI S j1�32nd St N' _ t_ SW 34 Sl< S 341h S SW:i4th St YinYJa®vd CD S 36th S 37th St �SW 9th St 9?#39th Sl S 38th R �D SW 41st St. SW 41st St S 179th St �a ----r-^•....__. S.ON St W43rd•St Gd� SW 43rd St 1A1 st S 5 182nd �o .__..._. 45th PI N a` S 186th St S 188th St a S 188th Sl t S 190th St $ S 1901h St 3, SE Oth St S 192nd St `r/ ' ................ S 55th St PROJECT LOCATION 0'I 2000' WETLAND MITIGATION BANK SITE � N Scale: 1" = 2000' FENCE PROJECT City of Renton Surface Water Utility 8/03 VICINITY MAP Wetland Mitigation Bank Site Fence Project o SW I 6th[St.i - SW 16th St' S 1 t_ d b a S 19th SW 21st St. d d A SW 23rd St o Lll MIA SW 27th St. SW 27th St. I SW 21h St f NORTHERN-- SIT oth St. e FENCE SW 3 th St. h S f LOCATION SO i ECD a 6 t7 W st. SW 41 st St. SW 0 1000 2000 i 1 : 12000 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 the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on 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. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. 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. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he ' enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's ' compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. 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. 16. Basis For Approval ' The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be ' considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17, 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. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. ' The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. 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 other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" ' and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14,Measurement ' and Payment(added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and ' other buried or surface improvements and shall restore the site to the satisfaction of the City. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ' ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? E X A M P L E - SCHEDULE OF PRICES " ' This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. ' The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM ' 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount' column as a figure. Example: Bid Item#2, 200 Linear Foot x $1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the"Subtotal'column (example: $5,468.35). ' 4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax" column. Example: $5,468.35 x 8.8% = $481.21 5 Add the Subtotal and the Sales Tax, write the result in the"TOTAL" column (example: $5,949.56). ' RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price(in words) is not the same as the Unit Price (in figures). ' EXAMPLE ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil ' Cubic Yard $ Three dollars and 22 cents $ 3.22 $ 483.00 4. 2 Chain Link Gate ' Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand three hundred dollars _ $ 2,300.00 $ 920.00 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,468.35 8.8% Sales Tax $ 481.21 TOTAL $ 5,949.56 ' 07c-Example Sch Prices.doc CAG-03-126 CITY OF RENTON WETLAND MITIGATION BANK SITE FENCE PROJECT SWP-27-2171 ' CALL FOR BIDS Sealed bids will be received until 3:30 p.m., Tuesday, March 30, 2004, at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The work to be performed within 25 working days from the date of commencement under this contract shall include, but not be limited to: ' Brush clearing and tree removal along approximately 2,300 linear feet of fence line, furnish and install approximately 2,300 linear feet of new 6-foot high chain link fence, two 20-foot wide double swing gates and one 6-foot wide gate, hydroseeding cleared and disturbed areas, and cleanup and restoration. ' The estimated project cost is $50,000 to $60,000. The City reserves the right to reject any and/or all bids and to waive any and/or all ' informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of$25.00 ($22.98 plus $2.02 sales tax) for each set. If ordered by mail, add $5.00 for postage, which is also ' non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public ' Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Daniel Carey at (425) ' 430-7293, 1055 South Grady Way, Renton, WA 98055. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. ' The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie 1. Walton, City Clerk Published: Daily Journal of Commerce March 9, 15, & 22, 2004 ' 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 Wetland Mitigation Bank Site Fence Project Name of Project W . LPL Name of Bidder's Firm S ature of Authorized Representative of Bidder ' Subscribed and sworn to before me on this day of h&0lYGK , 200-14 ��11111111//�� \V' Mp ,q i-Z��o4M�SS10/yFA% i Notary Public in and for the Stateof Washington ' cj J U LY �N: Notary (Print) t p t SOY S2 * : 9 _ My appointment expires: 1— '(—61 2007 C010N-�NQ��� �V*;,iq RY PV���`�� ' /liliirl ' Bond No. T-042 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ 57. of Bid which amount is not less than five percent of ' the total bid. Sign here — Know All Men by These Presents: That we, Construct Company LLC , as Principal, and _ Travelers asua ty an urety Company of Ameri a________. as Surety, are held and firmly bound unto the ' City of Renton, as Obligee, in the penal sum of "Five precent of total bid amount" Dollars, for the payment of which the Principal and the Surety bind themselves, their ' heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. ' The condition of this obligation is such that if the Obligee shall make any award to the ' Principal for Wetland Mitigation Bank Site Fence Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly matte and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full ' force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 30th DAY OF March , 200 4 Construct Company LLC By: ' PrincipatX'� Travelers Casualty and By: Surety Company of America Surety R.A./Fix, Attorney-in-Fact Received return of deposit in the sum of$ 1 T-avelers 1 1 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE 1 COVERAGE 1 On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act 1 establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with 1 this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain ' losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will ' pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established ' deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer 1 has met its deductible. ' Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond ' being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY S -IN-FACT ' KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful ' Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto ' and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are ' now in full force and effect.- VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact ' and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking, and any of said officers or the Board of Directors-at any time may remove any such appointee and revoke the power given him or her. ' VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. ' VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any ' Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. ' This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ' (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELE S CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to signed by their Senior Vice President and their corporate seals to be hereto affixed this 13th day of February 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD ' ,',TY ANps GASU& $ff s�e av'al -•-� � U G9 rb Cl?'P r�Aj p�g a' ,`��TFD RTF 1982 �o BY CONN. George W. ThompsonC �a� ' Senior Vice President On this 13th day of February, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY O AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, th corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations b� authority of his/her office under the Standing Resolutions thereof. G.TlT , My commission expires June 30, 2006 Notary Public Marie C.Tetreauit CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations o the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as se>� forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this �� day of � 2116�. i uwuw ,r(Y AN,, Gxsu r G/ J/ G9 Or fFP�l ` 3. r D a HARTFORD, < t91982�' o By MART � Z ceNt+. } CONN. Kori M. Johanson Assistant Secretary, Bond 1 t ' CITY OF RENTON SWP-27-2171 ' WETLAND MITIGATION BANK SITE FENCE PROJECT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON ' Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this ' improvement, and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following ' schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices both in ' writing and in figures.) Printed Name: tSignature: _.--1 Address: 11c�21 Per,see � g ` 1 ' Names of Members of Partnership: C.y (AorSe ' 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 CITY OF RENTON ' WETLAND MITIGATION BANK SITE FENCE PROJECT SCHEDULE OF PRICES Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. ' Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT ' NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) ' 1. 1 Mobilization Lump Sum $�'\vt vusanra fwoy�,ctred 'ViA $•5,:Z)O.00 $ J-Zd0. of ' 2. 1 Traffic Control Lump Sum $-kio +-�a,&akd nihe 4 kgrAFod /1u� $ ZgC0,0o $ 2 r6too,00 3. 1 Erosion Control Lump Sum $ o,,Lp $ l'o00-b'3 $ 1,00c) •00 4. 350 Clear Fence Line, Remove Trees—Area A Linear Foot $ �-i-�4-etcL, av a'''//ram $ $51250-00 ' 5. 1910 Clear Fence Line, Remove Trees—Area B Linear Foot $ +,4c) c,., rl `k $ 2. 40 $ y,554-o° ' 6. 10 Topsoil Type C Cubic Yard $__-for+., �� c,-J t UO $ ct S. °° $ t45 0,0 7. 15 Select Borrow 0 Ton $ fi-'-rC\Ak-ti cz6t�: OL"Jl—cro $ 2�>.60 ' 8. 2260 Chain Link Fence Type1 Linear Foot $ elexav, o,\L,61W,3 0 $ $ 2u,u4t•00 9. 35 End, Corner, and Pull Posts ' For Chain Link Fence Each $ O-- A41:,'r� 04 AO/%0e $ 1 ,ao $ %65o . o ' 10. 2 Double 20 Ft. Chain Link Gate Each $ Ovtt tc ��.satid `%a— $ _1,000.00 $ Z'p--)o.U� 11. 1 Single 6 Ft. Chain Link Gate ' Each $�Jl�ur 1nu1.r �i 1� �-, -fir 1,11/LO,3 $ `tN.C)o $ 14,34,0° 12. 0.50 Hydro-seeding Acre $A-Vy- _e_ -�tyP �k.d.e�l N%� $3,5 D0.00 $ 1,15 0 ,o0 13. 1 Restore Complete Project Lump Sum $ t1y.e �s1.to.�Sc��..d jj°/.� $ (,uuo , a� $ I,000 - Subtotal $ •5 5-, 9 8.8% Sales Tax $ 4, °12-(-e. 24 ' TOTAL $ C b,9 01P.2 7 07-Sch Prices_02_doc SUBCONTRACTOR LIST ' SWP-27-2171 WETLAND MITIGATION BANK SITE FENCE PROJECT ' RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or ' electrical. 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 $1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. M ' Name:_ ;t� Title: J l _l r Cl Signature: ' B. The following subcontractor(s) gubcontract 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) t Subcontractor Name Address Phone No. State Contractor's License No. ' CONSTRUCTCO. ' April 13, 2004 City of Renton C« 1055 S. Grady Way Renton, WA 98055 Re: Letter of Resolution Attn: Gregg Zimmerman ' To Whom It May Concern: ' This letter here by states that Cy Morse and Heidi Morse are authorized to sign any contracts or official documents for Construct Co. LLC. If you have any further question ' please contact our office. Thank you, 6 ' Heidi rse Office Manager 2030 Dexter Ar-&� Nortk Iea.ttle, Was"torti v� 253.826.2050 f 253.826.2048 CONSTRUCT-CO.COM No-117 98109 ' 'Original' Bond No. 104 124 611 BOND TO THE CITY OF 11ZENTOt�i ' KNOW ALL MEN BY T14ESE PRESENTS: Construct Company LLC That we,the undersigned . 1621 Pease Ave. ' Sumner WA 98390 Travelers Casualty and as principal, and Surety Company of America corporation organized and existing under the ' laws of the State of Connecticut _ as a surety corporation,and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corpoq!�R-Lays Tfeot Viand nine jointly and severally held and firmly bound to the City of Renton in the penal sum of hundred six & 24/100** $ **6 0,90 6.2 4** dollars for the payment of which sum on demand we bind ourselves and our ' successors,heirs,administrators or person 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 tCity of Renton. Dated at R cn tan ,Washington,this Z 7 t A day of r%% 2004. Nevertheless,the conditions of the above obligation are such that: r ' WHEREAS, under and pursuant to Public Works Construction Contract CAG-03-126 providing for construction of Wetland Mitigation Bank Site Fence Project. ' tie principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept,the contract,and undertake to perform the work therein provided for in the manner and within the time set forth; NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the nnanner 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 the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof ' by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain to full force and effect. Travelers Casualty and Surety . Construct Company LLC Company of America Principal Surety B / ,� By:Y 1 Signature Signature R.A. Fix, la I Attorney in Fact Title Title ' Appmvcd by tarry warren 2/14/92 1 Travelers 1 1 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE ' COVERAGE 1 On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act 1 establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by 1 certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain 1 losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established 1 deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer 1 has met its deductible. 1 Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond 1 being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage 1 required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 1 1 1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 '0' P/P 104124611 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT ' KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPA NY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, ' corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto ' and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are ' now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact ' and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. ' VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. ' VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any ' Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. ' This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY ' COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or ' undertaking to which it is attached. ' (11-00 Standard) . 1 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to bj signed by their Senior Vice President and their corporate seals to be hereto affixed this 13th day of February 2003, STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD 1 ,pia u+M wax J?,IY ANQ GAsU& pa4' ►� �1Y �5 SGm O� �PO���L . � a HARTFORD, < 1982 O e By 1 mwOONH. ? CONN. �d = tea George W. Thompson 'h1•• `bl .NOD `y • Senior Vice President 1 On this 13th day of February, 2003 before me personally came GEORGE W. THOMPSON to me known, who,being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OFI AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations byl authority of his/her office under the Standing Resolutions thereof. � r°t/811G My commission expires June 30, 2006 Notary Public 1 Marie C. Tetreault 1 CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,1 TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set 1 forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 7 th day of 1 APRIL 20 04 ANps p l G9� * J. � � m HART FORD, < Z 1992 O By ( e CONN. a Kori M. Johanson \p•• �� �`d1 ,ay'� ��y �`', Assistant Secretary, Bond 1 1 1 1 CITY OF RENTON FAIR PRACTICES POLICY � AFFIDAVIT OF COMPLIANCE ' G t" c+ C o U k- C hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of Cv V_\;t( i to offer equal ' (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, ' creed, color,sex,national origin,age,disability or veteran status. II. ("C)ti->-\yw(Jk (o . l L L complies with all applicable (Name of contractor/subcontractor/consultant) ' federal, state and local laws governing non-rdiscrimination in employment. II. When applicable, CC),,,\ 5k to C T (_0 will seek out and (Name of contractor/subcontractor/consultant) ' negotiate with minority and women contractors for the award of subcontracts. ' Print Age rr _ epresentative's Name �1/�C.n 0•C,.:3 Print Agent/Representative's Title Agent/RepresAtative's Signature ' Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. 1 H:fo rms/envrmtaVenv i rpo Vbh i CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this z 9 tit day of /-I��,'/ ,20 4y . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and C C 71_%i ry,_t Cc. `..L(,- thereinafter referred to as ' "CONTRACTOR." WITNESSETH: ' l) The Contractor shall within the time stipulated, (to-wit: within twenty five 1251 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as SWP-27-2171 for improvement by construction and installation of. Wetland Mitigation Bank Site Fence Project. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction there over. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the ' City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto ' attached. a) This Agreement ' b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any ' i) Technical Specifications,if any H:forms/envrmta1/envirpo1/bh 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in ' writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt,or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve ' written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be ' made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take ' over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or ' other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the ' Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising ' from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article ' or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation ' commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses ' and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b)the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid Morms/envrwaUenv irpolft ' and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof ' or by depositing same in the United States mail,postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days ' after Contract final execution, and shall complete the full performance of the Contract not later than twenty five 1251 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed ' that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in ' respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting thereof, which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor. ' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules,payrolls,reports, estimates,records and miscellaneous ' data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of ' the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 1 Monns/enwrntaVenvirpoWh 11) The total amount of this contract is the sum of $60,906.24 Sixty Thousand,Nine Hundred and Six Dollars and 24 cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. 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/Pa er/Owner Mayor ATTEST Secretary City Clerk Dba cc ilS'- r0 L� cc,, L � �- Firm Name check one 0 Individual 13 Partnership 0 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. H:forms/envrmtaVemirpoL%h ^ nt By: ABFI; 2063655014; Apr-13-04 16:54; Haae 2/Y ' c City of Renton Human Resources & Risk Management Department Insurance Information Form FOR: Wetland Mitlutton Bonk Site Fence P3rgject PROJECT NUMBER:SWP47-2171,CMG-03-I26 STAFF CONTACT: Daniel!Q Certificate of Insurance indicates the coverages/limits specified in /Yes ❑ No ' contract? Are the following coverages andloT conditions in effect? , Yes ❑ No no Commercial General Liability policy form Is an ISO 1993 X Yes ❑ No ' Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CO 0043 Amendatory Endorsement provided?" Yes ❑ No Geaaral Aggregate provided on a'per project bads(CO2503)?" O Yes ❑ No AdditimaJ Insured wording provided?* Yes ❑ No Coverage on a primary basis and non-contributing basis?* �Yes ❑ No ' Walver of Subrogation Clause applies?' 'z Yes ❑ No SevamWity of Interest Clause(Goss Liability),applies? Yes ❑ No Nonce of Cancel lation/Non-Renewal amended to 45 days?" Yes ❑ No -To be shorn on cerrykafe of k=r-ance* ' AM BESTS RATING FOR CARKER a GL �A Auto A Umb Professional r'rt v ' This Questionnaire is issued as a matter of information. This questionnaire is not an inmvwce policy and does not amend, extend or aher the coverage afforded by the policies indicated on the attached CERTIFICATE OF ' INSURANCE. The CITY OF RENTON, at its option, shall-obtain copies of ttte policies and/or specific dedatation pages FROM awarded bidder prior to execution of contract /Lt E r/L /N r I 4-P e+"f t Wc:, AgesncylBrolcor CorrrpJeted BY(Type or Print Nam lie sQ 5 , , >�v( ' Address 7/ Z— IZd S-- Completeid By ) —0660 22,06 ' Name of person to contact Telephone Nltmber NOTE THIS QUF,S770NNAiRE MUST BE COMPLETED FOR F.{CFI IINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE, CSR SR DATE(MMID D/YY) NST-1 04/15/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION American Business & Personal ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE surance, Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 050 5th Ave. NE Suite 201 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. attle WA 98125 INSURERS AFFORDING COVERAGE Phone: 206-361-0600 Fax:206-365-5014 URED INSURER A: OHIO CASUALTY I INSURER B: CONSTRUCT COMPANY, LLC. INSURERC: Cyy & Heidi Morse CiLl Pease Ave. INSURER D: Sumner WA 98390 — INSURER E: OVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE MM/DD/YY DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY BK053180516 03/28/04 03/28/05 FIRE DAMAGE(Any one fire) $50,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,000 ' PERSONAL&ADV INJURY $ 1,000,000 X Stop Gap GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,0 0 0,0 00 POLICY PRO LOC JECT AUTOMOBILE LIABILITY ANY AUTO BK053180516 03/28/04 03/28/05 COMBINED SINGLE LIMIT $ 1 000 000 (Ea accident) r i ALL OWNED AUTOS BODILY INJURY $ X SCHEDULEDAUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ ' $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYE $ OTHER E.L.DISEASE-POLICY LIMIT $ ' DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ITY OF RENTON IS NAMED AS PRIMARY ADDITIONAL INSURED WITH A NON- CONTRIBUTORY CLAUSE PER FORM CG-8330 MASTER PAK BLANKET ADDITIONAL FORM, WITH WAIVER OF SUBROGATION AND PER PROJECT AGGREGATE APPLIES. WITH AN IDDITIONAL INSURED FORM CG2012. (ATTACHED) OJECT: WETLAND MITIGATION FAX 425-430-7241 ATTN: DANIEL CAREY CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER: Y CANCELLATION I CITY02 9 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 4 5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF RENTON' 1055 South Grady Way IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Renton WA 98055 REPRESENTATIVES. [AUTHORIZED REPRESENTATIVE Miller C.P.C. FORD 25-S(7/97) ©ACORD CORPORATION 1988 POLICY NUMBER, BK0531 8051 6 ' C81o11DllERC1AL GENERAL LIABILITY CG 2412 07 98 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ' ADDITIONAL. INSURED - STATE OR POLITICAL SUBDIVISIONS - PERMITS ' rhis endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. ' SCHEDULE State or Political Subdivision: CITY OF RENTON (If no entry appears above,Information required to complete this endorsement will be shown in the Declara. ' tons as applicable to this endorsement.) Section N - Who Is An Insured is amended to in- clude as an insured any state or political subdivi- 2. This insurance does not apply to: sion shown in the Schedule, subject to the ° ";BQdily Injury," "property damage," following provisions: personal and advertising injury" arising 1. This insurance applies only with respect to Out of operations performed for the state Operations performed' o or municipality, or half for which the state orpolitical subd�- b. "Bodily injury" or"property damage" in- sion has issued a permit. cluded within the "products-completed operations h8abrd". ' CO 24 12 07 98 Copyright, Insurance Services office, Inc., 1997 Page 1 of 1 ' COMMERCIAL GENERAL LIABILITY CG-8330-12 03 BLANKET ADDITIONAL INSURED(Owners, Lessees Or Contractors) (Includes a Primary/Non-Contributory provision) ' Who Is An Insured-Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement.The written contract or written agreement must be currently in effect or ' becoming effective during the term of this policy and executed prior to the"bodily injury,""property damage"or"personal and advertising injury." ' The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: ' 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or ' 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: ' a. Coverage A-Bodily Injury and Property Damage Liability, Coverage B-Personal and Advertising Injury Liability or defense coverage ' under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: ' (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders,change orders or drawings and specifications; and ' (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury"or"property damage"occurring after: ' (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, ' maintenance or repairs)were performed by or on behalf of the additional insured(s)at the site where the covered operations have been completed; or ' (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor ' engaged in performing operations for a principal as part of the same project. ' B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III -Limits Of Insurance of this policy,whichever are less.These limits are inclusive of and not in addition to the limits of insurance available under this policy. COMMERCIAL GENERAL LIABILITY CG-8330-12 03 C. The insurance provided the additional insured does not apply to the liability resulting from , the sole negligence of the additional insured. ' D. As respects the coverage provided to the additional insured under this endorsement, ' Section IV-Conditions is amended as follows: ' 1. The following is added to Condition 2. Duties In The Event Of Occurrence, ' Offense, Claim, or Suit: iAn additional insured under this endorsement will as soon as practicable: ' a. Give written notice of an"occurrence"or an offense,that may ' result in a claim or"suit"under this insurance to us; ' b. Tender the defense and indemnity of any claim or"suit"to all ' insurers whom also have insurance available to the additional ' insured;and ' C. Agree to make available any other insurance which the , additional insured has for a loss we cover under this Coverage Part. ' 2. The following is added to Condition 3. Legal Action Against Us: , We have no duty to defend or indemnify an additional insured under this ' endorsement until we receive written notice of a claim or"suit"from the additional ' insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other ' Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written ' agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek ' contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: ' Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible ' insurance available to the additional insured whether primary, excess,contingent or on any other basis. In the event an additional insured has other coverage available for an"occurrence"by virtue of also being an additional insured on other policies,this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy,the following applies: ' COMMERCIAL GENERAL LIABILITY ' CG-8330-12 03 A. The last paragraph of 2. Exclusions of Section I -Coverage A is replaced by the ' following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c.through n.do not apply to damage by fire, lightning, "explosion" or sprinkler ' leakage to premises while rented to you or temporarily occupied by you with , permission of the owner. A separate limit of insurance applies to this coverage as described in Section III- Limits Of Insurance. B. Paragraph 6.of Section III-Limits Of Insurance is replaced by the following: 6. Subject to 5.above,the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of ' "property damage"to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, ' lightning, "explosion"or sprinkler leakage incident. C. Paragraph b.(1)(b)of Condition 4. Other Insurance(Section IV—Conditions) ' is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner,- D. Paragraph 9.a. of the definition of"insured contract'in Section V-Definitions is ' replaced by the following: 9. "Insured contract'means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning,"explosion"or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an"insured contract'; ' E. The following definition is added to Section V-Definitions: "Explosion"means a sudden release of expanding pressure accompanied by a ' noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. ' "Explosion"does not include any of the following: ' 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices,appliances or wires; 2. Rupture or bursting of water pipes; ' COMMERCIAL GENERAL LIABILITY ' CG-8330-12 03 3. Explosion of steam boilers, steam pipes, steam engines or ' steam turbines owned or leased by you, or operated under ' your control; or ' 4. Rupture or bursting caused by centrifugal force. ' 3 NON OWNED WATERCRAFT ' Subparagraph g.(2)of Paragraph 2., Exclusions of Section I -Coverage A is replaced ' by the following: ' (2) A watercraft you do not own that is: , (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments -Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from$250 to ' $1000. 5. PERSONAL AND ADVERTISING INJURY-ELECTRONIC PUBLICATION EXTENSION ' Paragraphs 14.11b., d. and e.of Section V-Definitions are replaced by the following: ' b. Malicious prosecution or abuse of process; d. Oral,written,televised,videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral,written, televised,videotaped or electronic publication of material that ' violates a person's right of privacy; The following is added to Paragraph 14."Personal and Advertising Injury"of Section V- Definitions: ' h. Discrimination or humiliation that results in injury to the feelings or reputation of a P natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: ' (a) An insured;or (b) Any"executive officer'director,stockholder, partner or member of the insured; and 1 tCOMMERCIAL GENERAL LIABILITY ' CG-8330-12 03 ' (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by ' any insured. ' Subparagraphs b. and c. of 2., Exclusions of Section I-Coverage B-Personal And ' Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury"arising out of oral,written,televised, videotaped or electronic publication of material, if done by or at the direction of the insured ' with knowledge of its falsity; C. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral,written,televised,videotaped ' or electronic publication of material whose first publication took place before the ' beginning of the policy period; 6. AGGREGATE LIMITS OF INSURANCE(PER LOCATION) ' The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your"locations"owned by or rented to you or temporarily occupied by you with the permission of the owner. , "Location"means premises involving the same or connecting lots, or premises whose connection is ' interrupted only by a street, roadway,waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE(PER PROJECT) ' The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. ' 8. VOLUNTARY PROPERTY DAMAGE COVERAGE ' ' At your request,we will pay for"loss"to property of others caused by your business operations. The most we will pay for this coverage is$500 each"occurrence." The"loss"must occur during the policy period. The'occurrence" must take place in the"coverage territory". "Loss"means unintended damage or destruction. "Loss"does not mean disappearance, abstraction or theft. ' This coverage does not apply to: 1. Damage arising out of the use of any"auto"; ' 2. Property you own, occupy, rent or lease from others;or 3. Property on your premises for sale, service, repair or storage. COMMERCIAL GENERAL LIABILITY ' CG-8330-12 03 ' None of the other policy exclusions apply to this coverage. ' If the policy to which this endorsement is attached is written with a property damage liability ' deductible,the deductible shall apply to Voluntary Property Damage. The limit of coverage stated ' above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE,CUSTODY OR CONTROL COVERAGE ' A. We will pay those sums that you become legally obligated to pay as damages because of ' "property damage"to personal property of others while in your or your"employees"care, ' custody or control or real property of others over which you or your"employees"are exercising physical control if the"property damage"arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. ' B. Exclusions This insurance shall not apply to: ' 1. "Property damage"of property at premises owned, rented, leased, operated or ' used by you; 2. "Property damage"of property while in transit; 3. The cost of repairing or replacing: ' (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured,sold or supplied by you, unless the"property damage"is caused directly by you after delivery of the product or ' completion of the work and resulting from a subsequent undertaking;or 4. "Property damage"of property caused by or arising out of the"products-completed operations hazard". ' C. Limits Of Insurance-The most we will pay for"property damage"under this Section 9. is $5,000 for each'occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of"property damage"is an annual aggregate limit of ' $25,000. The Limits Of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. ' D. Deductible-We will not pay for"property damage"in any one'occurrence"until the ' amount of"property damage"exceeds$250. If the policy to which this endorsement is attached contains a"property damage"deductible,that deductible shall apply if it is greater than $250. ' E. In the event of"property damage"covered by this endorsement,you shall, if requested by ' us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. ' 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS ' ' COMMERCIAL GENERAL LIABILITY ' CG-8330-12 03 ' A. Paragraph 4. of Section II-Who Is An Insured is deleted and replaced by the following: ' 4. Any business entity acquired by you or incorporated or organized by you under the ' laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar ' insurance available to that entity. However: ' a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or ' organized by you. b. Coverage A does not apply to"bodily injury"or"property damage"that ' occurred before the entity was acquired or incorporated or organized by ' you. t C. Coverage B does not apply to"personal and advertising injury"arising out , of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first ' Named Insured. ' B. This Section 10. does not apply to newly formed or acquired organizations if coverage is ' excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. ' 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE,CLAIM OR SUIT ' A. The requirements in Section IV-Conditions, Paragraph 2.a.,that you must see to it that ' we are notified of an'occurrence"applies only when the'occurrence"is known to: 1. You, if you are an individual; ' 2. A partner, if you are a partnership; t 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust;or ' 6. A designee, if you are any other type of organization. , B. The requirements in Section IV-Conditions Paragraph 2.b.that you must see to it that ' we receive written notice of a claim or"suit'will not be considered breached unless the breach occurs after such claim or"suit'is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; ' 4. An executive officer or designee, if you are a corporation; ' 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. COMMERCIAL GENERAL LIABILITY ' CG-8330-12 03 ' Knowledge of an'occurrence,"claim or"suit' by the agent, servant or"employee"of any insured ' shall not in itself constitute knowledge of the insured unless an officer or designee shall have treceived notice from its agent,servant or"employee". ' 12. BODILY INJURY Paragraph 3.of the definition of"bodily injury"in the Section V-Definitions is replaced by the ' following: ' 3. 'Bodily injury"means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. ' 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS ' We have the right to recover our payments from anyone liable for an injury covered by this policy. ' We will not enforce our right against any person or organization for whom you perform work under ' a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the ' agreement. 14. MEDICAL PAYMENTS ' If Coverage C Medical Payments is not otherwise excluded,the Medical Expense Limit provided by this policy shall be the greater of: ' A. $10,000;or ' B. The amount shown in the Declarations. ' All other terms and conditions of your policy remain unchanged. ' Includes copyrighted material of ISO Properties, Inc.,with its permission. ' CG 83 30 12 03 ISO Properties, Inc., 2003 Page 8 of 8 ' CITY OF RENTON CONSTRUCTION CONTRACTS ' INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS ' The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess ' its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages ' (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) ' • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all ' Owned Vehicles • Non-Owned Vehicles • Hired Vehicles ' (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number ' (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as ' broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, ' including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts,errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. ' (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. ' Insurancepk.doc\ ' LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability ' General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 ' Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 ' (Each Accident) Workers'Compensation ' Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability ' Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 ' Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 ' (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 ' Insurancepk.doc\ ' ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: ' 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. ' 2) Include a Waiver of Subrogation Clause. ' 3) Severability of Interest Clause(Cross Liability)4) Policy may not be non renewed, cancelled or materially changed or altered unless forty_five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF ' RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are ' reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. ' The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. ' Insurancepk.doc\ � PREVAILING MINIMUM � HOURLY WAGE RAPES 1 1 1 1 1 1 1 1 1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief ' description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY ' Effective 03-03-04 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classificatioh WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31.86 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEYLEVEL $38.37 1M 5A ' CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $38.06 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $37.90 1M 5D ' CARPENTER $37.90 1M 5D CREOSOTED MATERIAL $38.00 1M 5D DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 1M 5D ' FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $38.10 1M 5D SAWFILER $38.03 1M 5D SHINGLER $38.03 1M 5D STATIONARY POWER SAW OPERATOR $38.03 1 M 5D STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS ' JOURNEY LEVEL $38.94 1M 5D DIVERS&TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE(DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38.42 16 51D 8L LEVERMAN,HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 1B 51D 8L ' DRYWALL TAPERS JOURNEY LEVEL $38 59 11 56 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ' Page 1 KING COUNTY ' Effective 03-03-04 (See Benefit Code Key) , Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE , CABLE SPLICER $48.51 1D 6H CABLE SLICER(TUNNEL) $52.31 1D 6H CERTIFIED WELDER $46.79 1D 6H CERTIFIED WELDER(TUNNEL) $50.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $45.06 1D 6H JOURNEY LEVEL(TUNNEL) $48.51 1D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A , CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A , JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ' ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.60 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 ' FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.18 1N 5D GLAZIERS ' JOURNEY LEVEL $38.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $39.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $32.34 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 ' INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $33.50 1K 5B COOK $28.96 1 K 5B , DECKHAND $28.16 1K 5B ENGINEER/DECKHAND $30.61 1K 5B MATE,LAUNCH OPERATOR $32.05 1K 5B Page 2 , KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ' INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANEf OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEYLEVEL $37.90 1M 5D IRONWORK4RS JOURNEY LEVEL $41.02 16 5A LABORERS ASPHALT RAKER $32.34 1N 5D BALLAST REGULATOR MACHINE $31.86 1N 5D BATCH WEIGHMAN $27.18 1N 5D BRUSH CUTTER $31.86 1N 5D BRUSH HOG FEEDER $31.86 1N 5D ' BURNERS $31.86 1N 5D CARPENTER TENDER $31.86 1N 5D CASSION WORKER $32.70 1N 5D CEMENT DUMPER/PAVING $32.34 1N 5D CEMENT FINISHER TENDER $31.86 1N 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 IN 5D CHIPPING GUN(OVER 30 LBS) $32.34 IN 5D CHIPPING GUN(UNDER 30 LBS) $31.86 1N 5D ' CHOKER SETTER $31.86 1N 5D CHUCKTENDER $31.86 1N 5D CLEAN-UP LABORER $31.86 1N 5D CONCRETE DUMPER/CHUTE OPERATOR $32.34 1 N 5D CONCRETE FORM STRIPPER $31.86 1N 5D ' CONCRETE SAW OPERATOR $32.34 1N 5D CRUSHER FEEDER $27.18 1N 5D CURING LABORER $31.86 1N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $31.86 1 N 5D DITCH DIGGER $31.86 1N 5D DIVER $32.70 1N 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $32.34 1N 5D DRILL OPERATOR,AIRTRAC $32.70 1N 5D DUMPMAN $31.86 IN 5D EPDXY TECHNICIAN $31.86 1N 5D EROSION CONTROL WORKER $31.86 1N 5D FALLER/BUCKER,CHAIN SAW $32.34 1N 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $24.86 1 N 5D construction debris cleanup) FINE GRADERS $31.86 1N 5D FIRE WATCH $27.18 1N 5D FORM SETTER $31.86 1N 5D ' GABION BASKET BUILDER $31.86 1N 5D GENERALLABORER $31.86 1N 5D GRADE CHECKER&TRANSIT PERSON $32.34 1 N 5D GRINDERS $31.86 1N 5D ' GROUT MACHINE TENDER $31.86 1N 5D Page 3 KING COUNTY , Effective 03-03-04 (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $31.86 1N 5D ' HAZARDOUS WASTE WORKER LEVEL A $32.70 IN 5D HAZARDOUS WASTE WORKER LEVEL B $32.34 IN 5D HAZARDOUS WASTE WORKER LEVEL C $31.86 IN 5D , HIGH SCALER $32.70 1N 5D HOD CARR I E R/MORTARMAN $32.34 1N 5D JACKHAMMER $32.34 1N 5D LASER BEAM OPERATOR $32.34 1N 5D MANHOLE BUILDER-MUDMAN $32.34 1N 5D MATERIAL YARDMAN $31.86 1N 5D MINER $32.70 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $32.34 IN 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, , GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $32.34 1N 5D PILOT CAR $27.18 1N 5D PIPE POT TENDER $32.34 1N 5D , PIPE RELINER(NOT INSERT TYPE) $32.34 1N 5D PIPELAYER&CAULKER $32.34 1N 5D PIPELAYER&CAULKER(LEAD) $32.70 1N 5D PIPEWRAPPER $32.34 1N 5D ' POTTENDER $31,86 _ 1N 5D POWDERMAN $32.70 1N 5D POWDERMAN HELPER $31.86 1N 5D POWERJACKS $32.34 1N 5D RAILROAD SPIKE PULLER(POWER) $32.34 1N 5D , RE-TIMBERMAN $32.70 1N 5D RIPRAP MAN $31.86 1N 5D RODDER $32.34 1N 5D SCAFFOLD ERECTOR $31.86 1N 5D SCALE PERSON $31.86 1N 5D SIGNALMAN $31.86 1N 5D SLOPER(OVER 20") $32.34 IN 5D SLOPERSPRAYMAN $31.86 1N 5D ' SPREADER(CLARY POWER OR SIMILAR TYPES) $32.34 1 N 5D SPREADER(CONCRETE) $32.34 1N 5D STAKE HOPPER $31.86 1N 5D STOCKPILER $31.86 1N 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $32.34 IN 5D TAMPER(MULTIPLE&SELF PROPELLED) $32.34 1N 5D TOOLROOM MAN(AT JOB SITE) $31.86 IN 5D TOPPER-TAILER $31.86 1N 5D TRACKLABORER $31.86 1N 5D , TRACK LINER(POWER) $32.34 1N 5D TRUCK SPOTTER $31.86 IN 5D TUGGER OPERATOR $32.34 1N 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $31.86 1N 5D ' VIBRATOR $32.34 1N 5D VINYL SEAMER $31.86 1N 5D WELDER $31.86 1N 5D WELL-POINT LABORER $32.34 1N 5D Page 4 1 ' KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $31.86 1N 5D PIPE LAYER $32.34 1N 5D LANDSCAPE CONSTRUCTION ' IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $38.74 1M 5D MACHINISTS,(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $978 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 ' MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 ' PLUMBER $11.56 1 PRODUCTION WORKER $9_26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 ' PAINTERS JOURNEY LEVEL $30.77 2B 5A PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $g 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ' ASSISTANT ENGINEERS $36.41 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.03 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $39.49 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.01 1T 5D 8L BACKHOES, (75 HP&UNDER) $38.64 1T 5D 8L BACKHOES, (OVER 75 HP) $39.03 1T 5D 8L BARRIER MACHINE(ZIPPER) $39.03 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $39.03 1T 5D 8L ' BELT LOADERS(ELEVATING TYPE) $38.64 1T 5D 8L BOBCAT $36.41 1T 5D 8L BROOMS $36,41 1T 5D 8L BUMP CUTTER $39.03 1T 5D 8L CABLEWAYS $39.49 1T 5D 8L CHIPPER $39.03 1T 5D 8L COMPRESSORS $36.41 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $36.41 1T 5D 8L CONCRETE PUMPS $38.64 1T 5D 8L ' Page 5 i 1 1 I KING COUNTY ' Effective 03-03-04 (See Benefit Code Key) , Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.03 1T 5D 8L ' CONVEYORS $38.64 1T 5D 8L CRANES; THRU 19 TONS,WITH ATTACHMENTS $38,64 1T 5D 8L CRANES,; 20-44 TONS,WITH ATTACHMENTS $39.03 1T 5D 8L , CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $39.49 1T 5D 8L JIB WITH.ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.01 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $40.55 1T 5D 8L ' WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $36.41 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $38.64 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.07 1T 5D 8L , ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.03 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $39.49 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.01 1T 5D 8L ' CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.01 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $40.55 1T 5D 8L CRUSHERS $39.03 1T 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $39.03 1T 5D 8L ' DERRICK,BUILDING $39.49 1T 5D 8L DOZERS,D-9&UNDER $38.64 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $38.64 1T 5D 8L DRILLING MACHINE $39.03 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $36.41 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $38.64 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $38.64 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $36.41 1T 5D 8L GRADE ENGINEER $38.64 1T 5D 8L GRADECHECKER AND STAKEMAN $36.41 1T 5D 8L GUARDRAIL PUNCH $39.03 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $38.64 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.03 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $36.41 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $38.64 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $39.49 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $40.01 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.03 1T 5D 8L LOCOMOTIVES,ALL $39.03 1T 5D 8L MECHANICS,ALL $39.49 1T 5D 8L ' MIXERS,ASPHALT PLANT $39.03 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $39.03 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $38.64 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $39.49 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 1T 5D 8L OPERATOR PAVEMENT BREAKER $36.41 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $39.03 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $38.64 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $36.41 1T 5D 8L Page 6 i 1 ' KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $36.41 1T 5D 8L PUMPS,WATER $36.41 1T 5D 8L QUAD 9,D-10,AND HD-41 $39.49 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39,49 1T 5D 8L EQUIP RIGGER AND BELLMAN $36.41 1T 5D 8L ROLLAGON $39.49 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $36.41 1T 5D 8L ' ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $38.64 1T 5D 8L ROTO-MILL,ROTO-GRINDER $39.03 1T 5D 8L SAWS,CONCRETE $38.64 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.03 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.49 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $38.64 1T 5D 8L 1 SCREED MAN $39.03 1T 5D 8L SHOTCRETE GUNITE $36.41 1T 5D 8L SLIPFORM PAVERS $39.49 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.03 1T 5D 8L SUBGRADE TRIMMER $39.03 1T 5D 8L TOWER BUCKET ELEVATORS $38.64 1T 5D 8L TRACTORS,(75 HP&UNDER) $38.64 1T 5D 8L TRACTORS,(OVER 75 HP) $39.03 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.03 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $39.49 1T 5D 8L TRENCHING MACHINES $38.64 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $38.64 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.03 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.03 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $36.41 1T 5D 8L YO YO PAY DOZER $39.03 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) 1 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $29.79 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $46.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $38.59 1J 5B RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 Page 7 KING COUNTY , Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL GLAZIERS JOURNEYLEVEL $26.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEYLEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEYLEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEYLEVEL $46.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEYLEVEL $31.52 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $25.58 16 5C , RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEYLEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEYLEVEL $35.63 1H 5A ROOFERS - JOURNEYLEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $45.43 11 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 113 5A SOLAR CONTROLS FOR WINDOWS JOURNEYLEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $46.19 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $27.84 213 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER(REPAIRER) $26.70 2B 5A ' JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A Page 8 ! KING COUNTY Effective 03-03-04 ! (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $27.84 2B 5A TELEPH'QNE EQUIPMENT OPERATOR(LIGHT) $25.91 2B 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVI9ION LINEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $35.63 1 H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $29.46 1 H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1 K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $35.91 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $36.49 1T 5D 8L DUMPTRUCK $35.91 1T 5D 8L DUMP TRUCK&TRAILER $36.49 1T 5D 8L OTHER TRUCKS $36.49 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS ! IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Page 9 ! ---------------- ___-------___----___.............._---------------------------____,__-___ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' D. , THE FIRST EIGHT(8)HOURS ON SATURDAYS OF A FIVE-EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY ON SATURDAY;ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR-TEN HOUR SCHEDULE;ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 AND SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. tL. 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. I 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 }IOURLY RATE OF WAGE- Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- , HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. , H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. , I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF 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. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO ' THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, 1 PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). G. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. 1 V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS -NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY. , THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, ' THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY.(9) C. 'HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). , D. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). 6. H. j 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). 1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING , DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, , THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERAN'S DAY THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, ' AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING r 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 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 OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET ' C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: , OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$I.50 PER FOOT FOR EACH FOOT OVER 100 FEET r OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$I.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. r r 1 r r r .. r r r r r r r r r ' Forms and Publications - Washington State Department of Labor and Industries - L&I Pre-... Page 1 of 2 Forms and Publications Prevailing Wage ' Online Survey Statement of Intent to Pay Request for Release ' Building a better Web with prevailing Wages Wage Claim Form you Affidavit of Wages Paid Complaint Report Form Electronic f Certifiedding How to obtain forms and filing Project Payroll publications —Provided by Google Prevailing Wage Home Statement of Intent to Pay Prevailing Wages (F700-029- ' Wage Rates 000) General Information i Forms and Completed by each employer when awarded a public works Publications contract Electronic Filing ■ $25 filing fee View Approved Forms i Scopes of work Affidavit of Wages Paid (F700-007-000) Laws and Rules ■ Completed by each employer when work is completed ' Debarred Contractors 1 ■ $25 filing fee Wage Surveys i ' Prevailing Wage I Intent and Affidavit forms were revised February, 2002 :Advisory Committee Effective January 1, 2003, only versions dated 2-02 and later Employment will be accepted Standards i ' Construction i ■ The notary requirement has been eliminated Compliance ■ The 4-part form has been reduced to a 2-part form Find a Contractor ■ Clear instructions on the back of the forms Specialty Compliance Home Electronic Filing L&I Home Intent and Affidavit forms can also be submitted via the ' Contact Us Internet. Find out more about it. Certified Project Payroll (F700-065-000) Upon receiving a written request by any interested party, a contractor must, within 10 days, submit Certified Project Payroll (pdf format) records to the awarding agency and tot e Department of Labor and Industries. WAC 296-127-320 ' Request for Release (F263-083-000) The prime contractor must submit the Request for Release form to the Contractor Compliance/Release Unit at L&I when the ' project is complete. Wage Claim Form (F700-039-000) ' If an employee has not been paid the proper prevailing wage, the employee is entitled to file a wage claim with the department. This involves filling out a form and providing information showing work hours and rates of pay. In a wage claim investigation, the employer has the right to know the name of the claimant. RCW 39.12.065. Wage Claim Form (pdf http://www.Ini.wa.gov/prevallingwage/f&p.htm 05/09/2003 ' Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage PAY PREVAILING WAGES 9 (360) 02-5335 � - ' (360)www i.wa.gov/prevailingwage � •� ' Public Works Contract 25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name contract tt ' •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPROVED FORM WILLBE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 ' City State ZIP+4 "EXAMPLE" Awarding Agency Project Contact Person Phone N ' OBTAIN LATEST FORMS FROM County where work will be ( )performed city where work will be performed THE STATE DEPT OF LABOR & IND. ' Bid due date (m/d/y) Date oontract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Dog intend to use subcontractors? Do you intend to use apprentices? Yes No I]Yes C]No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. hourly pay fringe benefits of workers t t t i ' Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract I hereby certify that the above information is correct and that all l workers I employ on this Public Works Project will be paid no ' less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. ' Contractor Registration No. UBI Title "Vignature Email address Phone number For LL&I Use Only ' Only( ) Check Number: ❑ f 25 or $ For L&I Use APPROVED: Department of Labor and Industries Issued By: ' By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 10-02 After APPROVAL send white copy to Awarding Agency. Canary copy-L&I Department of Labor and Industries ����^r�o AFFIDAVIT OF WAGES PAID ' Prevailing Wage �` (360)902-5335 Public Works Contract www.ini.wa.gov/prevailingwage '^"°�~ $25.00 Filing Fee Required ' •This form must be typed or printed in ink. Project Name Contractlr •Fill in all blanks or form will be returned for correction(see back). Contract Awarding agency(public agency-not federal or private) •Please allow a minimum of 10 working days for processing. �.:..':Y y.;��y-. :.' :*� � �;iti� :a✓�::Jf:E�::��iCa:1A�:7:as�#7�:T':.�.7.�: ::i::?ii:::: :i::><: Addrrss Contractor,company or agency name,address,city,state&ZIP+4 ' City State ZIP+4 "EXAMPLE" Awarding Agency Project Contact Person Phones ( ) OBTAINLATEST FORMS FROM Canty where wow was p`rE°°nod City where w°>i`was par°`n'ea THE STATE DEPT OF LABOR 8 IND. Bid due date (m/d/y) Date contract awarded (rnldly) Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) ' Craft/trade/occupation and apprentices (For apprentices,give name, Number Total N hrs Rate of Rate of hourly registration N,trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea trade Hourly Pay fringe benefits -------------- — ------ --- -- - - -- -- - - -— - ---------------------- ------ ----—------- — - ------ -- —- ---- ------------— ---- ----- -- - - -- - --- --- — —- — -- — -- ----- ----------------------- ---- —------------- ----------—- ---- ----- —---- ' Company name,address,city,state,ZIP+4 Indicate total dollar amount $ d that all of your contract I hereby certify that the above information is correct an .......... workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title ignature Email address Phone number :z>z:ildt:l{:�iI:I1cc:S;t - Check Number: ❑$2$ ors ' CERTIFIED: Department of Labor and Industries Issued By: ;.. B :. y Industrial Statistician ...... ::::.::.::::::::::::::.::::::.....:.................................................... F704007-000 affidavit of wages 1 t-02 After APPROVAL send wbite copy to AwardIng Agency. Canary copy•L&I CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: ' Ref: Pay Estimate No. Project Wetland Mitigation Bank Site Fence 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: � ENVIRONMENTAL � REGULATION LISTING 1 1 1 1 1 1 1 1 ' REOUIREMENTS 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 Contract or shall secure any permits or licenses required by, and comply fully with all provisions of the following ' laws, ordinances, and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. ' King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778 No. 24553 No 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. ' Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean ' Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY ' W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his ' operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 9048: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries ' and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides ' for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. ' R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. H:\DIVISION.S\UTILITIE.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOC/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND ' PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire ' hazards, instruction or agricultural 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. 8161- 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. H:\DTVISION.S\UTI_,TIES\wAT-R\RICK\Springbrook Springs\BIDSPEC.DOC/bh 1 ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME ' Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of ' Washington. 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 pern it 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 pen-nit 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.) H:\DNISION.S\UTIl.rrIE.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOC/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND ' PRESERVATION OF PUBLIC NATURAL RESOURCES 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. , r r r r H:\DIVISION.S\UTILITIE.S\WATER\RICK\Springbrook SpringsTEDSPEC.DOCIM r City of Renton SUPPLEMENTAL SPECIFICATIONS for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction �Y i Adopted May 19, 1997 Aft Washington State Department of Transportation -,' ' American Public Works Association Washington State Chapter ' CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. ' The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. ' WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of ' this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans ' The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans ' created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications ' The CYry of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). ' Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a Iine through the characters_ Cghis is dcicte44 All replacement text or text being added is shown as underlined tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the ' meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: ' (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment ' produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit ' authority of the City of Renton shall follow these standards with the excieption of those requirements which pertain to payment and financing_ Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be ' examined and copied by any interested party. t Page-RS-i Revision Date_May 19, 1997 Table of Contents ' CITY OF RENTON STANDARD SPECI RCATiONS . ' Division 1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................... 1-02 Bid Procedures and Conditions....................................................................................... . 2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 1-07 Legal Relations and Responsibilities to the Public..................................................................7 ' 1-08 Prosecution and Progress................................................................................................4 1-09 Measurement and Payment.............................................................................................. 1-10 Temporary Traffic Control..............................................................................................18 ' 1-11 Renton Surveying Standards............................................................................................19 Division2 Earthwork.... ....................................................................................................................22 2-M Removal of Structures and Obstructions.............................................................................22 2-0 Roadway Excavation and Embankment........................................... ..................................22 Z-04 Haul .... .... 2-06 Subgrade Preparation .................................................................... 2-09 Structure Excavation......................................................................................................23 ' Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 ' Division 4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Division5 Surface Treatments and Pavements..........................................................................................26 ' 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................:...............................29 6-12 Rockeries.....:.......... ............29 ........................................... . ......................................... Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30 ' 7-01 Drains .ts ................................................................................................................... 30 7-02 Culverts. .30 743 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 ' 7-05 Manholes,Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements........................... ..32 ................................................ 7-10 Trench Exc-,Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants............... ............................................................................................38 7-15 Service Connections............................................. .....................................39 7-17 Sanitary Sewers ....................................................................................... 39 Division8 Miscellaneous Construction...................................................................................................••40 849 Raised Pavement Markers...............................................................................................40 ' 8-10 Guide Posts..Cases ...........................................................................................................40 8-13 Monument Cases. .40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 ' 8-20 Illumination,Traffic Signal Systems, and Electrical.............. 41 ................................................ 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 ' L Page-RS-ii Revision Date.May 19, 1997 Mat Division 9 9-00 Definitions ..............Test.-.....................................................................................................49 9-00 Definitions and Tests. .49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 ' 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials .51 9-08 Paints.........................................................................................................................51 9-2 Concrete Curing Materials and Admiztures 52 9-29 Illumination,Signals,Electrical . . ,52 9-30 Water Distribution Materials ............................................. ..... .....................58 ' INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOT AMENDMENTS .60 r Page-RS-iii Revision Date:May 19, 1997 ' 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department Plan of D1V1SlOn I ning/Building/Pubhc Works Administrator_ Special Provisions(RC7 -- General Requirements _odifrcatioru to the standard specifications and the specificatieus and supplemental specificatiotu that apply to an individual project. The special provisions may desen'be work the 1-01 Definitions and Terms specifications do not cover. Such worst shall comply first with the special provisions and then with any specifications that apply Me SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid 1-01.1 General(RC) State(RQ Whenever reference is made to the State, Commission, The state of Washington acting through its representatives Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized ' Owner Contracting Agency or Engineer such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may inchhde bta are not limited to, th m e Proposal For , the Contract administered by the City of Renton insurance certificates, various other certifications and affida vit, the ' SEC770N 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Workine Drawings the THE FOLLOWING: Standard Specifications, the Standard Plans Addendum and 1-01.3 Dtrmf ions(RC, "WA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) 'Act of trod' means an earthquake, flood, cyclone, or other The date on which the Con tailing Agency publicly opens and ' cataclysmic phenomenon of nature. A rain,windstorm,high water reads the bids. or other natural phenomienm of unusual intensity for the specific Award Date(APWA,RC) locality of the work,which might reasonably have beat anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work_ be eonmued as an act of god. Contrad Ezecu on Date(APWA) Consulting Engineer(RC) The"date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract- not administer the construction program for the Contracting Notice to Pieced Date("WA) _ ' Agency. The date stated in the Notice to Proceed on which the Contract Day(R time begins- Unless otherwise designated, day(s) as used in the Contract Contend Completion Date(APWA, RC) Dock,shall be understood to mean working days. The date by which the work is contractually required to be ' Or Equal(RC) completed The Contract Completion Date will be stated in the Where the term 'or equal' is used herein, the Contracting Notice to Proceed. Revisions of this date wilt be mithonzed in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to die engineer, shall be the sole judge of the quality and suitability of the Contract time. 1 ernposcd substitution. Final Acceptance Date(APWA,RC) The responsibility and cost of furnishing necessaty evidence, The date on which the contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) ' be entirely borne by the Contractor. Any substance specified for use in the construction of the pwncr(RC) project and its appurtenances which enters inw and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RQ Matet-ialman(APWA) The contract plans and/or standard plans which show Location, A person or organization who furnishes a raw materials character, and diinehsions rib of prescribed work including layouts, supply, eommnodity, equipment, or manufattuted or fabrical� profiles,Cross-sections,and other details, product and does not perform labor at the Project site;a supptrer. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the ConSIarring AgericY to the are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contra^^ Agency's acceptance binding. of the Bid. The terms 'Standard Drawings' or 'Standard Details' Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or -act to with the specification documents or included with the Plans or the to die Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with dirt Work and establishing the dais on which the ' Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the t Page-SP-I Reviroon Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Cone , 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Fail re label such matenals or failure to [itrtel res10 SO nd after notice of ' SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given steal( }w. d FOLLOWING: watvcr b the submittingvendor of an clarm that such ��� a are,in fact,so exempt. materials 1-02.1 Qualifications of Bidder("WA) SECTION I-02.12 IS SUPPLEMENTED BY ADDING THE ' Bidders shall be qualified by experience financing FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals APWA Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to ne the Bidder to perform the work satisfactorily. This action may date and tone for bid opening. Notification to bidder will be b I include a pre qualification procedure prior to the Bidder be addenda. furnished a proposal form on any contract or a prc2ward survey of SECTION I-Ol.l3 PARAGRAPH 1 IS REVISED 'the Bidder's qualifications prior to award. AS FOL LOW& SECTION 1-02.2 IS DELfiTED AND REPLACED BY THE 1-02.13 Irregular Proposals(RQ FOLLOWING: a. The bidder is not prequalified when so required; ' 1-02.2 Bid Documents("WA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Doc rnents can be obtained or TO READ- reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders(APWA) ' the Contracting Agency's official newspaper. 3. A bidder is not prequalified for the work or to the full SECTION I-lll.4¢) IS SVPPLIUKENTED BY REVISING extent of the bid; SENTENCE I,PARAGRAPH I TO READ: ' 1402.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.I IS SUPPLEMENTED AS FOLLOWS: sample test data, and g echn>cal reports accumulated by the 1-03.1 Consideration of Bids�C, APWA Contracting Agency will be made available for inspection by the _ bidders. The total of extensions, corrected where necessary,- and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the ' FOLLOWING. Contracting Agency for award purposes and to fix the amount of the rnrnract bond_ 1-02.5 Proposal Form(APWA) All bids will be based on total sum of all schedules of prices. ltie Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the tall for bids , Altenntes,Additives,or Dedoctives,if such be to the advantage of or special provisions. The City reserves the right however to . the Contracting Agency. The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its Dedtrctives, or Alternates set forth in the Proposal y;Dnns unless discretion. , otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLOWENTP_D BY ADDING THE FOLLOWING.- FOLLOWING. 1-03.2 Award of Contract(RQ 1-02.6 Preparation of Proposal(RC) The contract, bond form, and all other forms requiring ' All prices shall be in legible figures and(net.words)written in execution, together with a list of all other fo-ms or documents ink or typed.The proposal shall include: required to be submitted by the successful bidder will be L A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award. ' to the right of the decimal The number of copies to be executed by the Contractor shall be P� glu point), each unit price shall also be written in-words; where a conflict arises the written words shall determined by the Contracting Agency_ prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS ' SECT70N 1-02.6(I) IS AN ADDED SUPPLEMENTAL FOLLOWS. SEC770N. 1-03.3 . Execution of Contract(APWA,RC) 1-02.6(l) Proprietary Information (RC) Within 20 10 calendar days after receipt from the Ciry of the ' Vendors should in the bid proposal identify clearly any forms and documents required to be complcud by the maMrial(s) which constitute '(valuable) formula designs Contracto , the successful bidder shall return the drawings, and research data' so as to be exempt from public signed Contracting Agency-prepared contract, an utstran cc disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18. and a satisfactory bond , be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award 1- Page-SP-1 Revi iorr Date-. May 19, 1997 ' 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 30 10 SECTION I-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING. ' Contracting Agency deems the circumstances warrant it_ 1-04.4 Changes C The Contracting Agency is prolubited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on opst or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposes by the ' Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. --""- Contracting Agency to possess a valid City of Renton business SECTION 1 04.I1 IS SUPPLEMENTED AS FOLLOWS: license prior to award. Wben the Bid Form provides spaces for a business license 1-04.11 Final Cleanup CZ ' number, a WashingtDtt State Cormactors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facHities shall, at the eitRmueer's discxetu,n be Contractor's Registration and business license be submitted to the carefiilly salvaged and delivered to the City shops Any cost ' Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the protect and no c0tnprnsa4on will be trade SECTION I-03.4 IS SV?PL WENT iD BY ADDING THE u fl ompen ��for Finch and '-�ta0 � shall FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, ec and materials ' rimed to perform finial cleanup_ If this pay item dots not amoear 143.4 Contract Bond (APWA) in the contract documents then final dean no shall be considered incidental to.the t and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work - x,V official stmemem (sole proprietor or partner). If the Coutractor is a corporation, the bond must be signed by the SECTION 1-05-3 IS REVISED AS FOLLOWS. president or vice-president,unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawing, CZ- - corporation(Le_corporate resolution,power of attorney or a letter to such effect by the president or vice-president). The Contractor Mall submit supplemental working drawings as required for the performance of the work.The drawings shah be 1-04 Scope f the Work on shear measuring 6� or on sheets with 1� o dimensions in multiples of 8-1/2 by 11 inches. SECTION I-04.1 IS SUPPL1sMTsNTED BY ADDING THS SECTION 1-05.4 IS SUPPL AMV= BY ADDING TES FOLLOWING: FOLLOWING: 1-04.1 Intent of the' Contract Rom' 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) The Contractor is encomged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished If the protect calls for Contractor supplied surveying,-the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide. all required survey work, including such ' regard to the actual percentage of any hump stun pay item work as mentioned in Sections 1-05.4, 1. 5.5;1-11 and elsewbere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. method of calculating hump sum pa m)en m is provided elsewhere in SECTION 1-0.5 THE VACANT SECTION IS REPLACED BY the spcdficatiaac. THE FOLLOWING: ' SECTION 1-04-2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC) I-04.2 Coordination of Contrail Documents, Plans, If theproica calls for Contractor supplied cur TYiM,de Special Provisions Specifications,and Addenda Contractor tdlaall provide all required survey work including such (RC) work as mentioned in Saxton 1-05.4 1-05.5 1-11 and elsewhere in these specifications as being provided by dhe f'n¢i All costs in the its of the contract shall be resolved Iced following ��of precedence a presiding over 2,3, for this survey work shall be included in "Contractor Supplied by p ( .g-, 1 presidi Surveying,'per lump sum. ' 4,5.6,and 7;2 presiding over 3,4,5,6,and 7;and so forth)_ 1. i+ddenda 1-05.5(1) General (APWA,RQ 2. Proposal Form 3_ Special Provisions ,.,v..or wt71 Provide The Engineer or Contractor supplied su. 4. Coruraa Plans construction stakes and marks establishing lines slopes and grades 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5 1 and 1-05.5 and will p�rLorrn 6. Supplemental Specifications. such work per Section 1-11 The Cortracor shall assume 7. Standard Plans responsibility for detailed dimensions elevations, and excavation 6.8. Standard Specifications slopes measured from the Engineer or Contractor atpPt� surveyor furnished stakes and marks. 1- ' Page-SP-3 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ' The Contractor shall provide a work site which has been with major grade changes shall be slope staked to estabtish au'e 1 prepared to permit construction staking to proceed in a safe and before offset hubs are set. ' orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05 Bridge turd Structure Surveys(ApWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as badges and retain-- WaUs the supplied surveyor adequate time for setting stakes Contractor shall retain as a part of Contractor orCMmation an ' Stakes marks and other reference points, including existing experienced team of surveyors under drrtrt supervision of monummution set by Contracting Agency fortes shall be licensed surveyor, The Contractor shall ensure that reoluirtd,nit I carefully preserved by the Contractor. The Contractor will be rncasu ta and locations thatch and fulfill the intended plan charged for the costs of replacing stakes markers and dimensions. The Contractor shall provide all surveys mo,,ired to ' monumentation that were not to be disturbed but were destroyed or complete the stnrcturn except the following prunary mrrty control damaged by the Contractor's operations This charge will be which will be provded by the Engineer: dedtxted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the stnxture. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. ' of alterations or ruction work allegedly dire to error in the 3. A sufftciem nmmber of bench marks for levels to enable Engin='s line and grade will not be allowed u nk= the original the Contractor to set grades at reasonably short distances. control points set by the Engine" still exist, or unless other 4. Monuments and control points as shown on the satis'Fictory anbsiao;iating evidence to prove the"nor is furnished Drawings. ' the Fes" Three muemtive points set on f'm"or uade shall be The Contractor shall establish all secondary surrey controls the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper lime or grade. Any such variation shall, upon d>_scoverY, be placement of all project elements based on the primary control reported to the Firgineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for am error in alignment or grade following tolerances: The Contractor shall provide all,surveys required other dm _ 1. Stationing +.01 foot those to be performed by the Engineer. All mrvey work shall be 2. Alignment +.01 foot(between strive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan devationsl ' of these specifications. 4. Substructure Elevatiom+=.05 foot(from plan devations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Comractor shall make standard field book and in a format set by the Engineer,per Section available to fine Fnginai all field books inchd'mg survey 1-11 1(3) These field notes shall ntchnde all survey work information, footing elevations,cross sections and quantities. ' performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. ' of the contract work the field book or books shall be submitted to e Engineer and become the property of the CowrwdM Agency 1-05.5 4 Contractor Supplied Strryeyiing(RCS the If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying the Contractor shall supply the survey work required ' Engineer's written request, remove the individual or individuals for the proiext. The Contractor shaU retain as a tart of the doing the survey work and the survey work will be completed by Coritracior Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the died supervision of a professional land su vevo" licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in ' monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and I-11. All coos for survey work required to be performed by the The Contractor and/or Surveyor shall inform the in Contractor shall be included in the prices bid for the various itemswring of any eiton dLa�eparrcies,and omissions Mthe plans that which comprise the improvement or be included in the bid item for prewm r the Contractor and/or Surveyor f om ps , 'Contractor Sup plied Surveying' per hmrp stem em if that it is protect in a mariner satisfactory to the Engine" AU e>YoM included in the contracts. discrepancks and omissions must be corrected to the sausfacuou of the Engineer before the survey work may be mD mred- 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work wilt the Surveyor ' The Engineer shall furnish to the Contractor one time ordy,or and perform his operations in a manner to protect all survey stakes Contractor supplied Purveyor will provide as needed, all principal from harm The Contractor shall inform the Surveyor of me lines, grades and measurements the Engineer deems nececessary for Contractor's intent to remove any survey stakes and/or points completion of the Work.These shall generally consist of one initial before physically removing them. inr ' set of. Tine surveyor shall be responsible for Built ' 1. Slope stakes for establishing grading, records for the proiect The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining acanrate As-Built 3. Centerline finish grade stakes for pavement sections records for the project_ ' wide"than 25 feet,and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications agate As tuilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer Is nectssatY ttx max interval) Engineer may elect to'provide at Contractor exptrtse a curve or r to , On alley construction projects with minor grade changes, the provide all As Built records and other work as directed Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses itrcu-red by the on one side of the alley to establish the alignment and grade_ Alleys Fagincer-supplied surveying from moneys owed to the_ Contractor- 1- Pagt-SP-4 Revision D&t:May I9, 1997 ' 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue am. other avenue for cornpicte the project and as-built drawings shall be included in the additional remedy or damages with respect to the Contractor c lump suet price for 'Contractor Supplied Surveying.' failure to perform the Work as rcquircd. 1-055 Contractor Provided As-Built Information SECTION 1-05-10 IS SUPPLEMENTED BY ADDING THg (RQ FOLLOWING: 1t shall be the contractors responsibility to record the location 1-05.10 Guarantees ("WA,RQ prior to the backfilling of the trenches, by centerline station, offset, If within one year after the Acceptance ' and depth below pavement, of all existing utilities uncovered or Dare of the Work by crossed during his work as covered under this protect- the Contracting Agency, defective and unainhn It shall be the contractors discovered, the Contractor shall promptly, r r� orde is responsibility to have his surveyor written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the ' work done under this contract per the survey standard of Section 1- Engineers instructions, either correct Stich Worir or if mch Work 1 L. Major items of wort shall include but not be limited to: has been rejected by theEpgj9M, remove it from the protect Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorised Work au wit Horizontal Bends, Junction boxes, Cleanaats, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not ' Lights dt Standards, Hydrants, Major Changes in Design Grade, prorrntly comply with the written order to correct defective and Vaults,Culvert, Signal Poles,Electrical Cabinets. unauthorized Wort, or if an emergency exists the Conner ing After the completion of the work covered by this Contract, the Agency reserves the ripU to have defective and u»anthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced >wrstiaa< to Section 1 8 field book(s) coitainiag the as-bw'h Owner's Right to Coma Defective and notes and one set of white Unauthorized Work.' pritits of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prm of the project drawings upon which he has plotted the as- to min damages and recover coo irsviltmg from defective and bulk location of the new work as he recorded in the field book(s). unauthonz- work dmove ed after one year but prior to ft This drawing shau bear the surveyors seal and signattire certifying expiratiat of the legal time period set forth in RCW 4.16 040 . it's acauacy. limiting anions upon a oonnact in writing,or liability expressed or All costs for as-built wort shall be included in the contract implied arising nit:of a written agreement. kern 'Contractor Supplied Surveying.' The Contractor shall warrant good title to all materials, su Mies, and equipment purchased for, or.incorporated in the THE VACANT SECTION I-05.8 IS REPLACED BY.• Work. Nothing contained in this paragraph,-however,-shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work(APWA) recover under air bond given by the Contractor for their protection, or any rights under any law permittmg_soch persons-to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Wort required by the The provisions of this paragraph shall be inserted in an Contract Documents, the Engineer may correct mA remedy such subcontracts and material contracts and notice of its provisions work as may be identified in the written notice b such means as shall y be given to all persons fmmWiinn materials for the Work the Engineer may deem necessary, including the use of Contracting when no forirtal contract is entered into for svch materials. ' Agency fortes. Section 1-05.11 is deleted and die first two sentences of the If the Contactor fails to comply with a written order to fourth paragraph of section 1-08 9 is deleted and replaced by the remedy what the Enginm determines to be an emergency following: siltation, the Engineer may have the defective and unauthorized 1-05.11 PSnnl Inspection("WA) Wort corrected immediately, have the rejected Work remved and replaced, or have Work the Contractor refuses to perform oompleW by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA) emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be mbs=tiaHY Fagineex, a delay in its remedy could be potentially unsafe, or complete the Contractor shall so rrotify die Fnglneer and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial COMPIShM emu- 10 be Direct or indirect costs incurred by the Contracting Agency considered ndaW complete the following COndi MS Mt1St be ' attributable to correcting and remedying defective or unauthorized met. Work, or Work the Contractor failed or refused to perform, shall I The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operadonal-and Engineer from monies due, of to become duo the Contractor. Such safety standpoint.' of temporary direct and indirect costs shall include in particular but without 2 Only minor incidental work, replacement limitation, compensation for additional professional services substitute facilities, or correction or repair work remains to reach required, and costs for repair and replacement of work of others physical cornpletioa of the work. ific items of work destroyed or damaged by correction, removal or replacement of 'Ilse Contractor's r shall list the spec the Contractor's unauthorized work. in subparagraph two above that remains to be completed m order to No adjustment in contract time or compensation will be reach physical completion The Engineer maY dhso estabhsh me allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights t, Page-SP-5 Revision Date.May 19, 1997 1-05 Control of Work 1-05 , Control of Work If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testis and�rreciionu Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Enginxr intended use, the Engineer, by written notice t cto o the Contrar The costs for wen as labor Material lies and will set the Substantial Completion Date. If, after this inspection eyerything else needed to successfully complete operat;,,.,,t . _.. the Engineer does not consider the Work substantially complete and shall be included in the various contract rices related to the systern ready for its intended use,the Engineer will, by written notice so being tested, unless specifically set forth otherwise ,n the Diu ' notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concur ing in or denying Operational and test periods, when required by the g� ; substantial completion, whichever is applicable, the Contractor shall not affect a manufacturers guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. , interruption, the Work necessary to mach Substantial and Physical SECTION 1-05.I1 IS DELETED AND REPLACED Completion. The Contractor shall provide the Engineer with a FOLLOWING: WITS THE revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance("WA) ' The above process shall be repeated until the Engineer The Contractor mast perform all the obligations Mader the establishes the Substantial Completion Date and the Contractor Mader the Completion Date can be established A the work physically complete and ready for Final Certificate of Completion for the Work issued by the Cog Agency will establish the Completion Date and certify the Work as ' 1-05.11 FmA1'Inspection Date(APWA) complete. The Final Contract Price may they be calculated. The When the Contactor considers the Work physically complete following must ootxir before the Completion Date can be and ready for Final lnspectionLthe Contractor by Written Notice, established and the Final Coattaa Price calailared: shall request the EnAittcer to schedule a final inspection. The 1. The physical work on the Mpiect must be cpgppkte, dowm Fnmecr will set a date for Final Inspection.T 2.The Cor_traaor must furnish an �ion requiredhe Engineer and the by the Contract and required by law, neoMry to allow the Contractor will then snake a Final Inspection and the Engineer will Coritratxing to certify the Contract as complete. notify the Contractor in writing of all particulars in which the Final A Certificate of Compktion for the Work, signed by the , Inspection reveals i the Work ie mch eoe ec macapmres The Contracting Agency, will constitute a.�ance of the WOrk. The Contractor shall immediately take such corrective measures as are �� of this Certificate_ of Completion will not constitute pece nary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interniption until acceptance of unauthorized or defective work or material. I Failure of the Contactor to perform all of the Contractor's' physical until the at gi the listed deficiencies. This Process will obligations under the Contract shall not bar the Cot>tracxing Agetucy beeconn corrected.e until the Fsigineer is satisfied the listed deficiencies have from unilaterally certifying the Contract complete so the Fngineer bees eontmay calculate a Final Contract Price as provided in Section 1-09.9. If action to correct the listed deficiencies is not initiated within ' 7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant to Section 1.43,9, 1-05.13 -Superintendents,Labor, and Equipment of ' Upon Correction of aU deficiencies, the Engineer will notify Contractor("WA) the Contractor and the Contracting Agency, in writing of the date upon which the Work was ooasiderM physically complete. That Whenever the Contracting Agency evaluates the Contractor's date shall mute the Physical completion date of the Contract, will ai a theseation pursuant n Section I C the Contracting Agency ' but shall not imply all the obligations of the Contractor snider the will take these performance Contract have been fulfilled. marts into account. SECTION 1-05 IS SUPPLEMENTED BY ADDING TSE 1-05.11(3) OperationA Testing (APWA) FVLLOWING NEW SECTIONS: It is the intent df the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power(APWA) the Work involves the installation of -machinery or other The Contractor shall make necessary arramemmu, and shall medianicai equipment; street lighting electrical distribution or bear the costs for power and water necessary for the performance signal systems;build'uims;or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any office a O1 ender operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract,shall affect or modify any of the teriiu or AM following the test period,the Contractor shall Correct any it obligations contained in any of the documents catnP*' - of workmanship, materials, or equipment which proves faulty or contract Such oral agreement or conversation shall be considered that are not in first class operating condition- Equipment electrical as unofficial information and in no way bindino upon t1x controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing- during this period, shall be tested under the observation of the ' Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical t Page-SP-6 Revision Dale:May 19, 1997 ' 1-06 Control of Material 1-117 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a rn �,n,, r liability. tax SEMON 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-raid takes in the FOL[,OR'ING: unit bid prices or other contract amounts. In some ses however state retail sales tax will not be included. Section 1-07 2f3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. Acceptance The Contracting Agency will pay the retained oercm ape colt UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Wa_th;not-on State en SIONS STATISTICAL EVALUATION WILL NOT BE Dpart emt of Revenue a certificate showtth>r that all contract - PROVISIONS USED THE CITY OF RENTON. related taxes have been paid (RCW 60.28.050). The Contractor Agency may deduct from its Payments to the Contractor ant amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State SECHON I-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related riles auntie to building I-W.1 Laws to be Observed (APWA) repairing, or improving meets, roads, etc.. which are owned by a municipal corporation, or polkical-subtIivision of the gate or by The Contractor shall indemnify defend and sage harmless the the United States, and which are used primarily for foot or Contracting Agency (including apt agents officers, and vehicular traffic. This includes Norm or oombinod sewer sytdens employees) against any chinos that may arise because the within and included as a part of the street or read drainage system Contra(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system matebdman)violated a legal requirement. For wort performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Rewl Sales Taxes in the various unit Bid Item ' mom stringent regulation shall apply- prices or other contract amounts, induding those that the 7be Washington State De parunent of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency resporm-Ne supplies used or consumed in doing the work. for the administration of the provisions of the Wasbington Industrial Safety and Health Act of 1973 (WLSHA). 1-07,20) State Sales Tax-RuIe 170(APWA) The Contractor shall maintain at the Proiax Site office, or WAC 458-20-170 and its related rules, apply to the other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings, or other paoritting first aid to the tfljured. The Contractor shall establish, strictures,upon teal property This incluides,but is not limited to poblisd,and make known to as employees ptocedtites for em-uring the construction of streets, roads highways, etc., owned.by the iamxdiate removal to a hospital or doctor's care, persons, State of Washington; water trains and their appurtenattas:sanitary kwhxiing employees, who may have been injured on the Project sewers and sewage d;qx)sal systems unless such sewers sad Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of a since[or road drainage She before the Contractor has established and made known system; telephone telegraph,electrical power distribution lines,or prooe"rs for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads,unless such doctWs care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for die safety. installing or attaching of any article of tangible Personal property m efficitaeY and adequacy of the Contractor's plant, appliances and or to real property,whether or not such personal Property bcconxs methods,and for any damage or injury resulting from their failure a part of the realty by virtue of installation_ or improper maintenance use or operation. The Contractor shall For work performed in such cases the Coigtacxor tdiall collect ' be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Preiect Site, including safety for all persons and property in the price. The Contracting Agency will automar;eally add this sales performance of the work This requirement shall RPpY tax to each payment to the Contractor. For this reason,--the opatimously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax m the unit Bid Item required or unplied duty of the Engineer to conduct construction prices or in any other contract amount subject to Role 170, with review of the Contractor's performance does not and shall not, be the following exception intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tar not am-es in,on,or hear the Project Site. for a payment the Contractor or a subcontractor makes on the ' purchase or rental of tools machinery, •: .nrnt or OD le SEC77ON 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the proiecL. Such sales tares snail be FOLLOWING: included in the unit Bid Item prices or in airy other contract 1-07.2 State Sales Tax(APWA) amount. f 1-07.20) Services (A WA) 1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tart from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.20) through 1- other services (as defined in State Department of Revenue Rules ' 07-2 4) are meant to clarify those rules. The Contractor should 138 and 224)_ contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not add f- Page-SF-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public ' SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background rirbid- Why TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than 10 1-07.5 2) State Department of ash and Wt�tjlifes-e€ an Pest increase in turbidity when the background turbidir�:� ore 1� th 50 NTU for other classes of waters refer to WAC 173-2p1_ jugldl&a -lid (APWA, $A) 045. pperty am If the work in (1) through (3) above differs Ba The term turbidity means the optical ro of plele from what demonstrating the scattentig and absorption of heht c-a �t,�..,r .- the contract requires,the Contracting Agency will measure and pay suspended rnaterial as expressed m Nephelometrrc Ihrbid' for it at unit contract priers. But if tract items do not cover Units those areas, the Contracting Agency will pay pursuant to Section 1- and treasured with a calibrated turbidtmewr.Discharges to a State waterway caused by agRrega 09 4 to washing drainage from aggregate per sues, and stockpiles or dewatgjn or pits and excavations shall not increase the eNgm- 9 turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION. being discharged into stream or other State waters. 'ILrbidity may 1-07.11(I1) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds settling;basins_ overflow weir, polymer water treatment, dischargine to ¢round surface, by percolation, evaporation or by passing through gravel Each Contractor,-Suboontractor, Consultant, and or Supplier sand or fiber filters. shall complete and submit a copy of the 'City_of Renton Fair 2. Erosion Control: Temporary erosion control shall be Pracd= Policy Affidavit of Compliance"_ A copy of this exercised by tnmin i exposed areas and slopes untal permanent document will be bound in the bid documents. sares are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed uoumd areas to protect from rain erosion. SEC77ON 1-07.13(I)IS SUPPIEhLNMD AS FOLLOWS. Other alternative methods for erosion control under certain 1-07.13(1) General(RC) situations may irrJude nd ne"g,mulching with binder,a axdinR. ' Should rutting and erosion ooarr the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-nip of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. No portion of the wort; whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams,or State constructed while these conditions exist, uuiless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation.Chlorine residual may be reduced to overcome them. . chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. SSCITON I-07.14 (APWA) IS Si7PPLF1l�NTED BY 4. Vehicle and Equipment Washing: Water used for RSVLSING ALL REFERENCES TO 'STATE, COMMISSION washing vehicles and equipment shall not be allowed to enter.storm ' SECRETARY' OR `STATE' TO READ `CONTRACTING drains streams or other State waters unless separation of Petrole n AGENCY." producer fresh concrete products or other deleterious rnM ial is accomplished prior to discharge Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS. for percolation- A recirculation system for detergent washing is recommended Steam cleaning units shall provide a device for Oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA;RCS S Oil and Chemical Storage and Aandi_itr Handlintt and , U done according to the storage of oil and chemicals shall not take Place adjacent to rding approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be tvitlt dry paw provided under the d spensing area- Shutoff and hncasured and paid for pursuant to Section l-04 41-04.I throe h d191 be lock valves shall be provided on tanks Shirt-off nozzles the hump sum item for "Temporary Water PollutionfErosion only provided on hoses Oil and chemicals shall be di�crered CCU no pay item appears in the troritract for 'Temporary Water during daylight hours unless the dispensing area is p"'�'rrw 1i—ah� Pollution/Erosion Control' then all labor, materials, tools and Disposal of waste shag not a allowed on oil and churn� be equipment used to complete the work shall be considered incidental Fencing shall be provided around oil storage Locks ' to other pay items in the Contract and Do further compensation Provided on valves, pumps,and tanks. stroll be erode. b Sewage if a sanitary sewer line is encountered and repair or relocation work is required the Contractor shall Provroe In addition to other requirements in the Contract Documents flow blocking and sealing of the sanitary sewer line Sarrit?-*�+�— this temporary work shall include, but is not limited to, the shall be pumped out collected and hauled by tank trick of following water quality considerations: pumped directly to a sanitary system manhole for dixha_ 1. Turbid Water Treatment Before Discharge: existing sewers shall'be maintained by the Contractor__w�Oot Determination of turbidity in surface waters shall be at the , ' interruption of service by the use of temporary sewer bYP�-� � discretion of the Engineer; for Lake Class Receiving Waters - tum turbidity shall not exceed 5 NTU addition the excavated materials adjacent to and around a nip ity (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Proi_ Site and over background conditions; for Class AA and Class A Waters Page-SP-8 , Revi ion Date:May 19, 1997 ' 1-07 Legal Relations and Responsibilities to the Public 1-07 Leal Relations and Responsibilities to the Publie deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the mntrRC Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfrll a,iu cd in their original ' washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contraetino AocnCY and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of an„ work done on treannemt plant. casements or rights-of-way. 1-07.16 Protection and Restoration of Property Damage to existing structures outside of easement areas ' that may result from dewatcring and/or other consuuctinn d SECTION 1-07.16(I) IS SUPPLEMENTED BY ADDING THB under this contract shall be restored to thou oneina condition or FOILOH7NG. better. The original condition shall be established by�otolganhs taken and/or inspection made prior to construction All such work 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the pronaty Owners and the The Contracting Agency will obtain all casements and Contracting Agency at the expense of the congactn_r_ franchises required for the proiect. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all sirccts(traveled ways)used by him property- if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the wort under the contract together immediately available to make necessary r . I tdhwe contractor_ with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency, The CD Macy unreasonably encumber the premises with his equipment or will make the necessary repairs and the Cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for ideatifyin¢ and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-Gtisr,_ng a caused by shown or described that may be required for temporary others.Restoration of excavation in City txnocts shag be done in construction facilities or storage of materials. He shall constma accordance with the City of Ration II-ench Restoration all access roads,detour roads,or other temporary wort as required Reguirrmentt, which is available at the Public Works Department by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton MtmicIpat storage of material, and operation of his workers to those areas Building,200 Mitl Avenue South. shown and described and such additional areas as he may provide. SECTTON I-0T I7IS SUPPLEMENTED BYADDING: A. General. All constriction work under this contract on casements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities(APWA,RQ confined to the limits of such casements, right-of-way or franchise. All work shall be accomplished so as to cause the kart amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall sdredule his work so that trenches across casements shall not penalties,the Contractor shall: be kft open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field open for more than 48 hours. location of the utilities; B. Stzuctu m The contractor shall remove such existing Call Before You Dig strucitires as may be necessary for the performance of the work and, if requirod, shall rebw1d the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing strucitucs which may be damaged as a result of the work under this contrail. 1_800-424-5555 C. FALzn cnts. Cultivated areas and other surface iii>tnovanaits All cultivated areas,either agricultural or lawns,and acid other surface improvements which are damaged by actions of the 2 not begin excavation until all known imdamround contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. looted and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities arc in accordance with available information without Construction acre and stockpile it in such a manner that it may be uncovering nwasuring or other verification. IT a ut" � known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees acid shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a snbsenlxr to rile surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Coatractot relish tine original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be - If, in the prosecution of the work s it become neSMU to replaced by the contractor with material of oqual quality at no interrupt existing suttface drainage sewers, tmderdtams= conduit, additional cost to the Contracting Agency. In the event that it is utilities, similar underground stnictmres or Pa-M mc"f the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for and shall take all necessary carefully cut and rolled and replaced after the trenches have beat precautions to protect and provide temporary services for same- backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall at bis own expense ISMtr 11 damage to such facilities or gwctures due to this construction operation to the The contractor tractor shall use rubber wheel equipment similar meant,of all earth and debris. satisfaction of the City except for City owned facilities which will to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense or try all woric, including excavation and backfdl,on casements or rights- the contractor as directed by the City. of-way which have lawn areas- All fences, markers,mail boxes, or Page-sP-4 Revision Date_May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' SECTION 1-07.18 IS DF_.I_ETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING. option of the City.The Contractor shall obtain and maintain the nummurn 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such tninimurn Insurance (RCS insurance,the City of Renton shall not be deemed or'co have assessed the risks that may be applicable to the w State Amendment to 1-07.18 is not used. Renton uses the --Contractor ' following: The Contractor shall assess its own risks and if it deans appropriate and/or prudent, maintain higher limits and/or broad SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. broader Coverage shall include_ 1-07.18(1) Genertil(RQ (1) Commercial General liability - ISO 1993 Fors„ or The contractor dWl obtain and maintain in full force and equivalent. Coverage will be witten on an octurrrnce basis effect, from the Contract Execution Date to the Completion Date, and include: pub lic liability and property damage insurance with an insurance • Premises and Operations (including CG2503 Gent conVany(ies) or through sources approved by the State Insurance Aggregate to AMIY Per Prof, if apphcabk). Cotzunissioner pursuant to RCW 48. •_Explosion,Coflapse and Underground Hazards The Contractor shall not begin work under the Contract until • Prodtrcts/CoMleted Operations the tr;gwred insurance has been obtained and approved by the • Contractual Liability . (including Amendatory ' Conuaarrtg Agency. Ansurarnce shad provide coverage to the Endorsemv= CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consullu t. The coverage shall protect • Broad Form Property Damage !pint claims for bodily injuries, personal injries, including • Irk Contractors accidental death, as well as claims for property damages which • Persona!/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability imWing all either of thew. • Owned Vchides if warranted work is required the Contractor shall provide die • Non-Owned Vehicles City proof that insurance coverage and remits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers'Compes<satioa period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s)for each insurance policy effecting coveragc(s) (4) Umbrella Liability(wben necmary) regained on the contras prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the regtrirernents described herin will be considered a inane w prey. breach of contract and shall be caused for immediate termination of {5) Professional Liability - (whenever the work under- this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.uch tecftn21, SECTION 1-07.18(2)IS REPLACED WITH THB FOLLOWING: engine:ning, advertising or btu prvgrammin�the CONTRACTOR shall maintain prof essionat liability 1-07.18(2) Com-ages(RQ covering wrongful acts errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed CIO of Renton Insrvance Lrformarion form true course of operations under this ContracL which details specific coverage and limits for this contract. jo The Contracting Agency reserves the right to request and/or All coverage: provided by the Contractor shall be in a form and anderwritien by a company acceptable to the Contracting require additional coverages as way be aPPtopr►u��-�on work pedotmed(i.e.poltutioa liability). Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington CONTRACTOR shall Name CITY OF Rls'NTON, and its 2) Coverage to be on an 'oo=Tence' basis (Professional officers officials, agents, employees and vohwteers as Additional Liability and Pollution eoveraee are ocxrptable when Insured(ISO Form CG 2010 or equivalent) The CONTRACTbR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of proof of professional liability coverage be provided fo_r_np to commencement of work. The City reserves the right to rim to two(2)years after the completion of the project_ copies of insurance policies if at their sole discrction it is decmoa 3) The City may request a copy of the actual declaration appropriate Further, all policies of insurance descry avvye page(s) for each instuvwe pokey affecting coverage(s) shall: rewired by the Contract prior to the date wort commences. 1) Be on a primary basis not contributo;i wide a+ry otltes 4) Possess a minimum A.M. Best rating of AVII (A rating of uistuance coverage and/or self insurance camad li= A XH or better is preferred.) If any insurance carrier OF RENTON. possesses a rating of less than AM the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause (Cross Liability) Tux City reserves the right to approve the security of the insurance coverage provided by the insurance company(tes) terms 4) Policy may tigt be non renewed canceled or Mterial1Y conditions, and the Certificate of Insurance. Failure of the changed or altered unless foVOF rn (45� days ytio� �n Contractor to fully comply during the term of the contract with notice is provided to CITY RENTON. No_�n these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by- lifed V" t Page-SI'-IO Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kinri n.n the 07.18(3) 'LIMITS' Ii'ITII TILE FOLLOWING_ company, its agc_nts or representahyes 1-07.18(3) Lh-nits (RC) c. Amend the cancellation clause to state. -p 2licy may LEMM REQUIRED not be non-renewed canceled or material!y changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written not ie provided construed to relieve the contractor from liability In excess of to the City'. Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Llabriiity eo cancellation language specified above the City will accept a Gene ral Aggregate 00$2,0 ,000= written agreement that the consultant's broker will provide the Producmromplctrd Operations $2,000,000'* tegttired notlftcation. I Aggregate Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLC,OIYS. Pcr Darns a(Any Injury 1S .M. 1-07.20 Patented Devices, Materials and Processes 1',rti Damage{Any One Fart:) 550,000 r Medical Payments(Any One Person) S5,000 (APWA) Stop Gap Liability li,000,ODO t The Contractor shall assume all costs arising from the use of ***Amount Aggregate in apply per project patented devices,materials,or Pry used on or (ISO Form CG2503 or equivalent)) incorporatedrporatedincorporatedin•*Amount may vary based on project risk the work, and agree to indemnify; defend, and save harmless Automobile Liability The Contracting A_SM and their Bodily InpM/Property Damage 1; ,000,000 duly authorurd agents and employees from an actions of any (Each Accidera) nature for, or on account of the use of airy patented devices. Wort cn'Coarpensation materials,or processes. Statutory Washingnefuston -Labor and A Variable SECTION I-07.22 IS SUPPLEAIENTF.D BY THE FOLLOWING: (Show Washington Labor and Irdnstrics Number) Umbrella Laibility 1-07.22 Use of Explosiyts(APWA) Each O currence Limit 11,000, 0�00 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Operwiorls $1,000,000 Engineer,and then only under such restrictions as may be required Aggrcgye by the proper authorities. Explosives shall be handled and used in PmfessiorW Liability(If required) strict compliance with WAC 296-52 and suds local laws,rules and Fact Occurreme!Incidcnt/Chim 51,000,000 Agprcga� �000 000 regulations that may apply. Theindividual in charge of[he blasting shall have a current Washington State Blaster Users License. . The Contractor shall obtain, comp it comply wh, and pay for sncli The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two(2)years after permits and costs as are Mary in conjunction with blasting completion of the project.. operations. The Coneraetor shall promptly advise the C1T Y OF RENT ON Wben the use of explosives is necessary for the prosecution of the Work, in writing in the event any general aggregate or other aggregate the Contractor's insurance shall contain a special clause limits are reduced. At their own expense the CONTRACTOR Permitting the blasting. will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing stick SECTION 1-07 23(I) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under lyaffie(R SUPPLEMENTAL SPECIFICATION 'EVIDENCB OF The contractor shall be responsible for r1ling dust and INSURANCE': mud within the project limits and on amt street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipme m for the duration of the protect- shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks CONTRACTING AGENCY die following: power sweepers and other pieces of rrrnrpmcIIf as deemed 1) City of Renton Insurance Information Form (attached necessary by the engineer,to avoid creat*riQ a auLs 2M- herein)without modification Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project, and no compensation will be trade for this conforming to iterns as specified in Sections 1-07.18(i), 1- section. 07.18(2), and 1-07.18(3), as revised above_ Other requirements are as follows: Complaints of dust mud or unsafe practices and/or ' property damage to private Ownership will be transmraea A. Strike the following or similar wording: 'This to the contractor and prompt action in correxirne them wet Certificate is issued as a matter of information only be register d by the contractor. and confers no rights upon the Certificate Holder'; b_ Strike the wording regarding cancellation notification to the City: 'Failure to mail such notice shall impose Page-SP-I I Revision Date_May 19, IY97 r 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA.)-IS REVISED BY CHANGIIVG ALL ` FOLLOWING_ REFERENCES TO 'COMMISSION TBB SECRBTARy:OR `CONTRACTING AGENCY." 1-D7.24 Rights of Way (APWA) "STATE'TO READ ' SECTION 1-07.27 (APWA) IS REVISED BY cimNGnG Strcet right of way Litter, limits of easements, and limits of ALL REFERENCES TO -STATE" OR construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction aaivities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contmaing Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY Tg$ Work. Exceptions to this are noted in the Contract Documents or FOLLOWING. brought to the Contractor's attention by a duty issued Addendum. Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA) prvperty other than public right of way, the Corttraaor shall meet and fulfill all covenants and stipulations of any casement agreemert 1-08.1(1) Precomsfrudion Conference(APwA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are k ckKW in the of the Contract Documents. Addituonai doammem may be Catmaa Provisions or made available to the Contractor as soon as famished upon request at the cost of reproduction, Prior to practical after they have bear obtained by the F4gitteeti. undertaking each part of the Wort the iComraaor shall carefully Whenever easements or rights of entry have not been acquired surly and compare the Contract Documents and check and verify prior to advertising,these areas are so noted on the Drawings. The pertinctu figum shown thereat and aH appfiCable fidd Coorraaor shall not proceed with any portion of the Wort in areas measuremems. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer txrtifies to the Couxraaor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Coruraa has been exemted, but prior to the received_If the Conwactor is delayed due to acts of ornission on the Contractor beginning the Work:, a preanstucdon tbafetenee will part of the Contracting Agency in obtaining easaruetm, rights of be held between the Contraaor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited Ile purpose of the extension of titne. The Coatrteetor agrees that such delay shall not preconstrvction conference will be: be a breach of contract. 1. To review the initial progress schedule; Each property owner dmH be given 48 hours notice prior to 2. To establish a working tmdersumdmg among the various emty by the Contractor. Ibis includes entry onto easements and parties associated or affected by the Work; private property wham private improvements nest be adjusted_ 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing, wthoet notifications,approvals.submittals,etc.; expense or liability to the Comracting Agency,any additional fond 4. To establish normal working hours for the Work; and across thereto that dw Contractor may desire for temporary 5. To review safety standards and traffic control;and cormuction facilities, storage of mate or other Contractor 6 To diisauss suds other related items as may be pertinent to Deeds. However, before using any private property, whether rue Work- adjoining the Work or not, the Contractor shall file with the Tlx Contractor shall prepare and submit at the preeot E!Lt a Mn Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all hunp sent items; owtxr of each property d'usturbed or otherwise interfered with by 2 A preliminary schedule of working drawing submittals;and reasons of constnuction pursued under this contract.The statement 3. A list of material sources for approval if applicable, shall be signed by the private property owner, or proper authority 4. A Project Schedule. acting for the owner of the private property affected, stating that 1-08.1(2)Subcontracting (APR'A) permission has been granted to use the property and cif nocessary pamjts have been obtained or, in the case of a rdease, that the Work done by the Contractor's own organization stmu account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. 13efote The statement shall include the paged number, address,and date of computing this percentage however,The Contractor may subtract signature. Written releases must be filed with the Engineer before from the Awarded Contract Price) the costs of a_b the Completion Date will be established. work on items the comma provisions specifically be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work ardless of tin urdess the Engineer approves m w ' in Each *mom to subcontract shall be on the form the Engineer Provides- ii me Engineer requests the Contractor shall provide proof that subcontractor has the experience ability, and e4uiP nt_ work requires Each subcontract shall contain a provisson while tequ11'es the subcontractor to comply with Section 1-07 9 and to fumish au certificates submittals and statements required Py the Contract , Documents. Along with the request to sublet the Contractor shall submt the names of any contracting firms the subcontractor prPoseSto Page-SP-12 r Revision Dale.May 19, I997 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these tower tier Permission to work between the hours of 10.00 p.nl. and 7:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10-00 m and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be Sub to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work dwing th or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the wbeontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling, or received from the public or adjoining property owl o 2. Furnishing and installing ooriccete reinforcing and post- the noise from the Contractors operations. The Contractor [hall tensioning steel. Except for the 25 percent limit, tower tier have no claim for damages or delays should such Permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other The Fngineer will approve the request only if satisfied with than the agreed upon normal straight time wowing houts Monday r the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or F-�ineer_ These 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: rrginrmg the Er"ineer or stick contract, assistaius as the Engineer may deem netxssary to be l»dig 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contrac&m the contract and the Contractor's bold, Agency for the trust of engmeerm salaries paid (bnt wtmg 3. Create any contract between the Contracting Agency and Agency etaployees who worked durm><=6 tires- the the subcontractor,or Work performed on Saturdays and holidays as working days with 4. Convey to the suboonuactor any rights against the regards to the Contract Time; and considering mLdd k resort Smffs Contracting Agency. as multiple working days with respell to Conft-3d Time evm- The Coar=ing Agency will not consider as subcontracting: though the multiple shifts ocair in a sWle,24-hour period. (1)purchase of sand, gravel, crushed stone, airshed slag, batched Assistants may include, but are. not limited to surrey crew, concrete aggregates, ready mix concrete, off-site fabricated personnol from the Contracting Agency's ma m-W testing lab; structural steel, other off-site fabricated items, and any other inspectors; and other Cotmactietg Agency employees when in the materials supplied by established and recognized cone ercial opinion of the Engineer,such work necessitates their pteseme_ plants;or(2)delivery of these materials to the work:site in vehicles owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of ial battling companies. Contracting Agency Dnployees("WA) However, the State LAI may determine that RCW 39.12 Where the Contractor elects to wort on a Saturday,Sunday, Npiia to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-bour work shift on a regular above in accordance with WAC 296-127. if this should occur, the working day, as defined in the Standard-Specifications, such work provisions of Section 1-07.9 as modified or supplemented, MWI shall be considered as overtime work. On all such overture work. �r, an inspector will be present, and a storey treat may be requited at The Conti-actor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged, Minority, or Womeni's Business Enterprises firms Conft=ft Agency for the full amomit of the straight time plus that were subcontractors, manufacturer's, regular dealers,_or overtime costs for employers of the Contracting Agency mMked service providers on the contract. This certification shall be to work overtime hours. applied with the Firm Application for Payment on the form The Contactor by these Specifications does herebY authorize vided by the Engineer. the Engineer to pro deduct such costs from the amount due or to If dissatisfied with any part of the subcoritracted work, the become due the Contractor. Engineer may regmst in writing that the subcontractor be removed. SECT70N 1-08.4 IS DELETED AND REPLACED BY TfIB The Contractor shall comply with this request at once and shall not eloy the subcontractor for any further work under the contract. FOLLOWING: mp 1-08.1 Hours of Work(APWA) 1-08.4 Notice to Proceed and prosecution of the Work ("WA) Except inthe case of emergency or unless otherwise approved by the Contracting Agency the normal straight time working hours Notice to Proceed will be given after,the �� has been for the contract shall be any eonsum&e 8-hour per od between executed and the contract bond and evidence of mstirances have 7-00 a.m. and 6:00 p.m.of a work in day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall Ia hunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Prated has been given dY hourworicing period for the contract shalt be established at the the Engineer. The Contractor shall comma c°nstnucnrnr nt prction conference or prior to the Contractor commencing activities on the Project Site within ten t� of the Notice iv z�mu the Work. Proceed Date. The Work thereafter shall be pry Atlt4emly, If a Contractor desires to perform work on holidays, vigorously and without unauthorized inner�Uon t>ffi7 P — Saturdays Sundays, or before 7:00 a.m. or after 6:00 p.m.on any completion of the work. There shall be no voluntary shutdowns 0 day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor "rhOuj no aDProval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 9-hour period between 7.00 a.m. and 6:00 p.m. is not required. the Contractual •obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time_ on the working day prior to the day for which the Contractor is requesting permission to work. t Page-SP-l3 Revision Date.May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and , Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION I-08.9 IS REVISED PER SECTION I-OS.II. HOLLOWING: _ _ 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, SEC77ON 1-08.10(1)IS SUPPLF.AMN7ZD By RRMVS G ALL I The Wort shall be physically completed in its entirety within REFERENCES TO `STATE TRBAS DSP�OF the time specified in the Contract Documents or as extended by the TRANSPORTATION' IN IIIB LAST SBNTFrCB , Engineer. The Contract Tune will be stated in "working days" PARAGRAPH 5 TO READ `CONTRACTING AG.IVt yr . shall begin on the Notice To Proceed Date and shall end on the SEC 7ON 1-08.11 IS A NEW SECTION: I Contract Completion Date. A nonworking day is defuxd as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be nsble for the holidays: January 1, adequacy, efficiency,and sufficiency of his and his subs -MemorialMonday of F-ObRgagy, Day. July 4, Labor Day, plant and equipment. The Owner shall have the iglu to make s November 11.Thanksgiving Day, the day after Thanksgiving,and of the contractors plant and equipment m the peetfottnan�of� Christmas Day. When The day before Christmas shall be a wort on the site of nix work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be day after Christmas shall be a holiday what Christmas Day occurs considered as extra work and paid for acoordhigly. on a Monday. Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any n:xp sibili occurs on a Saturday, the two preceding working days shall be at any time, for the socurity of the site from the time ctmftmctor's observed as holidays:When'Chriumas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays the engineer and the Owner. The oontraetor s hau employ sack, What holidays other than Christmas fall on a Saturday, the measures as additional fencing barricades, attd watchmen service Preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the prptection city fall on a Sunday the following Monday will be counted as a of the site and his plant and egurprnert. The owner wilt be non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical Provided keys for all fenced,secured areas. records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work(RC) which periods. wort is anticipated to be performed Each The contractor shall give his personal attention to and shall tahccessive woriong day,beginning with the Notice to Proceed Date Supervise the work to the end that it shall be proseciutod faithfully, and ending with the Physical Completion Date shall be charged to and whm he is not personally present on the work site he sball at the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintradett who shall is designated a nonworking day or an Engineer determined have full authority to execute the same and to supply materials hmwortrable day. tools, and labor without delay, and who shall be the legal The F�gineer will furnish the Contractor a weekly report ERresentative of the contractor. The contractor shall be liable for ambershowing (1) the amberof working days charged against the the faithful observance of any instructions delivered to him or to Corhtract Time for the preceding week: 0 the Contrail Time in his authorized representative. working days; (3) the number of working days remaining in the Contract Time: (4) the number of nonworking days' and (5) any partial or whole days the Engineer declared unworkable.the 1-09 Measurement and Payment previous week. This weekly report will be amdated with the Contractor's current approved progress schedule If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: - and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged-as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered Pay quantities WIH be disaq=cy in the Contract Time as reported Otherwise the pied on the basis of said tally tickets delivered to the Inspector report will be deemed to have been accepted by the Contractor as correct- at the time of delivery of materials. Tickets riot t�eceipt by ibe requirements requirecnts for scheduling the Final Inspection and Inspector will not be hotared'for payment. Where items are specified to be paid by the ton, the following establishing the Substantial Completion, Physical Completion, and_ system will be used: Completion Dates are specified in Sections 1-05 11 and 1-05 12 -Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to aocom*+AlY tatb truckload of material delivered to the project The tickets shall bear at least the following information: l. Truck Nurnber.-' 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source)• 4. Net load weight(stamped at source) 5. Driver's name and date. Page-SP-14 Revision Dale-May 19,19W r 1-09 Measurement and Payment 1-09 Measurement and Payment 6_ Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Comma number and/or name. The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE lump sum Bid Item. The breakdown shall lis;the items included in FOLLOWING: the lump sum together wide a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for cash item. The summation of the detailed unit prices for each item shall add up to the lump star Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWAI payments or deductions or additions in payment for ordered work prop Payments for completed work and material on hand will be based upon progress estimates Prepared by changes. The detailed cost breakdown of each lump sutra item shall the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. prcconuntction meeting. Within 3 days after the progress estimate cutoff date(but not SEMON 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Conractor sham submit to ALL REFERENCES TO 'MATERIAL RECEIVER' 710 READ Engineer for review an Application for Payment filled out and 'ENGINEER." signed by the Contractor, covering the work nle prior to the SECTION 1-09-3 IS SUPPLEMENTED BY ADDING THE pr°grcu���cutoff dale, The Applicattn for Payment shag be PiDLLOWING: acoomMnied by documentation supporting the Contractors Application for Paynv--M 1-09.3 Scope of Payment (APWA, RQ If paYnwnt is requested for materials and equipment not Unless modified otherwise is the Contract Provisions, the Bid incorporaud is the work,but delivered and stored at a moved sites pursuant to the Contract Documents the Application for payment Reins fisted or refet+cttoed in the"Payment"clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Spetaftcatkms, will be the only items for which documentation warranting that the Contractor bus received the compensation will be made for the Work descnbed in or specified materials and equipm a and evidence that the materials and m that particular Section when the Contractor performs the equip are covered by appropriate rasm-ance or other specified wort Should a Bid Item be fisted in a`Payment"louse artangcmeuts to protect the Engineer's interests dwrein. - but not in the Proposal Form,and work for that itein is performed The initial progress estimate will be made not later than 30 by the Cmm-aaor and the work is not stated-as included in or days after the Contractor commences the Work,,and successive inadental to a pay item in the contract and is not wort that would progress estimates will be made every month thereafter until the be required to complete the item of the Contract per Section-l- Completion Date. Progress estimates made,during progttss of the 04.1. theft payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining parahahu to a Change Order. progress paymem• The progress estimates are suNed to change at The words`Bid Item,_ "Contract Item," and"Pay Item,"and any time prior to the calculation of the Final Payment pet similar terms used dumghm the Comma Documents are Section 1-09.90). sue- The value of Oct progress estimate will be the sum of the If the "payer" cause in the Specifications relating to any following unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensatim for cemm work quantity of acceptable units of Work completed multiplied by the or awerial essential to the item,then the work or material will not Unit Price. be meann-ed or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications- percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Spwdkmttom are Lump Stun Item. changed to singular form. 3 Materials on Hand 90 percent of irrvotced cost of Payment for Bid Items listed or referenced in the'Paymtxt" material delivered to Job site or other storage area approved by the cause of any particular Section of the Specifications shall be considered as including all of the Work required, or Engineer. Orders entitlement for an eJ`tra CDA or descrPoed in that particular Section. Payment item will generally completed extra work as determined by be listed generically in the Specifications, and specifically in the with the Progress payments will be made in accordance bid form. when items are to be 'hunished" under one payment progress estimate less: item and 'installed" under another payment item, such items shall 1 Five(5)percent for retained percents a bt furnished FOB project site, or, if specified in the Special reviou n ade. 2 The amount of Prognxs Payments P Provisions, delivered to a designated site. Materials to be q AvencY for 3 Funds withheld by the Cothtra 'furnished,- or `furnished and installed' under these conditions ts. regard shall be the responsibility of the Contractor with to storage disbursement in accordance with the Co d 1l - Progre ss payments for work performrm 2jed shall—not be evrdentce until such items are incorporated into the Work or, if such items of acceptable performance or an admission W d1C Comtradtng are not to be incorporated into the wont,delivered to the applicable Agency that any work has been satisfa toly completed. Contracting Agency storage site when provided for in the payments will be made by warrants, issued by��"fig Specifications_ Payment for material 'furnished,' but not yet Agency's fiscal officer,against the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to project Payments received on account of work performed by a the extent allowed. subcontractor are cubic u to the provisions of RCW 39.04250. SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATTiRLAL r. Page-SP-I S Revision Date_May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and payment 1-09.9(2) Retainage(APWA,RQ 1-09`9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be rctaiined from monies and Disburse Certain Amounts(A- WA earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60 28 and 5 percent of the monies earned by the Contractor. Such retaimage subject to RCW 39.04.250 RCW 39.12 and RCW 39.76 the ' stall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold the State with respect to taxes imposed pursuant to Title 82 RCW due or deduct an amount from any payment or payi7te>ne du � which may be due from such Contractor, and (2)die claims of any Contractor which, in the Engineer's opinion ma Y be ner,.r.� he person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall at the following situations. option of the Contractor,be: 1. Damage to another contractor when there is evid 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. ""e 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees Sr charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contnc for is loan association(interest on monies so retained may be paid to the obligated to pay. -_ -- C xtuactor)_ 3. Utnflaing material tested and inspected by th txr e Engineer 3. Placed in escrow with a bank or trust company by the for purposes not cd with the Work(Section 1-OS� Coacting Agency. Wben the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07 16 escrow the Contracting Agency will issue a check representing the 5 For overtime work performed by City Personnel per stint of the monies reserved payable to the bank or trust company . Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and searraks chosen by the Contractor and approved by the complete the Work oa time: Contracting Agency-and the bonds and secwities held in escrow. it. Per Section 1-08.9 Ligddated Damage:of Interest on the bonds=and smurities may be paid to the Contractor b. Lade of construction progress based upon the Enginietr's as the interest accnms. review of tine Con eta tDes approved prMcss schedule which The Contractor shall designate the option desired spa indicates the Work will met be completed within the Contract TSme Wben calculatim an anticiaated time cvetrtm the Fnzinecr will at make allowaw s for weather delays approved unavoidable delays least IO working days prior to the first progress payment for the and stuspeasi m of the Work. Tic amount withheld under this aoutract. The Contractor in choosing option (2) or (3) agrees to subparagraph wit! be based upon the liquidated damages amount assmne full responsibility to pay all costs which may accrue from per day set forth in Contract Domnents multiplied by the number escrow services, brokerage charges or both, and further agrees to of days the Contractor's aMroved progress sdiedule,in the opinion asstaoe all risks in cm=tion with the investment of the retained of the Engirxer, indicates the Contras may exceed the Contract petxstages in saxrrities. The Contracting Agency may also at arts Time. optiont, accept a bond for all or a portion of the contractor's 7_ Failure of the Contractor to perform-'army of the ruxainage. Contractor's other obligations under the contract, inchading but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12 RCW 39.76 and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when regWred by the Contract Provisions. 1. On contracts totaling more than$20 000.00 a release has b. Fafl re of the Contractor to protect survey stakes, . been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required—by (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage- unauthorized work(Section 1-05.9) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contra r to furnish a Mannrfactare's Ag_xtxtey for the Contractor and all Suboontractors regardless of tier Certificate of Compliance in lieu of material testing and inn (RCW 39.12.040). as required by Section 1-06.3. In the event claims are fled the Contractor will be paid such a Failure to submit weekly payrolls intent to Pay. mined percentage kss an amount sufficient to pay any such Prevailing Wage forms or correct undcrpaymerut to emPl of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required bymn suffrcrent to Pay the cost of foreclosing on claims and to cover 1-07.9. attorney's fees. L Failare of the Contractor to pay worker's benefits (I the Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. R. Failure of the Contractor to submit and obtain a rovm Pwsuant to Section 1-07.10 the Contractor is responsible for of a progress schedule per Section 1-08.3. the submitting to the State I&I a "Request for Release'form in order The Contractor authorizes the Engirxer to act as,acne for for the Contracting Agency to obtain a• release from that Contractor disbursing such fiords as have been withheld P to department with respect to the p of industrial insurance this section to a party or parties who are end led to Pa_ medical aid praniunns. The Contracting Agency will ensure the Disbursement of such funds if the Engineer elects to do so wul be Washington State Employment Severity Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contract+n9 Agency's intent to do so and�f notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agcrncy organizations. 1 no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has,"Protested such disbursement. Page-SP-16 Revision Date.May 19, 1997 1-09 Measurement and Payment 1-09 Measnrernent and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws tct orrt',,.. e_ and ' Ma Contractor in accordar with this section will be made. A regulations Federal, State, or local — that affect the Cortttatx payment made pursuant to this section shall be considered as The date the Contracting Agency unilateral. sn gamy. paymcrnt made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance daft __ Contracting Agency shall not be liable to the Contractor for such 05.12). � If Pa�nma made in good faith. 1 09.1I Disputes and Claims legal action is instituted to determine the validity of the ctaims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION I-09.II(2)IS REVISED AS FOLLOWS: written seulement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment (APWA) Failure to submit with the Final Application for Payment Fatal Upon Acceptance of the Work by the Contracting Agency the ch information and details as final wnount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.I1(3)IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amours as may be 1-09.11(3) Time Limitations and Jurisdiction spcciftcally excepted in writing by the Contractor, (�A) 2. for all things done or furnished in connection with the 'Ibis contract shall be t)cd and interpreted is aocordance Work with the laws of the State of 14M The verse of My claims 3. for every act and neglect by the Contracting Agency,and or causes of actions arising froth this cotxract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the comity where the work is performed. of Me Wort For co A payment(monthly, final, retainage, or otherwise) shalt no convenience of the verities to this contact, it is mtrmalty agreed dint any claims or causes of anion which the eoUraetor has rriease the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this enact shall be obligation requimd tinder the terms of the Contract Documents or brought within 180 days from the date of Final AccgAar re of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties undaUand and the Contracting Agency's ability to investigate and act upon agree that the Cont_actor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract;nor shall suds payment preclude the Contracting Agency causes of action- _ front recoveries damages,setting penalties,or obtaining such other It is further nmtually agreed by the parties that wherh:any remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Wont will be accepted by the Contracting Agency, Contracting Agency arising from this contract art: filed with the the Comer dWI rarbmit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB,MBE,or WBE subcontractors regardless of tier. On Federally-funded proiects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loam gratuity SECTION 1-09.13(Z) (RC) IS SUPPZFIALIVTHD BY or Rift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "TIfUR-ST�ON COUMY' Specifications. WITH THE WORDS `KING COUNTY' If the Contractor fails, refuses, or is unable to sign and rcturn the Final Progress Estimate or any other domnents.required for SECTION I-09.13(3)IS SUPPLOLUVTED BY ADDING: the final acceptance of the contract, the C.ontraciing Agency reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration(RQ accept the contract. Unilateral acceptance will occur only after the The findinr and decision of tine board of arbitrators shall be Contractor has been provided the opportunity, by written request fatal and binding on the parties unless the 99Mv�t> Y, within from the Engineer, to voluntarily subunit such documents. if 10 days, challenges the findings and decision by s5P2M and filing voluntary compliance is not achieved, formal notification of the a pention for review b ;die superior court of Ymg Coun impending unilateral acceptance will be provided by certified letter Washington The grounds for the Petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The i Are not responsive to the questions submi 30-calendar day deadline staler begin on the date of the postmark of 2 Is contrary to the terms of the cortbad or any component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency to 3_ Is arbitrary and/or is not based upon the livable facts and the law controlling the issues submitted to arbitration. 1ne unilaterally accept the contract will apply to contracts that are r g forth in completed in accordance with Section 1 08.5 or for contracts that board of arbitrators shall support its decision by scttmE are terminated in accordance with Section 1-08.10. Unilateral meting their findings and conclusions based on the evrdcncc acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or 1 Page-SP-77 Revision Date_May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traf(ie Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish addrtiooal statutes of the State of Washington and court decisions governing channelizmg devices, pieces of equipment, or services wh.rt,wind such procedure. not be usually anticipated by a pnrdent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, theft a new item or itrmc and the contractor unless it is the board's majority opinion that the may be established to pay for such iteuts. Further limttatj for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case all costs shall be borne covered by other pay items in the bid proposal they HTe not by the contractor_ specified in the Special Provisions as incidental and accumulative cost for the use of each individual chatmelb in device, piece of equipment, or service must exceed S200 in t 1-10 Temporary Traffic Control ow cost for the duration of thur need. In the event of d' the SECTION 1-IO.I IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent FOLLOWING: contractor. The cost for these items will be by agreed Rum price cstablistied by the Enguxcr, or by force account. Additional.items 1-10.1 General g required as a result of the Contractor's modification to the traffic Whed the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items descnW in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the worst under the contract increases or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 peter,an equitable add wiq be construction signing and other channelization devices, for the item 'Traffic Control"W address rite mcrease or unless a pay item is in the bid proposal for any specific decrease• device and die Special- Provisions specify furnishing, SECTION 1-10.20) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor,equipment,and supervisory 1-10.2(1) Traffic Control SupetvisotTQ(SA) personnel for all traffic control labor, 3. Furnishing arty necessary vehicle(s) to set up and remove S11PCPAG%"-TI'4he Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices, - for the project The TCS shall be certified inas-a worksite traffic ' control 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the constriction signs and the traffic Pi0ainscndcat ar the TCS. The TCS shall assure that control devices, unless a pay item is in the bid proposal to pzifaFm all the duties of the TCS are performed during the duration specifically pay for this work,and of the contract S. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required The TCS may sib and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the proiect. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specked or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person respoisible for traffic control at the work site. -The traffic control Plan shall include descriptions of the traffic control methods and devices to be short of .Possession of a current Sagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS-' shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control PLins C notify them in advance of any work that will affect and The Contractor shall bee for assulin that crafGc traveled portion of a roadway. control is installed and maintained in conformance il isbod standards The Contractor shall continutnisl 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 am. to 8:30 a.m., correct any problems that become evident during operation. and 3:00 p-m. to 6:00 p.m_, or as specified in the special , rovee SECTION 1-10.3(3)EA.S BEEN RBYISEDAS FOLLOWS-- p isions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Com"c ion Signs during periods when they are not needed. All signs required by the approved traffic control plans) as If no bid item 'Traffic Control' a well as any otber appropriate signs prescribed by the Engineer— ppears in the proposal then required to conform with established standards, will be furnished all work acquired by these sections will considered incidental and by ContFaGtingContractor their cost shall be included in the other items of work. ->- Page-SP-18 Revision Date:May 19, 1997 r 1-11 Renton Surveying Standards 1-I1 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item 'Traffic Control- will be considered for an table Class A or Class B construction signs adjustment per Section 1-04"6 only when the iota( �.,,.. _—_ u [rCe 1 _ increases or decreases by more than u percxrit. 11 "hcf-costs for the work to " provide Class A or Class B construction signs shall be included in The Lump Sum wait contract price eshall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for any oat-pilot car operation. Any necessary flaggcrs will be paid under the SEC 7ON I-10.3(6)IS REVISED AS FOLLOWS. item for traffic control 1abec. 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone The m s Lump Sum unit contract price hall be M pay for all costs for the labor provided for performing thou construction operations described in Section 1-103(1) and as authorized by the Engineer „. Thto the ho e Lump Sum wait contract price #ashal! be full pay for all costs for performing the work described in Section 1-103(3) and Section 1-I03(4). This payment will include all labor,equipment, and vehicles U20C Co;;Uvl necessary for the initial acquisition, the initial installation of Caritractor-Furnished One-Way Piloted Traffic Corivrol. The Cl A signs,and ultimate return of all Contracting Agency_ Contractor shall furnish the pilot cars)and driva(s)for the pilot car firraUed control area Any necessary flaggers shall be furnished by the Contractor The Lump Sum wait contract price pc"ay-shall be fu11 pay for aU costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" duriap 2a c DELETE SEC77ON 1-10.4 AND REPLACE WITA: All costs for the vehicle(s)required foa the Traffic Control Supervisor shalt be included in the Lump 1-10.4 Measurement(RC)(SA) Sum unit contract price for-Traffic Control Sugc;;,siea." No specific unit of measurement will apply to the lump sum item of"'traffic Control". SEMON I-10.S IS REVISED AND SUPPL XLEN7ED AS . „ FOLLOWS. 1-10.5 Payment(RC) bo Paid Payment for all labor, materials, and equipment described in ' Section 1-10 will be made in accordance with Section 1-04.1, for the following bid iternt when thgyam included in the proposal `Traffic Control,'lump aim The hump arm contract price shall be full pay for all costs not " covered by other specific pay items in the bid proposal for The Lump Sum arils-contract price 3ll be fun furnishing, installing, maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section conformance with accepted standards and in such a mariner as to maximize safety,and minimize disnrption and inconvenience to the babe+ public.. Progress payment for the hump sum item 'Traffic Control' 1-11 Renton Surveying Standards will be made as follows: a. When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11 1(1) Responstbt7ity for surveys and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveYT9 ' b. Payment for the rem under the provisions of Chapter 18.43 RCW. aecordance remaining 70 percent of the amount All surveys and survey reports shall S prep in bid for the item will be paid on a prorated basis in accordance with the total job progress as determined with the requirempents established by the Board of Regis_U for Professional Englneers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. t- Page-SP-I9 Revision Date:May 19, 1997 1-11 Renton Surveying Stand>rds 1-11 Renton Surveying Standards 1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field not coordinate base: The North American Datum of 1983t91. ' 1-11.1(S) Corners and Monuments (RC) All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monnunw-as. The source of the coordinate values more boundary lines. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corners location on the ground. T1he horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record wbirh the closure requirements of WAC 332-130-W. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Mnim= Standard A corner or other survey point established by or under the DdaU Requiremtnrs for ALTAIACSM Land Tick Surveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General band Office comparable classification in future editions of said document. The and its successor the Bureau of land Management !!Eluding in ular and linear clostue and precision ratio of traverses used for section subdivision comers down to and including ones survey control shall be revealed on the face of the survey drawing, sixteenth corners;and as[hall the method of adjusunent. • Any permanently monumented boundary, right of way The horizontal component of the control system for surveys alignment,or horizontal and vertical control points established using global positioning system methodology shall exhibit at least I part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private S veyor including 95 percent confidence keel and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys cow' as defined in Geainetric Geodetic Acavacy &andards do S,pecgkoatforrs for Using GPS Relative Positioning Teduthmes dated 1-11.1(6) Control or Base Line Survey(RC) August 1 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create permanent strictures such as The vertical component of Al surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988 the North American Vertical Datum of 1988, and ligM poles, or any non-sinxle family buflding. Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consjst of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such drat every structure may be the project site a tie to both shall be made. The benchmark(s)wised observed for staking or 'as bail ' while oocupyiag one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument_ A minimums of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing Montmtients, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Corium or drougWA the duration of the project- Source of elevations Base Line Survey shall occupy each monument in turn, and shall (bemhmark)will be shown on the drawing ap as well as a description satisfy all plicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, Igible and drawn to an apptvpriate scale North orientation should be clearly 1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality[fiat a reduction thereof to ong4Wf the controlling monuments used and the subdivision of the original stale re nainc legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch tnylar and well dull reveal the controlling monuments measurements, and comply with all provisions of Chapter 58 09 RCW. A methodology used in that retracement. ph.tpg &c mylar of the drawing will be submitted to the City of Renton and upon their review and ante >Per the is 1-11.1(4) Field Notes (RC) requirernents of the project, e original will be tecorded with the th Field notes shall be kept in conventional format in a standard King County Recorder, bound field book with waterproof pages. In cases where an If recording is not required the survey dradino dhiall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar and the original or a sketch and a record of control and base line traverses describing photograpluic mylar thereof will be submitted to the Cry of Reason- station occupations and what measurements were made at each The survey drawings"I meet or exceed the tmut"rp�s of point. WAC 332 130-050 and shall conform to the Ciri of Renton s Every point located or set shall be identified by a number and Drafting Standards American Pubtic Works Assoua - bOis a description. Point numbers shall be unklue within a complete shalt be used whenever possible and a legend shall ides ail job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol !s not dtxcn at page and point set on that page. Example: The first point set or eacb use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No.348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listing should Upon completion of a City of Renton project either the field include the point number designation (cotrespondi^° with that i , notebook(s) provided by the City or the original field notebooks) the field notes) a brief description of the point and®in& used by the surveyor will be Riven to the City. For all other work, casting and elevation (if applicable) values all in ASCII f__�* surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. !. Page-SP-20 Revision Date May 19, I P97 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1('7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referent nr (gg Vertical Surveys for the establishment of bench[ marks shall All property or lot corners, as defined in 1-11 tic. satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bend[ marks shall be referenced by a permanent marker at the corner r'^ira per lrpe 1 meet or exceed the standards, specifications and proctdures of third 112(1). In situations where such markers are impractical or in order elevation accuracy csiAbiished by the Federal Geodetic danger of being destroyed, e.g., the from corners of lots Control Committee. marker shall be set. In most cases,.this will be the extmion of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both rccoverablilty and positive identification on recovery, described on the face of the plat or survey of record, e g 'TaclLs in lead on the extension of the lot side Ines have been sit in the 1-11.1(8) Radial and Station —Offset Topography nubs on the extension of said line with the curb.- In all other (C) cases the corner shall meet the requirements of section 1-11 2(1) Topographic surveys shall satisfy all applicable requirements herein, of section 1-11.1 herein. All non corner monuments, as defined in 1-1 11(5) shall meet All points occupied or back sighted in deve-loping radial the requiremezus of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the monument shall be set below the ground shall meet the requirements of section 1-11.1 herein. COWain� The drawing and electronic listing regub ments set forth in with n>�'�lidded c� ,Pa sermon 1 1 .2(3). kept separate from d)_,- monmIen, and fjjv,�h s all 1-11.1 herein shall be observed for topographic m"eys withthe In the case of right of way ceiuerline monumeM all points of 1-11.1(9) Radial Topography (RC) - curvature(PC),points of tangency(PT),street intersections.CCuW Elevations for the points occupied or back s4 thted in a radial points of cut de sacs shall be set. If the point of intersection,P)_ topographic survey shall be determined either by 1) spirit leveling for the tangmis of a carve fall within the paved portion of the tiltht with miselosure not to exceed 0.1 feet or Federal Geodetic Control of way,a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specificatom, OR 2) of the curve_ trigonometric leveling with elevation differences determined in at For ail non comer monuments set while under contract to the kast two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 fem of property, a City of Renton Motet Card (furnished by the city) identifying the momunent; point of intersection(PI), pour{of 141.1(10) Station—Offset Topography(RC) tangency (PT), point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument, street pion, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the mon umeM a minimmn of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Bunt Survey(RC) 1-11.2 Materials All improvements required to be 'as-built' (post conshuction survey)per City of Renton Codes, T=4 Building Regulations 1-11.2(1) Property/Lot Corners(RC) and TITLE 9 Public Ways and Property, must be located both Comers per 1 11 1(�)shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 12 inch diameter r+ebar 24 inch a in duuable nnetal survey. The 'as-bw'h'survey must be based on the same base-line plugs or caps tack in lead etc and permanmd marked or tagged or control survey used for the construction staling survey for the with the surveyor's identification number- The speafre nature of unproven ants being 'as-bath". The 'as-bnitt' srttveY for aU the marker used can be determined by the stuveYor at the tine of subsurface improvements should occur prior to backfilling.--Close installation. coopaatioru between the installing contractor and the 'as-bunting" surveyor is therdore required. 1-11.2(2) Monuments (RC) An'as-built'surveys shall satisfy the requirements of section Monuments per 1 11 1(S) sha11 meet the r cuts as $et herein and shall be based upon control or base line forth in City of Reston Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identifr�ion�—bee• The field notes for 'as-built' shall meet the regoiremrnts of section 1-11.1(4) herein and submitted with stamped and signed 1 11 2(3) .-Monument Case and Cover 'as-bnilt' drawings which includes a statement certifying_the Materials shall meet the requirements of section 9-22 and City ' acarracy of the'as built'. of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all 'as-built' Page-SP-21 Revision Date_May 19, 1997 r 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankrnept Division 2 Earthwork quantities and changes will be corn manuallyor b means of electronic data rocessip- either i Earthwork use of the average end area method, than the b work as directed b the ithcer that would alter these a I shall be calculated b the Engineer and submitted 2-02 Removal of Structures and for his review and verification to rj,Contractor Any excavation or embankment beyond the limits Obstructions the Plans unless ordered b the ineer, mdt�ted m All work and material return these required to shall d for. areas to their original conditions as directed b the SBCTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS irheer shall be FOLLOWS: by the Contractor at his sole expense All areas shall be excavated filled and/or backfilled as i 2r02.3(3) Removal of Pavement, Sidewalks, and --- necessary to comply with the grades shown on the Plans. In filled Curbs (RC) and backfilted eras fine grading shall begin d *he platen ,. In removing pavement, sidewalks, and curbs, the Contractor and the compaction of the final laver. In cut sections fine sw: shall begin within the final six (6) inches of art Final grad ing 1. Haul broker-up pieces ' shall produce a turface which is smooth and eyM WMWMab mipt to some off-project site. changes in grade. _ Cover -nu" Excavation for curbs and gutters shall be ac, Fight of-way widl�-z MnEhLsW by 14264 5 fees of Coil- __ cuttim—accurately to the cross sections ferades and dcv� S. Whey an area where pavement has boat removed is to be shown. Care shall be taken not to excavate below the ed j opened to traffic before pavcnt nt paid ing has been completed gets' The Contractor shaft maintain all excavations fix from temporary mix asphalt. c� wrete detrimental Quantitiesa on leaves, brush, slides. trash and other patch shall be required, debris until al acceptance of the Work. Tt�orary patching shall be placed to a minimum depth of 2 Following remora! of me hes wunedhately after badcfdling and compaction are complete tomil or excavation•to grade and and before the road is opened to traffic MC cold mix or MC trot before placmx= of fills or base course, the subgrade under the mix shall be used at the discretion of the noj ►roadway shall be Proofrolled to tdetshfy any soft or loose areas I veme=, which rnav warrant addrhoffi1 ovmpaction or excavation and pa sidewalks, or nubs lie within an excavation replacement. area and are not motioned as separate pay items, their removal The Contractor shall rovide wi31 be paid for as part of the quantity removed in excavation. If temporary drainage or protection to keep the subgrade free from standing water mat mentioned Aca�table excavated native soils shall be used for fill in the as a separate item in the Proposal, they will be measured area requiring fills_ Care shall be taken to place excavated material and Paid for as provided under Section 2-02.5, and will riot be at the opttmu n moisture content to achieve the specified induded in the quantity calculated for excavation. Any native material use for fill shall be free of compaction-SECTION 2-02.5 IS SUPPLEMENTED BY ADDING organics and debris and have a maximum particle size of 6 inches It shall be the resp ibiL of the Contractor to prevent the 2-02.5 Payment(RCZ native materials from becoming sannated with water. TLe 2. 'Saw Cutting',per Linea!Foot. measures may include sloping to drain, compacting the native 3. 'Remove Sidewalk' per Square yard materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter' per Lineal Foot" Contractor fails to take such preventative measures any costs or ' S. 'Cold Mix'.per Ton delay related to drying the materials shall be at his own tacpense 6. 'Remove Asbha t Concrete Pavemm -per square yard If the native materials become saturates it shall be the 7. 'Remove Cement Concrete pavene "per square yard_ responsibt7ity:of the Contractor to dry the materials. to the 8. 'Remove existing -per optimum moisture content. If sufficient acceptable native soils are All costs rebted"to-dw removal and dicnnsal of Structures and mot available to complete construction of the roadway emban)m>ent, Obstructions including saw cutting excavation, bacldiIling and Gravel Borrow shall be used. tanporary asphalt shall be considered incidental to and included in If subgrade trimmer is not require on the project,all portions Other items unless desitmated as specific bid items in the proposal of Section 2-03 shall apply as though a subgra le trimmer were specified. If sufficient acceptable native soils as determined by the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadwa Embankment embankment, Gravel Borrow meeting the requirements of Section ' 9-03.14 of the Standard Specifications shall be used_ SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING_ 2-03.3 Construction Requirements(RC) 2-03.4 Measurement (RC) , Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work perfol-med unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by L At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation and unsuitable foundation excavation - by the Page-SP-22 i" Revision Daft:May 19, 1997 r 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number time and date and be approved by the engineer. SECTION 2-06.5 IS SUPP113bEN7'E0 SY ADDING THE FOLLOWIIVG. SECTION 2-03.5 IS REVISED AS FOLLOWS. rade�� Payment mid 2-03.5 Payment (RCS Sub d g preparation an maintenance including waterinc Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof sha11 be included in the appropriate unit or lump sum 1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A(B, C, etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that part below the 2-foot depth shalt be paid for as provided in Saaiop-4-W-4 Item 3 of this payment section. In this ��B'ING_ t case, all items of wort other than roadway excavation shall be paid 2-09 1 Description (RC) i at unit contract prices. This work also includes the excavation haul and di_snosg of The tutu contract price per cubic yard shall be full pay for all uinstutable materials such as peat, 9ILm swampy or tmuiitable excavating. loading, placing, or otherwise disposing of the matntals including burred logs and stumps. material. t_The unit contract price per cubic yard shall ?r-09.3 Construction Requir ments iudude haul. SECTION 2-09.3(I)D IS REVISED AS F LLOWS. 3. `Unsuitable Foundation Excavation%per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC) The unit contract price per cubic yard for "Unsuitable AllFoundation Excavation" shall be full pay for excavating. loading, s costs for disposing of excavated material within tits project and disposing of the material. limits shall be inducted in the unit contract price for structure excavation..Class A or B. The unit contract price per cubic yard shall include haul- ? 2:1@ unk can=ct price pa;: cubic 3wd fQ;: "FAm-bankmePt mast&hs raquiramcpfr of If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for QMb-AkM*A4 compaction Shp*," 4; the pr'OPQ;a -ter, Only loading and hauling the material the full required distance. otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item_ All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS-- items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by me cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance wide section l 092. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS. installation of the pipe or paid for as other gravel bacldill unless a 2r(14.5 Payment (RCS specific separate pay item is included in the contract for gravel ball for pipe bedding. SECTION 209.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: All costs for the hauling of material to from or on theme site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard- -Structure Excavation Class A Incl- Haul",per cubic yard- "Structure Excavation Class B Incl- Haul". per cubic yard- The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials. tools, equipment, and pumping or shall be included in the unit bid price of other iiemq of work if -Struciure Excavation" or Page-SP-23 Revision Date_May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Ilaul- are not listed as pay items in the contract. _ 'Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line meautrernem of the excavation and shall not include the extra excavation beyond the treat tine. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is requited, then shoring or extra excavation shall be considered incidental to the wort involved and no further cpnVensation shall be made. `Gravel Baccfill (Kind) for t"IYac of Excavation), per Cubic Yard or per Ton'. . When gravel backfill is paid by the ton,the Contractor shall take care to assum to the satisfaction of the Fmgit)cer that such per tm backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel ball is not being used for its designated purpose shall be grounds for the Engineer to deny paymew for such load tickets. Unless included in the contract as a separate pay item gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be mcluded in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. t- Page-SP-24 Revision Date:May 19,1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were 4 No supplemental eciricatio ns werenecessary necessary No supplemental specations were necessary for Division 3. No supplemental specifications were necessary for Division 4. I t= Page-SP-25 Revision Date:May 19,1997 5-44 Asphalt Concrete Pavement 5-44 Asphalt Concrete pavement Division S (2) Samplar, for- compliance of g4adation Surface Treatments and Pavements samples-teWhen a sample from uncornpacted mix is new t Contractor shall ensure that the samples can —be obtanedi in 5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712.-:rh SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS �Iulix lvetlicle_ FOLLOWS. B_ Definition of Sampling Lot and Sublot_ For the purpose of acceptance sampling and testing, a lot-is�defined as 5-04.3(8)A Acceptance Sampling and Testing(RQdie total quantityof material or work 1. General. Acceptance of asphalt cement concrete shall be moced tor o_ mix sr—provided under—ttatiatical-ems a nonstatistical acceptance. formula (JMF). Only one lot per JMF is e -r4g�r, Determination of-caustics! nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid helm involving mix of a specific class_ Dense graded mixes(asphalt concrete pavement Classes A.B, F., F, and G) sinak�iil l be evaluated for quality of gradation on.a Tlie JMF daiilyWt basis by the Contractor. This gradation analysis shall beMe DAF is is Section 9- based on WSDOT Test Method 104 and the results delivered to the Contracting Agency by noon of the following working day- This �� (Basis of Acceptance). The Contractor may not snake information shall be used by the Engineer to evaluate conformance any changes to the JMF within prior written approval of the with Section 9-03.8(6)A.2.-and A-.asphalt content shall be tested at Engineer. the FAmginmes discretion if the Compaction Pay Factor(Section 5 043(10)B)falls below LOD. "o-piG&C ig approved. all of the mWctiA produred up to the time-of The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sues greater than 1/4" and t2%for sieves smaller than the No. 10,then the costs of the sampling and testing shall be borne by dne Contractor. If the tT-est results vary from the Contractor's data asa-within the ranges listed abov = then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one A_ nc sample for each sublot of 400 tons or each day's production, whichever is least, When proposal quantities exceed I,?AO tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 9W tors. C- Test Results- The Engineer will furnish the Contractor with a copy of the results as they become available of ail D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance ef-att-e + 2. Aggregates. _Aggregates will be accepted for sand well use the Nuclear Asphalt Gauge Procedure*. WSDOT Test Method 722-T. What sample testing of gradation is net�sarS' equivalent and fracture based on their conformance to the k requirements of Section 9-03.8(L)_ Aacceptance testing for compliance of gradation will use the Quic requireiet<t,. Determination of Aggregate Gradation using Alternate Solvent Procedure; WSDOT 3. Asphalt Cement. Asphalt Cement will be accepted tes E. RejeccttMiTest Method?23 T. lost based on Hair-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may= prior to 02.1_(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any the asphalt cement changes, a new job mix formula (JMF)shall be evaluated and approved. such new material will be sampled, tested, and evaluated for acceptance. , 43. Asphalt Concrete Mixture A_ Sampling (Z) Rejection_-by Engineer Without I'estinR��+�T The Engineer may, without sampling, reject env bay load of (1) A sample will not be obtained from either the first or last section of roadway 25 tons of mix produced in each production shift. t Page SP-26 Revision Date:May l9, 1997 r "4 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement matwisl that appears defective in gradation or asphalt cement SECTION 5-04.43(10)A IS SUPPLEMENTED By ADDrtG content. Material rejected before placement shall not be THE FOLLOWING_ incorporated into ar " pavement. Any rejected section of S-043(10)A General (RC) compacted c4adwaypavement shall be removed. The Contractor shall not use vibration when corn actin on a No payment will be made for the rejected materials or the street where A.C. Line (Transite) is in place (refer to City of removal of the materials unless the Contractor requests that the rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested,a minimum of three representative samples A.C. firm.) will be obtained and tested. Representative samples to be removed SECTION S-04.3(10)B IS REVISED AS FOLLOWS.. for testing from compacted pavement shall be removed by toting. S-Od 3(10)B Control (SA) AccefA=ca of rejected allser-ill utill be bawd on the &C-6,61-Gal accaptalwo Gpecific-tio;1 If'he the rejected Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course 1 _ thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis CautFactine Aeoncy and the mix will be compop'&atod CRP o using the definition of a sublot described in Section 5-04 3(g) The specified level of relative density shall be 92L.0 percent of the captance of the initially reference maximum densit}+ rejected`xpactad material will use the acceptance sampling and Method 7Ql . The reference maximum density shall be determined testing methods. If the material does not fall within the iob mix as that developed in the Fob mix formula 2&a4h� avonga farrnata tolerances of Section 9-03.9(6)A, the mix will be rejected and an costs associated with sampling,testing and removal shall be coaQme being placed. If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most record tests of maximum density may be and replaced with new material at Do expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material _falls within the Fob mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accgxed for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adtustment of Section 5-04.3(10) eua1uu4Qa—of three f�a nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by m_ within each density lot lass.The Engineer will a Copy of the results of all acceptance testing performed in the field as soon as the results are avar-labt Pavement compaction below 89 percent of the reference maximum density shall not be accepted Relative densities falling betweea 139 percent and 92 percent shall be subject to the price adjtrsta=M of Scetron 5- 04.5 1 B. For compaction lots failing below a CPF of I•DD and thus subject to price reduction or rejection, cores may be bisect as an alternatives to the nuclear density gauge tests. 6 ausr--$auiag, When the Contracting Agency►eque�coC and the erg; level of relative density within a sublot is less_t1�YL•0 tie cost for tltc-coring and testing shall be borne by the Contractor When the Contracting Agency requests cores and the level of relative citn"ty wrtrun as sublot is greater than 92 0 percent the cost for con_ w;ll be shall be borne by the Contracting Agency. #Xp At the start of paving, if requested by the Contractor a compaction test section shalt be constructed, as directed by the Engineer, to determine the compactibility of the mix design. j t Page-SP-27 Revision Date_May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete pave went Compactibility shalt be evaluated as the ability of the mix to attain SECTION 5-04.5(I) QUALITY ASSURANCH PRICE ig_ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greattr referenced to the specified minimum density (924 percent of the reference maximum density SECTION S P4.5(1)9 IS DELETED AND REPLACEDg r wrr Method 705). If a compaction test section is-requested. a THE FOLLOWING: Compaction pay factor of 1.00 shall apply until compatibility is 5.-04.5(1)A Price Adjustments for Quality of AC proven. Following determination of compactibiility, the Contractor (RC) MIxx , is responsible for the control of the compaction effort. If the Nonctatistical Acceptance-Each lot of asphalt opts Contractor does not request a test section, the mix will be pavement produced and having all constituents f a'ete considered compactible. falling �thln I the limits of the job mix formula Shan be Asphalt Concrete Classes A, B. E, F, and G constructed accepted at the unit undo conditions other than listed above shalt be compacted on the contract price. If the constituents of the mix fan outside the limits of the job mbc formula,the mix shall not be accepted(�basis of a test point evaluation of the compaction train. The test Section S44.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.S(I)B IS REVISED AND SUPPLEMENTED AS , compaction train, required to attain the maximum test point FOLLOWS density.shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be 5-04.S(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction Rg For each sublot � In addition to the randomly selected locations for tests of the a Compaction I'a density, the Eaginottmay also isolate from a normal tot any area will be that is suspazed of4fieing defective in relative density. Such determined based on the relative density of the tests. T1re isolated material Willi" indude an original sample location. A following table lists the C_pn4 wtion Pay Factors and their minimum of duce S randomly located density tests will be taken. associated relative density. The isolated area will then be evaluated for price adjustment in accordance with this n, considering h as a separate_rMublotlet SECTYON 5-W S IS REVISED AS FOLi'OWS: -;W the 4mit contract F;iQG per.con or Mix 5-04.5 Payment (RCS - Relative Density Compaction Pay Factor (average of three tests 'Mist and/or Driveway Asphalt Conc. Appmach Cl. z92.0 1.00 per Mo._This item,-whet included in the contract, includes asphalt 91-5 0.99 paving for areas such as driveways and traffic islands tbat art not- 91.0 0.95 part of other paving work. 90-5 0.91 90.0 0.85 89-5 0.80 pat,'for.2;4k&c&Rnd in c..,.aon c W ti»n 89.0 0.75 t Page-SP-28 Revision Date:May 19,1997 o-rt rcocKerreS O-1i Rockeries 1 Division 6 and have a stable appearance_ The rocks shall be carefully placed by mechanical equipment and in a manner such that the ion itudinal Structures acts if the rock shall be at ngh[ angles or peroen(ficutar to the rockery face. The rocks shall have all mcimintf faces$lopine to the back of the rockery. Each row of rocks will be seated as SEC77ON 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below m such a manner that there will be no movement between the two. After setting a 6-12 Ro&eries course of rock all voids between the rocks sha11 be dunked on the back with quarry rock to eliminate any void sufficient to nab a 2 6-12.1 Description(RC) itch square probe. The work dcscnbed in this section, regardless of the type of 6--12.3.1 Rockery Backf-ill (RC) materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch mk= entshed art or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3), This material will be placed to an 8 itch minimum thickness between the entire wall retaining wall where shown on the plans or where directed by the and the curt or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials(RCS rocks placed- The backfill will be placed after cacti entree of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be come will be remoyed before seming the next coum sound and resh;mm to weadwring. When broken into pieces 6-12.3.2 Drain Pipe(RC) weighing 50 to I grams and tested for sotrndness with sodium . A 4 inch diameter perforated pvc Dupe shall be placed as a sulphate in accordance with aashto t104 the loss through a one- footing drain behind the rockeries as shown in the sundud plans itch sieve after 6 cycles shall not exceed 35%by weight. and conrtected to the storm drainage system where shown The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does riot extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard sound, durable and free from material and to suspend any work that is being improperly done. weathered portions,s==,cracks and other defects. subject to the final decisim of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work ' Boot.. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the site. 6-12.4 Measurement (RC) The rock walls shall be constntcted of one-man rocks, (85 to Measuremew of the finished rock waif for payment will be 300 pounds) each 10' in its least dimension; two-man rocks, OW made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13' in its least dimension-, three-man rocks the nearest square yard. (800 to 1,200 pounds) each 16' in its least dimension; four-man rocks(I,500 to 2,2W pounds)each 18'in its least dimension. The 6-12.5 Payment(RC) rocks shall range uniformly in size for each classification specifies, The four-man rocks shall only be used for the fist course_of Payment will be made under the item 'rock retaining wall s rock in walls over 6 feet in height. Per squa>e yard The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements(RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required- to complete the rnstailatron, as to segregate the rock by the six ranges indicated in_the including drainage pipe and all other items. preceding paragraph. The walls shall be stared by excavating a trench not less than 6 inches or more than one foot in depth below subgrade in excavation sections,or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cart or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries- The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable r, Page-SP-29 Revision Dale_May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this S Drainage Structures, Storm Sewers, regard to a kind of culvert pipe,pipe arch,or end se e�1OII in ctions, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I I (galvanized) or aluminum coated (alurnintzed) corrugated iron or COIIdllItS steel, and aluminum is corrugated aluminum alloy as specd1 in Sections 9-05.4 and 9-0SS. Where plain or reinforced concrete steel or alutninum are referred to in Section 7-02 it shall be understood th 7-01 Drains also made to PVC. at reference is SECTION 7-0I.21S REVISED AS FOLLOWS-- 743 Structural Plate Pipe, Pipe Arch,R Arch � 7-01.2 Materials C and Underpass , Drain pipes may be concrete,zinc coated(galvanized)Asphalt TraUnent I or aluminum coated (aluminized) corrugated iron or SECTION 743.21S REVISED AS FOLLOWS: sted mt _ with Asphalt Treatment I. eogated aluminum alloy. I polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials R�' option of the Contractor unless the Puns specify the type to be , used. - Materials shall mcct the requirements of the following sections: SECTION 7-013 IS-REVISED AS FOLLOWS: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment 1 9-05.6(g) 7-013 ConstrttEtion R ents C Corrugated Aluminum M•6(8) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seat as described in Section 9-04.8. The bell shall be laid upstream. PE or.ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS: jointed with snap-on, scre wraparound screw-on. or wraparod coupling bands as recommended by the tmamrfacturer of the tubing. 7-03.5 Payment_T _ PVC under-drain pipe shall be jointed using either the flexible etast payment will be made in accordance with Section 1-04.1, for onaic seal as described in Section 9-04.8 or solvent ixnxrut as describedeach of the folbwing bid items that are included in the proposal: in Section 9-04.9, at the option of the Contractor unless `St. Su. Plate Pipe _ Gage In. Dian.", per linear otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment L PE or ABS drainage tubing underdrain pipe shall be jointed withs `St Sir.Plate P' Arch_Gage FFt_ Ia Span 1 nap-on. screw-on. or wraparound coupling bands, as p�linear foot with Asphalt Treatment I. p rootxnartauded by the manufacturer of flue robing. 'St_ Str_ Plate Arch Gage_ Ft. 16L Span', per SECTION 7-0I.4 IS SUPPLEMENTED ADDING THIS linear foot-with Asphalt Treatment L j FOLLOWING: `Structure Excavation Class B",per cubic yard. 7-01.4 Measuremerrt_R Z 'Structure Excavation Class B Incl.Had",per cubic yard. If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul is included in the schedule of Class B"or'Sumxure excavation Class B inching haul"as a pay prigs then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. 'Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SEC77ON 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-M 2 IS REVISED AS FOLLOWS. 7-02.2 Materials(RCS 7-04.2 Materials C Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section In sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) ��_ zinc (g�a�� Asphalt Treat ' I Coated et I Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and Beveled Concrete End Sections 9-05 3(3) aluminum is corrugated aluminum alloy as specified in Sections , Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(g) Steel End Sections. Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) r Page-SP-30 Revision Dale:May 19, 1997 r 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-114.3(I)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING TIIE FALLOWING: FOLLOWING: 7-04.3(1)B Pipe BeddWig_TQ 7-05.3 Construction Requirements RC Pipe bedding for PVC sewer pipe shall consist of dean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6' over and 6' under the exterior walls of the ladders. pipe. SECTION 7-05.3(1) IS REVISED AND SUPPI U NTED AS 7-04.3(2) Laying Storm Sewer Ape FOLLOWS: SECTION 7-04.3(I)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade RC 7 04.3(2)A Survey Line and Grade�RQ The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices_!!nd these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required SEC77ON 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE clevadoa FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections CZ All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done tttilaing pre-manufactured tee Connectors or pipe sections structures in areas to be surfaced with gushed rock or gravel shall approved by the F4gineer, Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Fxisting bj the Engineer. manholes shall be art off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SEe770N 7-"4 IS REVISED AS FOLLOWS: be easily found upon Completion of the street worst. After placing 7-04.4 Measurement—Rg the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The kngth of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade fees of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area indude the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the.void- of linear fen will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way motion, and be catch basins and similar type structures. thorougWWY compacted. SECTION 7-04.5 IS SVPPLEA1EN7ED AND REVISED AS In cement concrete pavement' Manholes catch basins and cte similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final adjtrstmcnt shall be 7-04.5 Payrnent (. made and cast iron frame be set after forms have been alaced and checked. In placing the concrete pavement e=eme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to after the position of the castiAg in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement Manholes shall not be athursted Complete the installation, including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item 'gravel backfill for pipe bedding- is manhole shall be carefully relocated from references prevlY included in the Schedule of Prices pipe bedding as shown in the established by the contractor. The pavement shag be art in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed W Per rift removal of additional payment shall be made. the cover. The manhole shall then be b:•.,t.r to tnrnoer trade ` - utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blodrs be considered incidental to and included in the unit contract prices and wedged up to the desired grade The- Cie pavement for other items. shall be art and removed to a neat circle the diameter of which shall be equal to the outside diameter of the Cast son frame two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland CeMeRt Comae shall be ' rep tip placed so that the entire volume of the excavation_ a_ �—laced to�— within but not to exceed 2 inches of the finiished pavement sunam. On the day following placement of the concrete the edge of the l asphalt concretezpavement, and the outer ed?e of the casting_S 1 be painted with hot asphalt cement Asphalt Class G conaele snail then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existino paved surface for texture density a�d uniformity of grade_ The oint between clue Page-SP--31 Revision Dale: May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS.- hot asphalt cement or asphalt emulsion and shall he immediately 7-05.4 Measurement-(RC) covered with dry paving sand before the asphalt cement solidifies.- The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from plastered"Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the low est outlet pipe iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. me as valve boxes shall be considered incidental to the ureic contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur comjxnsation shall be mach manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miseelaneous items such projects using club and gutter section, that portion of the cast iron as valve boxes shall be measured by Adjust r-usunQ - per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shalt extend a minimum of six concrete for the completed adjustment to accordance with Section inches beyond the edge of the casting and stall be left 2 inches 7-05.30)and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Per each. Connection to existing pipes and structures sha1i be measured concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in die inlet structure shalt be FOLLOWS. coasnucted in the same manner and of the same material as that required for new inlets The inside of the inlets shall be mortared 7-05.5 Payment(RC) and plastered. 'Adi tldapluela Existing per each. Monuments and.-cast iron frame and cover: Monuments and rr The unit contract price per each for 'Adjust ' aaunncnt castings shall be adjusted to grade in the same manner Existing *Adjust Catch Dania'shall be fun pay as for manholes. for all costs necessary to make the ad' including Valve box stings:Adjustments of valve box castings shall be adjustment castings: made in the same[Wanner as for manholes_ of adjeo areas in a mannation acceptable to the Engineer. `Stttnru ctuire Excavation Class B',per cubic yard. SECTION 7-05.3(9 IS REVISED AS FOLLOWS. 'Structure Excavation Class B Incl.Haul",per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes_RC) considered incidental to the cost of the inlets and shall be inetuded Where it is required that an existing im ole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation- Class A or Structure below the revised surface ekvation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to proem standing water,_and the work will be considered incidental and its cost should be inchrded manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,'per each. the tipper part of the manhole may be mixed with tux sand subject 'Connect Structure to existing pipe,'per each- to the approval of the Engineer. The ring and cover shall be salvaged and all other suglus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECT70N 7-08.3(I)C SUPPLEMENTED AS FOLLOWS FOLLOWING' 7-08.3(1)C Pipe Zone Bed (SA) 7-05.3(3) Connections to Exisintg Manholes RR' Hand compaction of the bedding materials under the Pipe Where shown on the plans,new drain pipes shall be connected haunches will be required. Hand compaction shall be 1 to existing line, catch basin, sub inlets and/or manholes. The by using a mitable tamping tool to firmly tamp bedd'tni' rnawriA oontraetor shall be required to core drill into the structure, shape under the haunches of the pipe Care shall be taken to avow the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction,effort. manner. `Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the piPe and no plans,additional structure channeling_ng be inquired. further compensation shall be made. A 'Connection to existing' item will be allowed at any SECTION 7-08.3(2)B IS SUPPLEMENTED AS FOLLOWS- connection of a new line to an existing structure, or the connection of a new structure to a existing line. No 'connexion to existing' 7-08.3(2)E Robber Gasketed Joints RC .will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets. the pipe shall be handled adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position Or Any damage to existing pipe or strud that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense, before joining the sections" ' forced The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are fort labor, materials and equipment required. home. Sufficient pressure shall be applied in making the 3oin1 to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer_ The Contractor may use any method acceptable to the Engineer for pulling the Pipe together,except that driving or ramming by hand or machinery will not be permitted" Any pipe damaged during joining and Joint Page-SP-32 Revision Data:May 19, 1997 r 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be dosed with water tight expandable nTS.sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day s operation or whenever the pme chino the pipe and damaging the pine or joint system Any openings are left unattended. The use of burlap wood .,r ,.pica damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will trot be permitted, Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pine due to tmforeseen entirdy forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may anne the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be IN minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketcd joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is fiirnislted by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall he laid straight SECTION 7-08.3(Z)!IS AN ADDED NEW SEC770N_ between the changes to alignment and at uniform grade between changes in grade. For concrete pipes with euipxieal rrinfortxment 7-08.3(2)J Placing PVC Pipe fftQ the pipe shall be placed with the minor axis of the reiuforaaxnt in In the trctnct prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end. with the bell aid Immediately after the pipe joints has been trade proper Raskei upgrade Pea gravel will be used as the bedding material and placement shall be cbecked with a feller gage as approved by the extend from 6' below the bottom of the pipe to 6'above the top of Pipe manufacturer to verify proper gasket placement. the pipe When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE rthndded joint a robber gasketed concrete adapter-collar will be used FOLLOWING. at the point of connexion. 7-08.3(2)G Sewer Line Connections (RQ 748.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of Survey line and grade control shall be provided in accordance later Sewers to extstm mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 hub&wW be provided b3t tho saddle securrd to the sewer main with stainless steel bands. Wben U;;*j se4::m a mariner consistent with accepted practices• the existing main is constructed of vitrified clay, plain or The Cohumctor shall transfer line and grade mio the trench reinforced concrete, cast or ductile iron pipe, the existing stain wben they sha11 be carried by means of a laser beam using 50 foot shall be core drilled_ minimum intervals for grade staking_ Any other procedure shall Connexions (unless booted connexions have been provided have the wrivat approval of the Engineer. for) to existing concrete manholes shall be core-dulled, and shall have an 'O' ring rubber gasket meeting ASTM C-478 in a 1 manhole coupling equal to the Johns-Manville collar, or use a cortical type flexible seal equal-to koMN-Seal_ PVC pipe connection shall consist of tee nipple and filers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING_ 7-08.4 Measurement (SA) 748.3(2)B Pipe Laying (RC) Gravel. backfdl for foundations. or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations,shall be measured by the ceculations from irteasurements on the top of the pipe, or by cubic yard,including haul,as specified in 24& or by the TON. looking for ponding of 1/2' or less which indicates a satisfactoor - -Connie for plugging existing pipes will be measured by the condition. At manholes when the downstream pipes) is of a cubic yard for the volume which would be rNuired to completely fill the pipe for a distance of two diameters• Compton for Larger size pipe(s)shall be laid by matching the(tight-tenths)flow elevation,unless otherwise approved by the Engineer. corrugated metal pipes will be based oa the nOnlmeasured diameter, CtUM All pile fittings etc. shall be carefully handled and protected Excavation of the trencb will be measured as structure against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul• equipment shall be acceptable to the ENGINFER. Pipe shall not by the cubic yard as specified in Section 2-09. W excavation be placed directly on rough ground but shall be supported in a below grade is necessary,'excavation will be treasured to the lirnits rnanncr which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert Placemea under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in ' detertnined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as m insmUed specified in Section 2-09.4_ The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. r Page-SP-33 Revision Date_May 19, 1997 1 - 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SEC77ON 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mahls FOLLOWS: 7-085 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-113(4) Laying of Pipe on Curves 'Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-I1.3(4)A HAS BEEN REVISED AS FOLLOWS: 'Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe 'Commercial Concrete%per cubic yard. long radius (500feet or more) curves, either horizontal or 'Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the Joints. If "Structure Excavation Class B Ind. Haul",per cubic yard. the pipe is shown curved in the Plans and no specW fittings are Unless specifically identified and provided as separate items,_ shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of Pipe- If shorter to pipe installation and no further compensation shall be nude. lengths are required, the Plans will indicate maximum I 'Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of f incidental. the manufacturer's printed recommended deflections. i SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: 7-10 Trench Exc., Bedding, and Backfill for 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe(4 inches Water Mains and Over) (RC) ' Polyvinyl Chloride (PVC) Pipe shall not be used for water SECTION 7-10.4IS REVISED AS FDII,OWS mains and appurtenances. 7-10.4 Measurement C1 THE THZE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank nm gravel for trench backfill will be by WISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Flttittgs with accordance with Section 1-09. Polyethylene Encasements 47he Contractor shall lay ductile 710.5 IS REVISED AND SUPPLEMENTED AS FOLLOVa. iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10S Payment encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed .on all appurtenances, such as pipe laterals, couplings, fittings, .and cubic yard. valves, with 8 mil. polyethylene plastic in accordance with Section Zbe unic Contract ptice per. Cubic 5—F-d for. 'ReMoAtal- =4 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for 'removal with ANSUAWWA C1051A21.5-93. and replacement of unsuitable material' will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the in-eWlation of the pipe and no additional payment won will be made. shall be allowed. 4. 'Bank Run:Gravd for Trench Backfill". per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or,eon. REPLACED BY TEE FOLLOWING The unit oontrad-price per cubic yard or ton for'Bank Run Gravd for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe RC furnish, place: and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and ' urnrsable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. 'Foundation Material' ,per ton or cubic yard. FOLLOWS. Payment at the unit contract price for 'foundation material' 7-11-3(9)A Connections to Fxisting Mains (RC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the contraction unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor material per Section 9 30.7B(1). shall not operate any valves on the existing system uAighQu"� pean-crion of the Engineer, Water system personnel will o to all valves on the existing system for the contractor when tied- , No work shall be performed on the coruhedioths a representative of the water department is present to_ work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done q Cit-Y forces as provided below: City Installed connectigns: , Page-SP-34 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Instailation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions and elevations to assure proper fit. Acceptability of the test will be determined is follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the neematy arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work artia is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft, of pipeline*--in GPH The Contractor shall provide all saw-curving removal and disposal of existing surface improvements excavation haul acid Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering. foundation PSI 6- 8. 10, 121 16- 20- 24. material at the connection areas before the scheduled time for the 450 0_95 1.77 1-19 1.91 2.55 3.18 3_82 n by the City. The Contractor shall provide all materials 400 0_90 1_20 1 50 I_80 2_40 3_00 3_60 mxzssary to install all connections as indicated on the construction 350 0_84 1.12 I.40 1.69 2.25 2.8I 3.37 plans including but not limited to the tuned ftttiom couPantm 275 0_75 1_00 1.24 ` 1.49 1_99 2.49 2_99 p �, diackle materials to complete the connections. The 250 0.71 0_95 2.19 1.42 1_90 - 1 RS 270 Contractor shall provide and install concrete blocking,-po wrap � 0_64 0_95 1.I3 1.28 1_80 2.12 2-55 the Piping at the connections backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2SS locations shown on the plans for the connections to the existing `If the pipeline under test .contains sections of carious water mains. diameters, the allowable leakage will be the sum of the computed The City will curt die existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-I13(ll)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost fi-om the main shall not exceed the FIDLL.OWS: number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test (RC) L- P A hydrant meter and a back flow prevention device will be 7400 sy used when drawing water from the City stem: These may be in which our obtained from the City by completing the required forms and 1- = Allowable leakage.pipeline tested making required security deposits. There will be a charge for the N = No.of jointsna in the lengthof of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal r i during of the pipe in inches be expelled completely from the pipe valves and hydrants. If P = Average test pressure during the leakage test,psi permanent air vents are not located at all high points the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has_been SECTION 7-11.3(I2)A SHAM BE REVISED AND expelled the corporation cocks shall be dosed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test the corporation cocks shall be rzmoved and plugged. 7-11.3(12)A hushing and"Poly-p, !Sf(RQ The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be Auc#hsdnl - under pressure for a minimum of 24 bows to allow the escape of pigged to remove any solids or-contaminated material that may air and allow the lining of the pipe to absorb water.The State will have become lodged in the per•If thebe the water necessary to fill the pipelines for testing purposes in ma cannot be 'poly-p, eel �a shall ai a time of day when sufficient quantities of water are available for provided large enough to develop it velocity of at }east 2,5 fps iII normal system operation. the main. The test shall be accomplished by pumping the main up to the The 'Poly pig' shall be equal to Girard Industries Atltta- required pressure, stopping the pump for a minimum of two hours, Swab-AS 21b/cu-ft density foam with 90A duromeser trrenane and then pumping the main up to the test pressure again. During rubber coating on the rear of the 'Poly pig- nnty the Poly-phi ' the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or uruared visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup - water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of SO rrngJl. accomplished in accordance with the City's standard detar7. Water The quantity of water required to restore the pressure shall be containing chlorine residual in cxccss of that earned rn the s stttuS accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water way_ made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand ' Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Maims SECTION 7-I1.3(12)D HAS BEEN DELETED AND Joint restrainer system components: f REPLACED 147TH. Tiebolt: ASTM A242, type 2,-- zinc plated or hot galvanized- SST 7.5/8 for 2 and 3 mechanical tots 3/4- for 7-11 3(12)D Dry Calcium Hypochlorite (RC) 4' to 12' mechanical joints, ASTM A_375, type 3D ex tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of foil-body threaded section shall be laid. increased to en 0w lbs. minimum for 5/8" and 60 000 lbs. minif nrm for 3/4" wheat treating (quenching and ttmpenng) to manufa SECTION 7-1I.3(12)K HAS BEEN REVISED AS FOLLOWS: hardness quenching specificatioas SST 753 3/4 for 14 mecJ,a„ t 7-11.3(12)K Retention Period (RC) bunts. same ASTM specification as SST 7. SST 77. 3/4- Treated water shall be retained in the pipe at least 24 hours SST 7, except V eye for 7/8 rod. same ASTM saeciftcat- ' but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other represrntative points shall be at Tjenut: heavy hex nut for each tiebolt: SS8: 518" and 3/4" least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 518 and 3/4• ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS.• A563, grade A,zinc plated or hot-dip galvanized , Tiecoirpling: used to extend continuous threaded rods and are 7-1I.3(12)N BTnal Flushing and Testing(RC) provided with a center stop to aid installation, zmc plated or Got Before placing the Brie$ into service,a satisfactory report shall dip galvanized- SS10: for 5/8' and 3/4" tierods As-IM A563, be received fran the local or State health department or an grade C3. S10:for 5/8' and 3/4'tierods,AS1M A563 crate A. approved testing lab-on samples collected from representative Ticrod-continuous threaded rod for cutting to desittid points in the sew_system. Samples will be collected and katRths bacteriological tests obtained by the Engineer. zinc plated or hot-dip rAvanized. SSI2: 5/8' and 3/4"diameter ASTM A242, type 2; ANSI Bl.1. 512: 5/8' and 314"diameter SECTION 7-11.3(M HAS BEEN SUPPLEMENTED BY ASTM AM,A307. ADDING THE FOLLOWING: Tiewasher. roand flat washers, zinc plated or hot-(r galvanized. SS17:ASTM A242,F436. S17: ANSI B18.22.1. 7-113(13) Concrete Thrutst Blocking and Dead-Man galvanized. Block(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horb=W or vertical angle poinm Conform to The City of Renton togs to prevent joint stgiaration. T iebolts shall be installed to standard details for general blocking, and vertical blocks herein- pull against the mechanical joint body and not the MJ follower. All finings to be blocked shall be wrapped with 8-mil polyethylene Torque nuns at 75-90 foot pounds for 314"nuts. Install tiecotrplurgs plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe- around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with section 7-11_3(15)_ Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle Pipe Diameter Number of 3/4' rods, installation and removal of formwork. Tic Rods Required Blocking shall be commercial concrete (stand mixed concrete 4' .......................... 2 is act allowed)and poured in place. 6'...........................................3 SECTION 7-11-3(15)IS A NEWADDITTONAL SEC170N.- 10............................................4 -- 12'............ 7-11.3 1 Joint Restraint Systems gRC) 14"...........................................9 General: 16............................................8 Where shown on theplans or in the specifications or required by 18,...........................................8 the engineer,joint restraint system(shackle rods)shall be used. all 20............................................10 joint restraint materials used shall be those manufactured by star 24............................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8-rods) , 43216, unless an equal alternate is approved in writing by the 36............................................(24-7/8-rods c�irheu_ Materials: Sted types used shall be: High strength low-alloy steel(cor-ten) ASTM A242, heat- is treated,superstar"SST"series Where a manufactures mechanical joint valve or fittm_�_ High strength low-alloy steel(cor-ten), ASTM A242,superstar implied with slots for 'T bolts instead of holes a flanged 'e with a flange by mechanical joint adapter shall be used instead,so ' " •ems. as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. where a continuous run of pipe is to required be i-esuarned, ASTM A123 for galvanizing rolled pressed and forged steel be run of restrained pipe shall be solid than 60 feet shapes- between fittings Insert long body solid sleeves as u ired on longer runs to keep tierod lengths to the 60 foot maxim used in continuously restrained ruts shall be mechanical joint PIP,- '-and tiebolts shall be installeq as rod guides at each joint. Page-SP-36 , Revision Date:May 19, 1997 ' 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7_12 Valves for Water Mains ticomplings tierods and fiewashers, shall be galvanized. All ' disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-I2.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12-3(I)HAS BEEN REVISED AS FOLLOWS: tiecouplings tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post I�tg koppers bitumascic no. 800-m,or approved equal Where required, a valve marker post shall be furnished and Tiebolts &nuts tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of--way opposite the valve and be set with ' payment shall be made. 18 4"ies of the post exposed above grade. 3 SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead-than blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS NEW SECTION: included as separate pay items. If not included as separate pay keuts in the contract, then thrust blocking and dead-than blocks 7-12.3(2) Adjust Existi Valve Box to GradeSR� shall be considered incidental to the installation of the water train Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be trade. for manholes. as detailed in Section 7-05.3(1) of the Renton Meamt-ement for payment for connections to existing water Standards. Valve box adtusbments.shall incuck but not be limited maim will be per each for each connection to existing water to,the locations shown on the Plans. main(s)as shown on the plats. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished mil' The final instaltaton shall be made in accordance with the applicable porter of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is phigged or blocked with debris, the Contractor shall use whatever means necessary to '_Pipe for Water Main and Fixings _In. Diam.", per remove such debris, leaving the valve installation in a fully ' rmeal foot operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of '_Pipe for Water Main_In- Diam.' shall be full pay for fourth inch(1/4 )to one`-half inch(1/2")below finished grade. all work to complete the installation of the water main including but not limited to trench excavating. bedding, laying and jointing SEC77ON 7-12.4 IS SUPPL MNTED BY ADDING THE pipe and fittings, baci-fitting, concrete thrust blocking, installation FOLLOWING. of polycthyiem wrap, dcaning by poly-pigs, vertical crosses for 7-12.4 Measurement insertion and removal of poly-pigs temporary thrust blocks and blow-off assemblies, testing, flushing disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shacide rods, abandoning and capping exiistino water mains, per tack if included as a separate nay item in the COW== if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work,_then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans,and cleanup. Hydrant auxiliary gate vdlvc will tic included in the 'Concrete Thrust Blocking and Dead-Man Blocks%per cubic meamrement for hydrant assembly and will not be included in this rd. he measurement item. T unit contract price bid for "Concrete 1luust Block and - Dead-Man Block' Shall be for the complete cost of labor, SECTTON 7-12.5 IS DF.7.R7F.l?AND RBPL4CF-D WTtII TSS materials, equipment for the installation of the conmte thrust FOLLOWING: Mocks and dead- tram blocks. including but not limited to 'Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering, haul and disposal of unsuitable materials, Box,' per each. fie, reinforcing steel, shackle rods and formwork. If this The unit contrail price per each for the valve of the specified item is not included in the corivact schedule of prices, then thrust size shall be full pay for all labor, Cquiprnert >iiatetYal to blocking and dead wan blocks strati be tonsidcred incidental to the furnish and install the valve complete in p�on the watt main, installation of the pipe and no further compensation shall be made. including trenching igirift blocking of valve tom, 'Connection to Existing Water Mains',per each. disinfeaing hydrostatic testing cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions adjustment to 5na1 made. mains shall be for complete compensation for all equipment, tabor, '12 inch Gate Valve and Concrete Vault eactL,'pa mateials required for the connections to the existing water mains. Ttzc unit contract price per each for the 12 Rate valve assembly, shall be full pay for all labor, equipment-AM mnttmid LO furnish and install the valve complete in place on the water main, including trenching jointing blocking of Valve, tIr-Pass cast-iron casting and cover, ladder rung emote nsCtS a5 required, adjustment to final grade. 16 inch and larger Butterfly Valve and Concrete Vault" per each. Page-SP-37 Revision Dare:May 19, 1997 r 7-14 Hydnnts 7-14 , Hydrants The unit contract price per each for the 16' and Iarger cast iron valve box and cover, 3/4' shackle rods tt ccesso butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete sus otil and i(h f an famish d material to and install the valve complete in place on outside right-of-way). are the water main, including trenching jointing blocking of valve Joint restraint(hackle Rods) shall be installed in ern.,dance painting, disinfesting, hydrostatic testing concrete vault, cast-iron with Section 7 11.3(15). I casting and cover, ladder, concrete risers as required, adjusUnent SECTION 7-143(3) IS SUPPLEML7NTEL) BY to final grade. ADDING THE 'Blow-off assembly,'per each. IroLLOWING- The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants I shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-I4.3 1 installation of the assembly per the City of Renton Water Standard ( ) All hydrants Detail,latest revision. shall be rebuilt to the approval of the City(or replaced will, new 'Air-Release/Air-Vacuum Valve Assembly,' per each. hydrant). All rubber gaskets shall be replaced with new a— t�f I 'the unit contract price per for air-release/air-vacuum valve the type required for a new installation of the Same type, assembly shall be for all labor, , �Prnett and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE ' complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping the main, laying and iomting the pipe and fittings and appurtenances, backftilirne, testing flushing and 7-14.3(4) Moving Existing Hydrants_Rg disirdation,meter box and cover, at location shown on the plans All hydrants shall be rebuilt to the approval of the Cty(or and per City of Renton Standard Detail,latest revision r�laced with a new hydrant). All rubber gaskets shag be replaced 'Adjust Existing Valve Box to Grade(RC),' per each. with new gaskets of the type required for a new insallation of the The coriu= bid price for 'Adjust Existing Valve Box to same type. Grade' above shall'be full compensation for aq labor, material SEC770N 7-14.5 IS REVISED AS FOLLOWS: tools and equipment necessary to satisfactorily complete the work as defined in the Contract Docu netts; including all incidental 7-14.5 Payment_R Z wort If not itnetuded as a separate pay item in the Contract but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for , valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher ation shall be made. "Hydrant Assembly',per each The unit contract price per each for "Hydrant Assembly"shall ' be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary-gate valve, shackles, tic rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as fit' specified- The pipe connecting the hydrant to the Hain shall be considered incidental and no addition d payment shall be made. 7-14 Hydrants 7-14.3 Construction Details "RescuingHydrants", per each. Aq The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SEC770N 7-14.3(1) IS REVISED AND SOPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), , FOLLOWS: shackling, blocks g, painting, and guard posts and rotting to the main.The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants(RCS consideredmcideatal and no additional paymeg shall be tnade- After all installation and testing is complete, the exposed portion of the hydrant shall be painted with enetwo field coats.The sPecified U,Section 3 11 S. Guard posts shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be idetrtifred by covering with "Moving Existing Hydrants',per each a burlap or plastic bag approved by the Engi)eer. The unit contract price per each for 'Moving Existing , Hydrants shall be installed in aecordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacwnent with a new Renton standard details Hydrant and guard posts shall be painted hydrant), shackling. blocking, painting, and guard�and in accordance with the water standard detail Upon completion of reconnecting to the main. The new pipe corunt the h to the proiea, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additi WaWl specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal Guard posts,shown on the Plants Shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract_ , installation with connections to 6' 8' AND 10' piping in trenches 3- 1/I feet deep unless otherwise specified The hydrant shall be designed for a 4-12 foot burial where 12' and larger pipe is shown unless otherwise noted on the plan. ' Fire hydrant assembly shall include: cast-iron or ductile iron tee(MJ x FL),6' gate valve(FL x Mn 6' DI spool (PE x PE) 5- If4' MVO fire hydrant (MJ connection) 4' x 5' Stortz adapter, r Page-SP-38 Revision Dale.May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 7-17.3(2)M IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television on SECTION 7-I5_3 IS SUPPLEMENTED AS FOLLOWS: 1nsPecti -(RQ Once the television inspection has been completed use 7-15.3 Construction Details contractor shall submit To the Engineer the written rr,v„cs of the Pipe materials used to extend or replace existing water service ndeo tap inspection plus the video tapes. Said es arc to be in color and compatible with the City s viewing and recordin systems lines shall be copper. City system accepts V2 wide high density YHS Tapes. TlK Where iisstalation is in existing paved streetsLthe service lines will be run at standard speed SP(1 S/16 Ilse�� shall be installed by a trenchless percussion and impact method (hoe-hoggipZ2 If the trewMess percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPL.EBrjvTED As fails, regular open trench mctsods may be used. FOLLOIYS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) 7-15.5 Pa ent C The length of sewer pipe will be the number of linear feet of 3� Z completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1. for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal-_ feet will be measured from the center of manhole to center of ' "Service Conr>edion_In. Diam.".per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for 'Service Connection structures. LL Diam- shall be full pay for ail work to install the service The length of teeing sewer pipe in conformance with connection, including but not limited to, ezarva or Section 7-17.3(2) will be the number of linear fea of Metad t.�go gingl•tapping the main,laying and j�ting the pipe ImMA fi installation actually tested. and appurtenances, balling, testing, flushing, and disinfection Meastirernent of `Bank Rim Gravel for Tre ncb Badcfill of the service connection. Sewer" will be determined by the cubic yard in place,measured by the neat line dimensions shown in the Plansy_or by the Ton tin truck 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17-2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS. ' - 7-17.5 Payment�`� 7-17.2 Materials 2(SA) Payment will be made in accordance with Section I-04.1. for Pipe used for sanitary sewers may b,- each of the following bid items that are included in the proposal: Rigid Flexible "Plain Cone. oP-V_Q_Sewcr Pipe _ In. Diam.% per linear Concrete ABSpolite foot.Mkrified Clay PVC(Polyvinyl Chloride) "CL — Reinf. Conc. Sewer Pipe_ In. Diam.-. per linear Ductile Iron foot. Materiak shall rneet the requirements of the following "PVC Sanitary Sewer Pipe_In.Diem:'.per linear foot. ' sections. `Ductile Iron Sewer Pipe_In.Diam.%per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) Pipe_ Reinforced Concxru Storm$ewer Pipe 9-05.7(2) Ilse unit con=ct price per linear foot for sewer pipe of the lziwfied Clay Sews;pipe 9059 kind and size specified shall be full pay for furnishing,hauling. and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials. bedding material, and ADS Composite Semte;:Pipe 005.34 adjustment of inverts to manholes for the completion of the installation to the required Imes and grades. Ali pipe shall be clearly marked with 'type, class, and -Testing Sewer Pipe",per linear foot- - thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for 'Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). SECTION 7-17.3(I) IS SUPPLEMENTED BY ADDING THE is included it shalt be FOLfOWING: If no unit price for "Testing Sewer Pipe' considered incidental to the pipe items. per 7-17.3(1) Protection of Existing Sewerage Facilities -Removal and Replacement of Unsuitable Material"' cubic yard. Ttie unit contract price per cubic yard for "Removal and shall be protected from construction debris by pllacads retain g a screai or When extending an existing sewer, the d system Replacement of of Unsuitable Material"shall be full pay for all work in to remove unsuitable material and replace and compact suitable trap in the fast existing manhole downstream of the cormection. It ' material as specified in Section 7-09_3(1)A. shall be the contractor's responsibility to maintain this screen or -Bank Run Gravel for Trench Backfill Sewer", per cubic trap until the new systems is placed in service and then to remove it. Any construction debris which enter the existing downstream yard, or Ton. system, shall be removed by the contractor at his expaise, and to The omit contract price per cubic yard or Ton for "Bank Run Pay for all work to the satisfaction of the Engineer. When the first manhole is set, it's Grave{ for Trends compBackfact ll Sewer i shall be full p y outlet shall be plugged until acceptance by the Engineer. furnish,place, and Inspection", material in the trench• "Television Inspection",per Lump Sum. Page-SP-39 Revision Date:May 19, 1997 i 8-09 Raised Pavement Markers 9-14 Cement Concrete Sidewalks , Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING TgE FOLLOWING: Miscellaneous Construction 8-13.5 Payment 'Reset Existing Monument"per each. I &09 Raised Pavement Markers Resetting an existing monument impacted by constnucYi„ be incidental unless included as a pay item in the Schedule of ' SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Pnces_ ".5 Payment (RQ (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that SECTION 8-I4.3(4) IS SUPPLEMENTED BY ADDING ,are included in the proposal: FOLLOWING: TEE -Raised Pavement Marker Type 1",per eachhund". -Raised Pavement Marker Type 2",per eachhundmd. 8-14 3(4) Curing(RC) , `Raised Pavement Marker Type 3- -• per The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane -Recessed Pavement Marker',per eachhuadr�d_The unit contras price per eachtuundred for"Raised Pavement to coo t�ver the pour of an entrte day to the event of rain or other ' Marker Type 1". `Raised Pavement Marker Type 2".and"Raised able weather.The Contractor shall be responsible for barricading Payment Marker Type 3- In." and `Recessed Pavement Marker"shall be full placed-pay for all labor, materials, and equipment DatroUireg, or otherwise protecting newly concrete_ necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-I4.4 IS SUPPLEMENTED BY ADDING THE cootrd ' is listed in the FOLLOWING: contract as a separate pay item. , 8-14.4 Measurement(RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp, - - Cement Concrete,' the per each measurement shall include all ' costs for the complete installation per the plans and standard details 8-13 Monument Cases inauaing expansion joint material, curb and gutter and ramped sidewalk section Sawcurtting, removal and disposal of excavated SECT70N 8-13.1 IS REVISED AND SUPPLE 1ENTID AS materials including existing pavement and •sidewalk, crushed FOLLOWS. surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the pus 8-13.1 Description(RC) each price for -Curb Ramp Cement Concrete"unless arty of these This work shall consist of furnishing and placing tnon ument other items are listed and specified to be paid as separate pay casts and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp. the Plants or as staked by the Engineer or h the Contractor Cement Concrete,* but the plans can for such installation. then supplied surveyor. quantities sham be measured with and paid for under the bid items , for Curb and Gutter and for Cement Concrete Sidevra1L When SEC71ON 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps arc to be constructed of asphalt concrete dhe payment FOLLOWS: shall be included in the pay item for "Miscellaneous and/or 8-13.3 Construction Requirements Driveway Asphalt Concrete.' = SECTION 8-I4.5 IS SUPPLEMENTED BY ADDING THE The monument will be furnished and set by the Engineer or FOLLOW'BVG: the Contractor supplied surveyor. Wben existing monuments will be impacted by a project, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. 'Curb Ramp,Cement Concrete,' per each- survey" is complete, the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130. construction placed, of the sidewalk but necessary before the sidewalk can ' be placed, when and if shown in the Plates, will be made in SECT70N 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal- 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the , lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price pq square yard for "Cunent Conc. Sidewalk impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Canent�=" contract unless specifically called out to be paid as a bid item. r, Page-SP-4O Revision Date:May 19, 1997 ' 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the complcnon of the project ' The minimum width for the trench will be at the o tion of the THE STATE AMENDMENT TO SECTION 8I7 IS contractor. Trench width will however, be of sufficient size SUPPI.EM,EA7FD BY THE FOLLOWING: that ali of the necessary conduit can be installed within the d so the 8-17.S Payment(RQ specified while maintaining the minimum cover ' Trench backfill material in roadwa and sidewalk areas shall If no pay item is included for tempomarey impact atienuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.304M. pay item for 'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLI-OWS: ' 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations_SR�jC and Electrical 8-20.2 Materials C' Where °bstn>cfwns prevent construction of planned SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation ' FOLLOWING: satisfactory to the Enginar. �Ms combined height of the 1' 8-20.2(1) Equipment Last and Drawings(RC) The Contractor shall submit for approval six sets of shop ground The contractor shall provide all material for and dawings for each of the following types of standards called for on constrnct the foundations for and to the dmensiom specified jn table 1 below this project: I. light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be-installed 2- Signal standards with or without pre-approved plans. thy. ' 3. Combination Signal and lighting standards. All excess materials are to ix removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's e)pense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be-compacted-to 95 ' percm of the material's maidmum density. Before placing the The Contractor also shall submit either on the signal standard concrete duff! block out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that_The dmwasions to clearly show the specific mast arm rnoundng height concrete will not adhere to the utility line. Concrete f°tmdafions and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a worship- lii ke runnier. Concrete shall be pmrnptly cleaned from the exposed SM70N 8-20.3(2) HAS BEEN SUPPLEMENTED ED BY portion of the anchor bolts and conduit after pbeemenf. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Bacidiilling qQ thereon. The contractor shall supply trench within the unit widths and to the specified dept S at the locations indicated on the contract Table I plans or as directed by the engineer. Type of device Dimensions The eoatractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3'Sq or Dia. ' performed at the time of the initial backfilling of the trench unless Signal Pole up to 40'mast arm 7'Deep x 3' Sq or Dia- directed odwTwise by the engineer. Signal Controller See Detail Sheet Trenchirq for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with die trench bottom graded to provide a uniform grade. No Spec Base $ee Detaiil Shutt ' wont shall be covered until it has been examined by the engineer. bacldifl material used for fill arotmd and over this conduit system shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner of six inches above the conduit. specified below: 1 Trench within the roadway area shall use select trench backfill Where sidewalk or raised -islands are to be constricted as a which shall consist of 5/8th inch miners crushed surfacing top pan of this to, the top sidewalk land (bee oaaih dewalk or the foundation shall be made course or other material as indicated in the special provisions or flush with the project, top of the is schedule of prices and directed for use by the engineff. The source sheet) and quality of the material shall be subject to approval by the 2 Where no sidewalks are to be installed,the grade for the fop engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the enStneer• with acceptable materials from the excavation subiect to the detail sheet) Engineer's approval of the material and shall be considered a All concrete foundations shall be located as pew stauO°mg--°n ' necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfdl shall be select material approved by the Engineer. The i- Page-SP-41 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical , SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted oth,rwise in the Plans or Special Provisions. , 8-20.3(S) Conduit(RQ All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule !once between terminations. ' The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size bona. shall be as indicated on the wiring and conduit schedule shown on MI-9 Fr4quif4d-by-owRiag Conduit to be provided and installed shall be of the coup utilitiat;, indicated below: i. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other ' than within the roadway area. plastic 2 Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area.gtool coadua complete M,kh - field bond, awmved nonmetallic ' All joints shall be made with stria compliance to the manufacturer's recommendations regarding cement used and emdronmental conditions. SECTION 8-20.3(6)IS SUPPIF'11fENTED BY ADDING T$B FOLLOWING_ 8-20.3(6) Junction Boxes , The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail sheets. UMMeWfic conduit may be employed as -R-414crnats-40 The inscription on die covers of all junction boxes shall be as indicated below: 1. Street lighting only:"Lighting' 9"Mallime or -ad daall-conf�Fm to F"fuirementr-a9ted in 2. Signal only: "Signals" 3 Traffic si mal and street lighting:"TS-LT" dl3aa*jgr. 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function, i.e. street lighting traffic signal or both, shall be consislew throughout the project All junction boxes shall be installed in conformance with provisions contained in the standard plans and detail sheets_ The twit contract price per each for 'Tope I" or "Type II" junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, w d !+*h I Y disa.aw of&he UneiRoor.and then Only;a the provide and install the junction boxes including excavation, bacldiDjirg and compaction all in accordance wuh pletiS� If allowed in the-7lans or if obstructions are encountered in All jun s and detail sheets. , or drill' ns, the Contractor will be allowed to All jU1°�on boxes shall have galvanized steel lids and frames.. �� � °�t1O All iunction boxes and associated ooncxete meads shaII install conduits by open trenching. Open trench construction shall installed on compacted sub grade which shall include six °f conform to the following: 5/8th-inch minus crushed surfacing top course r>� wed nt ' 1. The paveme shall be sawcut a minimum of 3 inches under and around the base of the j motion box. Concrete shall be deep.The cuts shall be parallel to each other and extend 2-fa"-one promptly cleaned from the juri4tion box frame and lid flLbeyond the edge of the trench. the unit contras price per junction�box shall include 2. Pavement shall be removed in an approved manner.. acid a ' installation of 5/8th-inch minus crushed��.-^o top 3. Trench depth shall provide 24 inches minimum cover 4' thick Class 'B'cement concrete the box a over conduits below the roadbed, and 18 inches below finished as P the plans specifications and detail sheets. won of the Vide in all other areas.. cnmbed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further co■^n uon I ' ,, Mlh; am located within paved roadway arras shall be 5. Tr made unless the contract includes separate pay items for ceo restored r the Renton Standard Detail. surfacing"and/or for"concrete pad." 'At, feAewed 1- Pagt-SP-42 Revision Daft:May 19, I997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangernents with the serving utility 10 complete the service connexions. Electrical energy used prior to completion of 8-20.3(9) Bonding,Grounding(RC) the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the Stara - Three types of power service are used as indicated below- 1. Type I system shall be single phase 120 volt 2 wire, tin cycle A.C.(traffic signal service only) rh'11 PG 2_ Type 11,system shall be single phase 240 volt 2 wire 60 cycle A.C. (sued lighting non contactor, individual controlled photo-cell with no neutral wire) 3_ Type III system shall be single phase 120l240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. )identification of the equipment grounding conductor shall The service cabinet shall be_ marked with the service conform to all Code requirements. agrrmnent letters and munbers. The markings shall be installed on the outside cabins door Dear the lop of the cabinet The s Grounding of conduit and neutral at the service point shall be marking wcompl'rshed as required under the Code.Grounding of the neural shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Spec cation M13-489. SEC77ON 8-20.3(II)IS REVISED AND SUPPLEAIENTSD AS FOLLOWS 8-20.3(11) held Test (RQ 1 f All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m on which decwical equipment is mounted shall be grotmded to a any day nor will the change be allowed on Friday, weekends. gM dad rneuUic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday. with a 18 AWG bare copper bonding strap located in the nearest ItnrtCtion box. All signal controller cabinets and i Requests for traffic signal turn on will not be considered until a signal/lighting_service cabinets shall be grounded to a_518" in pre-turn on inspection of signal system has takes la diantetet x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be eorrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to Mryirra signal turn on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous iterns and all costs 3 Requests for signal turn on shall not m COnSrdeTtd scel are to be included with the system or conductors. Ground straps electrical service to the intersection has been Provided and has are also miscellaneous items unless a separate pay item is provided been enereized by the electric utility. in the"Schedule of prices." 4 A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(I0)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be co»I� plan FOLLOWS. before requesting signal turn on date. Am deletions of channe:U7 ion prior to turn on inuLst be approved by the 8-20.3(10) Service(RC) engineer. = ' Power sources shown in the Plans are approximate only exact 6 City forces shall provide post and maintain ProP� signing location will be determined in the field. warning of new signal ahead. 8-20.3(13) IDumination Systems SECTION 8-20.3(13)A IS REVISED AND SIIPPi.F.MENTED AS FOLLOWS: 8-20.3(13)A Light Standards (RQ (SA) assambiy. Page-SP-43 Revision Date_May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Elect6cal , Al[ p2les and davit arms shall be deli to ri ! luminaire veer ht of 50 lbs. or more and to withstand a 1 caused by wind loads of 85 m.p.h. with gust factor of 1u , All poles shall maintain a minimum safety factor of a zv s i on yield strength of weight load and 2-33 p.s t for basin wind I 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: ' The davit style arm shall incorporate a 5'9' radius i,.. as measured from the centerline of the shaft. The outer rtion of I the arm shall be nearly horizontal to +2' above horizontal and shall be furnisbed with a 2' diameter shipfitttr with a m..i,,am ' length of 8 inches to fit the htminarre specified The le, of pond I un the davit arm tube shall be fastened securelyto the top of the shaft producing a flush joint with an even profile. Anchor Base: the i"Sguluitie&' A one piece anchor base of adequate streo`�a�,d I 6. Anchor bolts damaged after the foundation concrete is placed size shall be severed to the Iowa end of the shaft so that the base shall not be repaired by bending or welding.The Contractors shall be capable of resisting at its yield point the bending moMejj repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four ' approval prior'ta.making airy repairs The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bon, be provided with each pole. cutting threads ion the undamaged portion to remain, the Anchor Botts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two matt is and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-065(3) and 9-p6 5(4) The bottom of the slip base. anchor bolt yield point shall be capable of resisting the beading installed plumb, f I degree_ morneffi of the pole shaft at its yield point The contractor shall assure that all anchor bolts confer to the Saadar4 Nuis- reco nrnended ASTM specifications of the pole manufacn= and shall secure and submit to the City for approval all nunufacuar-r ' data on pole bending moment anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: ' All hardware(bolts, nuts,screws washers etc.)needed to complete the inuallation shall be stainless steel. I_D. fIdernifiration for poles)- fe 4-digits The contractor shall supply and install a combination of , gits and one letter on each pole, whether iondividmd Iuminaire or signal pole with luminair. Mm letter and numbers combination shall be mounted at the 15 foot level on the pole facing ' g traffic. Legends shall be sealed with transparent film, resistant to dust,weather and ultraviolet exposure. The deal mark="be 3 inch square with gothic RoK white trefieckxized 2 jndrlegend on mod' - a black background. The LD. number will be assittned to each pole at the end of the contract or project by the traffi City c engineering office. - Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be,-provided with a 4' x 6' flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is=tea minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers D* The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be on the side away from traffic. A grounding lug or nut shall be Tools shall be of mf6cient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts the space between the concrete foundation and die bottom 0f ' inside the pole shah to attach a ground bonding strap the pole base plate shall be filled with a dry pack moRarIE2!� t Page-SP-44 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic:Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components s ull ta be-5W pordand cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall su 11 one co v mixture will stick together on being, molded into a ball by hand, of the manufacturers software on ongtnal disks Contra er and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet drain hole shall be left in the bottom of the grout pad as shown on supplier t1e the standard detail. SECTTON 8-20.3(I5) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING. 8-20.3(15) Grout_I�C� 8-20.3(14) Signal Systehns�R Q After the pole is plumbed the space between the co uctors shall be stranded ncrMe All signal cond copper and shall have foundation and the bottom of the pole base plate ctu11 t...filled yyim 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conform- to ' multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar shall consist of a 1:3 mixture of portland sand with lust division 9-29.3 and shall be of the sizes noted on the signal wiring cement and fine schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block .shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal convector, and all solid wires terminated at a terminal pressed. A one half inch dram hole shall be left in the bottom of block blo shall have an open end soldered terminal connector. All the grout pad as shown on-the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND Si1PPLn"Itm»n of the correct type of connector and crimping with pliers, wire FOLLOWS: As cutters,etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement R appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal ' conductor runts shall be attached to appropriate signal terminal boards with pmzure type binding posts. The only exceptions shall — nospecific unit of measurement will apply, but rneasuremhesht will be for the sum total of all items be the splices for detector loops at the nearest Junction box to the for a complete system to be furnished and installed. 1 Conduit of the kind and diameter specified in the Schedule of SECTION 8-203(14)4 IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RC} length in place, unless the conduit is included in an illumination ' 8-20.304)C Induction Loop Vehicle Detectors Rsys a signal system, or other type of electrical system lump sum 11. Splices to loop retum cables shall be made-with soldered Measurement for unit price items shall be as described in Compression type o ors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(I4)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable Rom' 8-20.5 Payment The Corrc for shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: ' SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED 'Illumination System lamp sum. — AS FOLLOWS. `Traffic Signal "• lump 8-203(14)E Signal Standards C sum. 3. Disconnect connectors complete with pole and bracket The lump smn contract price for 'Illumination Systcm cable shall be installed in any signal standard supporting a _", and luminai rc. and "Traffic Signal _ be full pay for furnishing in the Rlwir 1�)r all labor, materials, tools, and equipment neocssary for the PM&' construction of the complete electrical systems. rnodifYing existing systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations. conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by all WSDOT. cortstnrction, salvaging existing materials, and for making 15. Installation of all nuts and bolts shall be performed with required tests. All additional materials and labor, not shown in the plans or called fqr herein and which are required to complete the proper sized sockets, open end or box wrenches" Use of pipe electrical system,'shall be included in the hirnp sung contract price. wrenches or other tools which can damage the galvanization of the — nuts and bolts will not be permitted. Tools shall be of a sufficieru size and strength to achieve adequate torquing of the nut(s)- ' Page-SP-45 Revision Dale:May 19, 1997 9-20 Illumination,Traffic Signal Systems,and Electrical 8-20 illumination,Traffic Signal Systems,and Electrical The unit per each price for(14)"Service cabinet' shau be full compensation for furnishing and installing the fully ,• _ cabinet and for risers, standoffs and any other materials_ tit,.,r or costs associated with providing electrical service as re4urrrrt t... electrical utility, the contract plans details and Eeecdrta�ti� aril not included as separate pay items in the contract sclitit„t.. , rp is Chown .. ....Signal bead......,' per each. All costs for installing conduit containing both signal and ._.Signal head mounting hardware," per lump sum_ illumination wiring shall be included in the contract prices for the The lump sum price for (16)'....Signal head mpn,Q signal system_ hardware' shall be full compensation_for supplying and itino All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x...'x...', and mounting The unit prices for the items listed below shall be full hardware," per each. , oompeisation for furnishing and installing each item and for all '2/c shld loop realm cable,` per-linear foot. labor materials tools equipment and testing necessary and/or '3/C skid pre-emption eable,'per linear foot. incidental for the full and complete installation as per the contract '...-pair shld ii>tcrootmect cable,'per linear foot. plans detail sheets and these specifications. 'Traffic signal controller and cabinet,'per each. ' 'Trench and Backfill......... wide by.......... deep, per The unit contract price for -Traffic Siriml Controner and linear foot. - Cabinet* shall be full Bong nation for fmvishing and installing a The unit contract',price for (3) 'Trench and Backfill' per fully equipped,wired and operational controner and cabinet. linear foot shall be full compensation for excavating, loading, 'Traffic signal wire,'per lump term. hauling and otherwise disposing of the waste materials, for 'Signal standard,Type...,with...-foot toast arms'per each. baclMing and compacturg bacld"dl material to specified density 'Induction loop vehicle detector." per linear foot. . and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)-Induction loop , as shown on the plans or as directed by the Engineer all in vehicle detector' shall be measured by the linear feet of full depth accordance with the plans,specifications and detail sheets_ sawart required for installation.. The unit price shall be: fun "Select Trench Bacillus' per On. (4)"Select Trench Bacldill" compensation for full and complete installation including wire, shall consist of 518" minus crushed surfacing top cause and the sealant and all other labor, materials,tools and equipment required ' unit per ton price shall include all costs associated with fiunishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials_ providing and installing conduit stub-outs and soldered splices, "_ ......Foundation, .........per each.* splices to loop return cables unless separate pay items are included ' 'Type ....Junction box,'per each. * in the contract schedule of prices for these other items: Sawaitting *Tbe unit per each price for(5)'Foundation'and(6) Junctio_n shall be considered incidental to the loop installation whether or not Box' shall be full compensation for full and complete installation there is a separate pay item in the contract for sawculting. per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet Sawc attmg for loop'Hoene runs'shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of 'Concrete Pad.' proper locating of loop return 'Sttr1).-0ut' by direct rotting of "Concrete Pad,'per square yard. "home ions' and by combining up to 4 pairs of loop wires in a Measurement for.(7)'Con Crete Pad' shall be by the square single 'home run' saws uL Loop and 'Hoene Run' layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcuaing takes place. the art of the junction box or foundation enclosed and shall be full ._..Spliice kit,'per tact_ compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector, per each. , specifications and detail sheets. 'Opticom discriminator card,' per each. Schedule 40 Conduit, P.V.C." per linear foot_* "Detector amplifier,'per each. Schedule 80 conduit,P.V.C., 'per linear foot.* 'Street light fuse kit,"per each. *The unit contract price for conduit shall include all conduit, 'Pedestrian push button with sign, "per each. couplings, adapters, elbows, bends, reducers, ben ends, bushings, "Pedestrian push button post,"per each. and am o her material, labor or equipment necessary to eompleit 'Pedestrian signal pole 'Type I 10-feet,"per each. the installation of the conduit. Measurement shall be by linear foot 'Relocate existing.......pole,' per each from cad of conduit to cad of conduit as measured from the top of The unit per each price for'relocate exist vole'shall be ' grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its extsang measurement at the end of each conduit rim equal to the design foundation removing and salvaging or re-ittstaililun�iL depth of the trench. No payment shall be made for additional equipment plugging holes as required and installn the , on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, Loop ma M*ss ' of the conduit within the trench line. equipment and any other costs necessary and/or incidental to 'Street Light Standard......... per each. complete the installation and make the electrical and ........watt...Luminaire and lamp,' per each. operational all in accordance with the plans specificaUs -...--.-watt...Luminaire and tamp with photocell,' per each. detail sheets. , .......AWG....copper wire,"per linear foot. "Remove existing.......Foundation,"per each. -Service cabinet, . per each. f- Page-SP-46 Revision Dale.May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for 'Remove existing foundation" Traffic I,attesl�R shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation_ $repeFtieriusing alphabetical letters.. 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high See contract plans and detail sheets. SECTION 8-22.3(5)IS REVISED AS FOIJ OWS: 8-22.1 Description(RQ Skip Stripe 8-22.3(5) Tolerances for Line Stripes (RC)A BROKEN YELLOW line 4 inches wide. The broken i Length of Stripe: The longitudinal a�mWative error within a13A-feet 24-foot lenth of ski or "skip"pattern shall be based on a 40 toot 24-foot unit consisting g P stripe shall not exceed plus ' of 2--10-feet 9-foot line and a 10-teat 15-foot gap_ Skip center or minus I inch. I stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RQ Two SOLID YELLOW lines, each 4 itches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch-o"24ach space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's reeommendations_an" and for channelization roach S . A SOLID WHITE line, 8 inches wide, to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION: from through lanes, for traffic islands, and for hash marks. Hash 5-22.3(7) Removal of Traffic Markers(RC) ' mark stripes shall be placed on 45 degree angle and 10 29 feet �. — The work to remove all old or conflicting stripes lines Lam Stripe buttons, or markers as required to complete the channelization of A BROKEN WHITE litre, 4 inches wide, used to the Project as shown on the plans or detail sheets shall be ' delineate adjacent lanes travelling in the same direction. The considered i shall b to other contract pay items and > i further broken or 'skip" pattern shall be based on a-40-fooCI-foot unit compensation provided oshall be made unless a separate pay item or items are consisting of a 10-feet 9-foot line and a�0-foot 15-foot gap_ Pro ms for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLE MNTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that en s ,t off s:a . The broken or 'skip' pattern shalt be based on a 241_S-foot unit consisting of a 93-foot 8- .4 Measurement(RQ (SA) line and a 1542^foot gap. The measurement will be based on the travel distance requisd Nye of a marking system capable... eApproach stripe, barrier stripe, crosswalk stripe, and 9-44 stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the trait with each arrow mac, head defined as a unit Traffic UUesslegends, handicapped parking stall symboL- preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit- Measureuhent for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of ...... wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for 'remove existing traffic markings' unless sPecil-ied BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item.If not spec al a separate space.The broken or"skip" pattern shall be based on a 40-teat 24- ham, then removal of exiting traffic markings..�l be considered � I ' foot unit consisting of a-19-toet 9-foot line and a-34-teet 15-foot incidental to the payment for other items of wow no further space_ The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 9-22.5 IS REVISED AND SITPPIEMENTED AS Crosswalk Stripe FOLLOWS. A SOLID WHITE line,-4.2 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe-with-s 6 toot 8-22.5 Payment (RQ and "Painted OereApproach Stripe",per linear foot- parallel to the direction of traffic flow and centered in pairs on lane pl-GAic Gore ' lines and the center of lanes. See detail sheet.. " Stop Bar "Painted Traffic I,¢rie;:L ggc>d per each. A SOLID WHITE line,-I8 12, 18 or 24 inches wide -Plastic Traffic 1 etterLegeM per each. ; uwlecr as noted QUWTV4444 on the Contract plans. "Remove Paint Line____. wide,' per linear foot• Page-SP-47 Revision Dale May 19, 1997 8-23 Temporary Pavement Markings 9-23 Temporary Pavement Markings 'Remove Plastic Line------- Wide,* per linear foot.* 8-23 Temporary Pavement Markings existing traffic markings "per lump sum.` s The linear foot contract price for "Remmve Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED TVrT tI T&B ' 'Remove Plastic Line' and the lump sum contract prime for FOLLOWING: 'Remove existing traffic markings' shall be full compensation for t removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RQ t and detail sheets. If these pay items do not appear in the contract ' schedule of prices, rhea the removal of old or conflicting traffic if no pay item is included in the contact for installation or for markings required to complete the chamtelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control ' if that item is ' made. included as a bid item. I The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools material and equipment necessary for the completion of the work as specified_ ' 1- 1 Page-SP-48 Revision Date:May 19, 1997 ' 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for p amen may be produced_for use on a nrolca Wn`" 11_. job mix formula has been a e PProved by the engineer- Tt e .+uwre Materials shall be designed to meet the test criteria fisted.In Section o-» 8 and remain within the limits set fords in 9-03.8 �c determination of the job mix formula shall be the resm stints 9-00 Definitions and Tests — , "' the Contractor. The intermingling of asphalt concrete mixtures produce from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toin the 9-00(A) Recycled Materials (RC) JNT. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to ' practicable provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 BitumIIIous Materials e. Compaction temperature. L Anti-strip agent con"t. ' 9-02.1 Asphalt Material, General The Contractor may not snake any changes to the JMF wid om prior written approval of the Engineer. Should a change in sources SEC77ON 9-02.I(70)IS A NEW SECTION: of materials be made, a new JMF must be approved by the ' Engineer before the new material is used. 9-nl(10) Loop Sealant (RQ Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall_be ' bot-aytt rubberized asphalt sealant (Crafco Loop Detector Sealant .Job Mix F Or approved equal) shall meet the penetration, flow and resilience specifications of ASTM D3407 and shall be installed with an droved applicator in conformance with manufacturer's The contractor shall request and obtain approval from_the Pew JIM, Enganecr for the type of loop sealant to be used before installing Z3. Job Mix Formula Toleranceszud,�,djuaeets_ detector loops and shall submit manufacturer cutsheets or other a. _ After the JMF is data if requested by the Fngmeer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly dean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each ' temperature and means of application such as to completely fill the mix constituent shall not sawcut area encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specu'red in Section 9-03.8(6). 9-03 Aggregates Aggregate passing 1', Broad band specification 3/- 518 , /2 ,and limits Section 9-03.80). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8� sieves Aggregate passing 1/4" sieve f 6% 9-03.8(6)A Basis of Acceptance(RQ Aggregate passing No. 10 sieve f 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve f 4% conformance to the project job mix formula (JMF)- For the Aggregate passing No'200 sieve t2% Note Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits sha11 be for aggregate gradation only and shall be as specified in Section 9-03.8(6)- Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt combinine ratior -Ad the average g;adadoii of the completed Mix Pavement),2-5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP. 0-7% for over 20% RAP, but less than 50%RAP, 1.0`Yo for 50% RAP or greater. These tolerance limits constitute die allowable limits used in LMPIGG Gubmitted awl Prop Section 5-04.3(nA to determine acceptance. a 061(l)- No t Page-SP-49 Revision Dale_May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits ' SECTION 9-05.7(3) IS DELETED AND REPLACED BY TILE FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints(Rr-► Joint assembly design shall be reinforced concrete belt and I c._--A,d}ustmesus spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber Pasket ' material shall be neoprene. SEC77ON 9-05.7(4) IS SUPPLEMENTED BY Tl FOLLOWING: , 2W sieve �rbsw field -djugtawntg go the AdTl M�y be mule by the 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints f RC Hydrostatic testing of rubber gasket ioithts shall perforted co , is accordance with ASTM C361 or AWWA C3 be02 ez t test pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLF.AnWW AS , 9*6€uatiow; FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) the pecifrcatieas. The manufacturer of spiral rib storm sewer pipe shall furnish ' 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.I1 IS A NEW SECTTON Specifications-Tbe Fmgmeer may require additional information or tests to be performed by the Contractor at no expense to the State. ' 9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral nib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000,M1 BG 610. be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shalt be cut evenly.Spiral rib pipe shall , be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling etc rib. - Conduits SEMON 9-05.4 IS REVISED AS FOLLOWS ' 9-0S.4 Steel Culvert Pipe and Pipe Arch(RC) Steel culvert pipe and pipe arch shall meet the requirements of , AASHTO M 36, Type I and Type IL Welded seam aluminum coatlod (aluminized) corrugated steel pipe and pipe arch with metallized coating ipplied :inside and out following welding is acceptable and shall be asphalt treatment coated. SEC77ON 9-05.7(2):IS DELETED AND REPLACED BY TEE FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and , inspected m conformance with Section 9-05 4 The size fig= Reinforced �ete Storm Sewer pipe shall conform to the and ithetal shall be as shown in the Plans or in the Spxif 09 For spiral nb storm sewer pipe helical nbs shall protect in Cher ants ct re of C-fo and shall be Class 1 l e Typemew used outwardly from the smooth pipe wall and shall be fhN*ated f m a ' in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material The ribs shall be essesrO�all conformance nee with ASTM C150. No admixture shall be used unless rrrsanoular and shall be 3/4 inch plus two times the wall th>� otherwise specified_ (2t) plus or minus 1/8 inch (measured outside to outside) and a SEC77ON 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch ]nigh (measured as the minimum vertu ' FOLLOWING. distance from the outside of pipe wall immedately adiatxnt W the locksearn or stiffener to the top surface of rib) -The nm mu"n 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shaJI be 11 75 inches center to center(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the ' (134o4 test in accordance with ASTM C76• and(2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.1_0� test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midway f Page-SP-SO Revision Dale_May I9, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 118 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of nibs shall be 4.80 inches center to center t.,,�aanred fabricated with ends that can be effectively jointed with coupling normal to the direction of the fibs). The radius of bend of the bands_ metal at the corners of the ribs shall be 0.06E5 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent- be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe helical nibs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooch pipe wall and shall be fabricated 05.4C3)and 9-05.4(4) from a single thickness of material. The nibs shalt be 314 inch + For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricatw inch high (measured as the minimum vertical distance from the from a single ditclmess of material. The nibs shall be 375 inch— outside of pipe wall to top surface of the nb1 The maximum l/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4,110 inches tenter to center (meamred normal to the metal at the comers of the ribs shall be 0.0625 inch with an (rutxtion of the ribs). The radius of bead of the metal at the allowable tolerance of+ 10 percent. comers of the nibs shall be 0.0625 inch with an allowable tolerance of—, 10 n«cent- 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION: -05.912 ) CPEP Sewer Pipe(RC) 9-06.5 Bolts CPEP - Smooth interior pipe and fittings shall __be SEC77ON9-06.5(4)HAS BEEN SVPPIFHFIV=BYADDING: ' manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111 Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, inns, washers and anchor plates for signal p. shall comply with all material and stiffness requirements of poles, street light poles, sham poles or other types of poles shalt ' AASHTO M294, meet the remmrneaded specifications of the pole manufaca=. SECTION 9-0S I4IS DPZE7F�: Tw Contractor shall be rasponsible for providing to the Engineer any and all data concerning fabrication, strength test results, mr31 SEC77ON "5.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor PIDILOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Ahnninum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the (RQ Contractor can submit documentation-from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon. axis of the pipe.Pipe ads shall be cut evenly.Spiral fib pipe shall I The standard anchor bolt for aluminum street Eight poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket- ASIM A 35 or A3'IM A 307. The shaft of the anchor bolt shall Spiral Fib G&ORn Gaute;pipe Fh-11 h-;,o helical ar thu project be a full one inch in diameter with a hot forged four inch -L"bend on the bottom end and a minimum of six incbes of die-M threads ' on the top end. 2 The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the apptmred manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts M nuts and washers all meet the mole manufacturer's specifications and shall be hot dipped galvanized nut", unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: Manhole Coating System Products For spiral rib storm sewer pipe, helical ribs shall project 9-08 8 hal outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08 8(1) Coating System Specification(R91 inch deep with a nominal spacing of 7-12 inches center to center. The following coating system specifications be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including ► c1►urine]) sutra ' with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral nib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + t Page-SP-SI Revision Date:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signal Electrical , Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS:A. General ' I. Buried Manhole 9-29.3 Conductors, Cable(RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a wraparound type numbering strip bearing the circa;t number ' A. Buried,and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be . ed concrete unless otherwise indicated on the plans. All conductor runs shall surfaces• be pulled to the appropriate signal terminal comt�artment board 9-08.8(2) Coating Systems with pressure type binding posts. The only ex � be the ' splices for detector loops at the nearest Itrnction box to the loons A. High Solids Urethane The contractor shall provide and install all the wry Coating System: C1 wiring, fasts and fittings so as to complete the r>tuallation of the ' Coating Material: High Solids Urethane signal and lighting equipment as shown on the plans. All materials Surfaces Concrete and installation methods except as noted otherwise herein. shay comply with applicable sections of the National ElecxricA Code. Surface Preparation. In accordance with SSPC SP-7 g. Detector loop wire shall be No. 1214 AWG stranded (Sweep or brush off blast) copper wire, Class B. with chemically cross-linked poi Application: Shop/Field The drying time yetryle" type RHH-RHW insulation of code thickness. between coats shall not exceed (11)&xgair-d_.ontmunicatioos cable{shall meet REA _ 24hours in airy case specification PI139 and shall have cix—paiF—No. 19 AWG wirrs System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated altmiinum shielding. Coatings: Primer. One coat of Wasser The cable shall have a petroleum compound completely filling the inside of MC-Conseal high solids the cable. ured ane(10 DF1)Finish: The shielded communications/signal intercomect cable shall ' Two or more coats of Wasser meet the following: MC-Conseal(rnui.4.0 DFT) 1_ Conductors: Solid, soft drawn, annealed copper, size i9 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene,with telephone industry color coding• 3. Cable core assembly: insulated conductors are twisted SECTION¢23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 Fly Ash(RQ ' 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminuun tape shield is applied longitudinally with shielding coverage. A ' Signals, Electrical corrugated tape applied in the same manner is acceptable- 9-29 Illumination, 5. Outer jacket: A black low density high molecular weight SEC77ON 919.1 IS SUPPLEMENTED BY ADD17VG THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING: temperature variations and other environmental conditions plus ' abuse during installation) is extruded overall to provide a 9-29.1 CondW((RC) continuous covering. 6 Footage markings: footage markings must be printed The conduit P.Y:C. - non-metallic shall be of the two indicated below: types sequentially a minimum of 2' along the outer jacket. , !. Schedule Sd=Extra heavy wall P.V.C. conforming to 7 Filling: the entire cable within the outer iacket is flooded AST . Standards,to be used in all installations tinder roadways with petroleum-polyethylene gel filling compound irrdtrdmg 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) •9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and termite Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION A29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets. FOLLOWING: ' The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires(RC) 1. Signal only: 'Signals' The filter shall bd charcoal with Blast-omer gasket. 2. Street Lighting only: 'lighting' Luminaires shall have a cast aluminum housing of�bin ' 3. Traffic Signal and Street lighting Facilities: -TS-LT- head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. Page-SP-52 Revision Date:May 19, 1997 ' 9-29 Illumination,Signals, Electrical 9-29 illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change_ on each luminaire. ' 9-29.11 Control Equipment , 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH. unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash. however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take ' operate on 120 volts 60 Hz. The unit shall consist of a light command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit gwaayellow shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit energize the lighting circuit. a bl of switching loads up to 1000 watts per circuit alternateate t alternately at a rate of j ' The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, phis or minus two flashes per 1 values in the WnTerature range of-55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the 1 lumnnaire. In a contactor controlled system the photo cell to SECTION 9-29.I3(3)IS REVISED AND SUPPLF- IENI'ED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS: service/contactor cabinet. The photo cell shall be capable of switching'ON' 1,000 watts of incandescent load as a minimum. 9 29.1 met Emergency a Pre-all has been Immediately after a valid call has been received, the ' SECTION 9-29.13 IS SUPPLEMMNTED BY ADDING THE pre-emption controls shall cause the signals to display the required POLLOWING. clearance intervals and subsequent pre-emption intervals. l 9-29.13 Traffic Signal Controllers (RC) ion shall sequence as noted in the contract. Pre-emption equipment shalt be installed so that internal wiring of the ' The unit shall operate on 120 volt 60 cycle single_phase controller, as normally furnished by the manufacturer, is not alternating current and shall use the power line frequents as a time altered. base The traffic signal controller shall meet the requirements of the Natioml Elecaical Manufacturers Association (NEMA) requked, W-PAI GA When the controller reacber the pro empted ' Standard Publications. 1 Components such as resistors capacitors diodes and FanergenCy vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Imergrated circuits shall be type units- The preemption system operation shall be compatible ' mounted in sockets and shall be easily replaceable without with the 5W Series 3M company 'opucom' system which the City soldering All cmnponmts shall be standard'Off the shelf items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfa_c n by the same transmitters. with the Multisonie real time master computer. Ile eontroner The optical signal discriminator system shall enable an ' shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controner shall distance of up to 1800 feet(0.54 kilometers)along an unobstructed establish the sequence of signal phases including overlaps, in "line of sight' path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. when controller to move into an appropriate fire pre-emption prim. ' operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, fior wide volume density on each phase as required. All clearance field programmability. It Shan consist of the following timing and pedestrian timing shall be accomplished at the local components: int ion. a Optical energy detectors-which shah be mounted on the ' traffic signal mast arias and shah receive the opncal energy SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS emitter's signal. FOLLOWS: b Discriminators which shall cause the signal controller to go into internal preemption which will give the authorized vehicle ' 9-29.13(2) Flashing Operations(RC) phase sequence the right of way in the manner shown on the p 2. Police Patel Switch. when the flash-automatic switch diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights._ the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TRAP when the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period.At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient tem*S* 11 rant?e of 0°F ' immediately resume normal cyclic operations at the beginning of to +180°F(-40°C to +85'0. artery mellow. 4_ Power Interruption. On "NEMA" controllers any power d Shall have internal circuitry enca sulated in a semi- interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to nwrsm operated by shall re-energize consistent with No.2 above to ensure an 8 second a Shall respond to the optical ener imptnlses g ttv of 0.8 m,uv flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse ener dens of less than 475 plus or minus 25 millisecond. shall not cause Joule per square meter at the detector, a rise "me less man microsecond and half power point pulse width on not ims han tesequencing of the controller and the signal displays shall thirty microseconds. l; Page-SP-S3 Revision Date May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,SignaLc,Electri�l , Discriminator Each module shall do the following_ f a. Shall provide for a minimum of two channels of optical mobod of 01'60apr detector input_ Pr b. Shall provide for a minimum of two discrete channels of optically isolated output. ! When a pre-emption detector detects an emergency vehicle Qtarv�& in both the phase selector shall hold the controller in the required phase or 444&on for, green ispminatio advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency ' vehicle. When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully_ not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards received, channel called. Switches shall control system power and The controller shall provide for setting each ti T' interval by simulate detector calls for each phase, means of positively tali'brated settings. The trmtng functions tduall be on the front of the controller unit or shall have keyboard catty SECTION 9-29.13(7);IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation. the traffic FOLLOWING. __' signal controller shall include all circuitry ttigtittt d to provide all timing and all functions for signal operation in a fully actuated 9-29.13(4) Wong Diagrams(RC) mode. Standby operation shall automatically occur upon opening , The controller cabinet shall have a waterproof envelope with a of mtercomiect Imes failure of central master computer or when, side access attached to the inside of the cabinet door. At the time specified by the master. The standby,operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not + ' 1 SECTION 9-29.I3(6)IS SUPPLFJLIVTED BY ADDING THE call up a starting yellow. FOLLOWING. SECTION 9-29.I3(7)4 IS SUPPLEMENTED BY ADDING?HE FOLLOWING: ' 9-29.13(G) Radio Interference Suppressors 9-29.13(7)A Environmental,Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C_ power. Standards for Solid-State Trafric Additionally, all power supplies shall have noise immunity from Controllers(RC) ' other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. out of all timing circuits, phasing and signal operation shall be at ' 9-29.13(7) Traffic-Actuated Controllers (RC) the City of Renton Signal Shop Renton, Washington. The Signal Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, whey connected to traffic detectors or other means of actuation, or test demonstrations. The contractor shall assemble the cabinet and both. shall operate the electrical traffic signal system at one or related signal control equipment ready for testing. A complete , m�eintersections. _ detnonsttation by the contractor of all integrated eomponeats satisfactorily functioning shall start the test period Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all pacts are supplemental devices shall employ digital timing methods. satisfactorily operating The test shall be extended until a , The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted_in the contract, must specifically conform to current NI1�fA specifications. entire integrated system has been demonstrated. The demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of anY , Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforescated units. Volume density timing features shall be provided on all cool gear when field installed. controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for'Iyaff a Actuated bal-con b MA an Controllers (RC) m2 :G,-n , ., f aur load rwit,ti I t as_1ws8br I' I --c-hog receptag, t- Page-SP-54 Revision Dale:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit j There shall be a main power switch inside the cabinet that Interface communication devices shall be deli Teel separate shalt render all control equipment electrically dead when turned units or as modules that plug directly into the controller cane off. There shall be a controller power switch that shall render the communication devices shall be used for uu-jme!L0EnpUter control controller and load switching devices electrically dead while of_the intersection and shall be capable of transm;n:., a;; +caor maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding c.nunatxi or load switching devices. information from the computer all m cotifottnaru a and within the mobility of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. ' Th 13(7)D IS REVISED AND ere shall be a switch in the cabinet identified as the stop SECTION 9-29. SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS. operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RCS} controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum d&kn= switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness cle. normal cycling operation while the intersection remains in flashing "dia"-sbee, aluminum, or cast aluminum. Cabinets shall be ' operation. finished_ inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, fight Bray or DETECTOR test switch aluminum in color. As an alternate to painting the outside and inside of the aluminum cabinets may be clear anodized alamninum_ Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provid m ed with: (spring ram) detector test switch. When depressed the switch a- A spring loaded construction shall puce a call on its respective signal phase.g accepting a Best C%series core installed core lock capable of by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets ' The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge put and A convenience outlet protected with a ground fault interrupter a lock- Two police keys with shafts a minimum of 1 3/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each Cabinet. cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal.on-of circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the 'off- Fail Safe Unit position. A second switch shall be the auto-flash switch. When placed in the 'flash" position,controller power shall remain on and Fail safe unit shall meet the Ai)3yIA-PLUS specificationsand controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel descn-W later. sine wave for all green, amber and pedestrian walk indications. C. The duration of a display of conflicting indications shall not be long etsongh Cabinet doors shall be gask to be visible to motorists or pedestrians before the monitor with with one piece close cell neoprene. They shall be equipped w w ith initiates flashing operation. There slap be a visual indication that some type of stops so the door may be held open in either of two- ' the monitor has preempted normal operation, positions at a an pproziimtely 90 degrees and 180 degrees d be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position doors"assembly. e The Controller cabinet shall have a load bay panel with at ' Surge Protector(Lighting Arrester) transfer least the following items mounted on the face of the panel: relays, load switches; and terminal blocks for termination of all The controller stall have an input voltage surge protector that wires contained on a separate paw (the terminal block gall shall protect the controller input from any voltage surges that could conforrn to Washington Standard Specifications). ' damage the controller or any of its components This load bay panel shall be mounted so that when the screws Field Wiring Terminal are removed it will be possible to obtain full access to the terminations on the back of the load bay panel. ' There shall be a terminal strip for field wiring in the Con • controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE numbering system is used for the cabinet wiring then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal 9-29.16 Vehicular Signal Heads (RCS strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes runless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head ' P housin s shall consist of rovidod_ g separate sections and be expandable type for vertical mounting Lens shall he glass and meet Specifications for light output. Reflectors shall be alzac- Each signal head shall have a 1/4 inch drain hole in its base. ' Page-SP-55 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signal Electrical ' Vehicle signal heads shall be cast aluminum_ 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gr4ea- ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates,and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat_ flat black enamel. black enamel. SECTION 9-29.16(3)(RC)IS DELETED. Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware (RQ will be of the top-mount plumbizer type as shown on the standard plans unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. , Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted (RQ on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. ' be less than 16 feet 6 inches nor more than 18 feet 6 inches above die glade at the center of the roadway. All bolts and other_ miscellaneous mounting hardware shall be stainless steel. Hands (RQ SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: ' 9-29.16(2)A Olt !Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings (RQ Eight inch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 130=volt operation, 595 minimum initial ihimen, 665 rated initial lumen, 8,000-hour minimum, uupaiatedrAll oawr-hardware for ethermounts shall be painted 2 7/16-inch light center length. A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal heads require wed enamel. ' 320130=volt, 165 watt, 1,750 minimum initial htmen, 1950 rated initial himen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SDPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament ' ands up 9-29.18(1) Indactioq Loop Detectors (RC)Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal- Induction loop amplifiers installed with NEMA controls shall conform to current NEMA specifications. Amplifiers-ir=lled Each lens shall be protected with a removable visor ofTypg ontggiConpo aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for i( installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS have square doors. 9-29.20 Pedestrian Signal(RCS SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iscandego"A- fiber optic or , neon-grid type, or other types as specified in the oorrtract. 11 9-29.16(2)C Louvered Visors_(RQ(R Pedestrian signals shall conform to FM Standards (Standard for i . Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). , furnished and installer.=Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of alum ,and the louvers shall be constructed of anodized aluminum painted flat black_ ' Dimensions and arrangement of louvers shall be as shown in the Word mecr�ger, when contract. a�n;c»munh e€ A IQ : m►a hio�bol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND 1°idth. ' REPLACED WITH. Housings shall be die-cast aluminum and shall be Painted with two coats of factory applied traffic signal ellow enamel. 9-29.16(2)D Back Plates (RC) Back plates shall be furnished and attached to the signal VACANT' SECTION 9-29.20(I) IS REPLACED BY ADDS heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: ( ' half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic Type(RC) back_ The fiber optics shall be drawn from optical lass of hi purity The fibers shall be temperature resistant The fibers stharl ( ' be resistant to the UV light emitted by the halogen lamp_ and sii�" maintain their high transmission properties throu hout the "Strme t- Pagc-SP-56 Revision Dale:May 19, 1997 ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITM 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers. The optical sheathing shall have a wall 9-29.24(1) Painting (RC) thickness of at Icast 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on enamel li tit shall have a hexagonal bundle format. The common bundle end re and each arm end shall be epoxied and optically polished_ in color_ The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector.The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes aggressive chemical attacks The coating SECTION 9-29.24(2) 15 DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6010 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall. produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a shed aluminum indicated on the contract plans and detail sheets The following housing_ The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breakers) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 1201M volt grounded neutral SEC17ON 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS. 9. One 120 volt 40 Amp single pole branch breaker(signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All aeon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white.lettering. AlI name Neon tubing shall be enclosed and shockmounted inside plates shall be attained by S.S. screws. a ruqod plastic module- 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELSI'ED AND SUPPLEMENTED BF THE FOLLOWING: inwo The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast, no external transformer, and operate at 30 watts. The heads shall display two symbol messages, 'hand' (for the The pole mounted terminal boo shall be made of molded do not walk mo in Portland orange and "Man' (for the walk fiberglass be grey in color, 16' high x 13-7/8" be approximately de) mode) in lunar white. The message module shall consist of two wide x 5-ocks The box shall be weather i deep and have a minimum of 16 have ten aLs on the neon gas tuba enclosed in a housing made of polycarbonate with blocks- tght ve a e door a singl t plastic. The lens material shall be polycarbonate plastic. The with continuous hinge one side and screw hold downs on the visors shall be flat black in color. door locking side Allll hardware writ be stainless ,reel- Al! mounting hardware shall be stainless steel and shall be mcrdemtal to SECT70N 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type- Each terminal sha11 be separated by a marker strip Tbie matter strip 9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit number indicated in The signaUstreet lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips_ cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One Sparc 12 position terminal block shall M installed in cacti and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type with complete with screens filters and have rain tight gaskets. The nominal dimensions of 22" high z 13" wide x ll_deep a cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal LOCK_ f, Page-SP-57 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials , 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves_RQ ' Butterfly valves shall be Dresser 450 or Pratt Groundhog, SECTION 9-30.3(5) HAS BEEN DELETED AND REPL.4CED 9-30.1(1)Ductile Iron Pipe (RC) WTI7I THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the 9-30.3(S) Valve Marker Posts (RC) requirements of AWWA C151. Ductile iron pipe shall have a b fa The valve markers shall ix fabricated and cement-mortar lining meeting the requirements of AWWA C104_ installed in conformance with the Standard Drawings. . All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickrtess Class 5250 or the thickness class as shown in -375"x 6-0 or approved equal with blue label"water. the Plans. SEC770N 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-303 Valves FOLLOWS: 9-30.3('7) Combination Air Release/Air Vacuum SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW: Valves(RC) 9-303(1) Gate Valves (RC) Air and vacuum release valves shall be APC0_ Valve and Valves shall be designed for a minimum water operating Primer Corp, 'Heavy-Duty,',-combination air release valve or pressure of 200 PSI.-Gate valves shall be Iowa List 14, Mueller ual- ' Company No.A2380, Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be cropper or brass. Location of the air All gate valves less than 12' in diameter shall include an 8'x release valve as show on the plans is approximate. The installation 24-cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and Iarger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12" gate valve assembly vault and i' bypass installation. 9-30.3(8) TappiLg Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron stairt@ss Meet, body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. and 0-d"stuffing box- RESH IENT SEATED GATE VALVES SECTION 9t 30.3(9)IS A NEW SECTION. Resilient seated gate valves shall be manaNcxured to meet or 9-30.3(9) BIow-Off Assembly(RC) exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be If78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate Co or approved equal. Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Wager Standard Detat3, parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall ix galvanized. BIow-off assembly shall be in requirements of AWWA Standard C-550 latest revision. Valves stalled at location(s) shown on the plans. tow-off assembly on new dead-end water main shall shall be provided with two (2) internal 0-ring stems seals. The Temporary valves shall be equipped with one (1) anti-friction washer. The be installed at at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- tr n mains blow off assemblies for testing and flushing of the w directional flow. The stem shall be independent of the stem met or new water ns will not be included under this item and shall be nal considered incidental to the contract and no additio pa meat integrally cam ' Manufachuws of Resilient Seated gate Valves shall provide shall' the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED By ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Town Corey T} /opening wide the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-Stu ts�. Resilient Seated Gate Valves shall be U.S. Metroseal 250 Approval must be obtained prior to bid openinng_ Clow,M&H Style 3067,Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against Pure_) Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centunon obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85- in diameter shall include an 8'x24" cast iron gate valve box and extensions,as required_ SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING. shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details latest revision. 9-30.5(l) End Connections(RC) Hydrants shall be constructed with mechanical iomt connection unless otherwise specified in bid proposal description. t Page-SP-58 Revision Dale:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING_ adapter with 1/8'coated stainless steel aircraft cable_ Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RCS Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to FOLLOWS_ AWWA C-SM-85 with a 6 inch mechanical joint inlet and a main valve opening (M.Y.O.) of 5 1/4 inches two 2 12 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 12 threads per inch and ' one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe(RC) The two 2-12" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS. proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be co mpress-suitable neop gaskets for positive water tightness under test 10°type with rene _gripper ring. i pressures. The 4' pumper nozzle shall be fitted with a Stortz adapter, 4" SECTTON 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread z 5' Storm Stortz adapter span be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC). - Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. L r t 1 Page-SP-59 Revision Dare:May 19, 1997 I U) W 0 z W a 0 0 r� r� rr rr i■�r r r � r r � �r rr �r rr ■r r� r r 1 WSDOT AMENDMENTS ' WSDOT Amendments are the complete text of all The following p Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. 1 1 Page AMD-i Revision Date_May 19, 1997 Table of Contents WSDOTAMENDMENTS............................................................................................................................. i SECTION 1-04,SCOPE OF THE WORK March 3, 1997 .........................................................................................5 , 1-04.6 Increased or Decreased Quantities.......................................•......................................................._........5 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997..........................•.....5 , 1-07.9(5) Required Documents.....................................................................................................................5 1-07.11(10)B Required Records and Retention.................................................................................................5 1-07.13(4) Repair of Damage.................•..................•......•.........................................................................._. '5 SECTION 1-09,WASURFAIENT AND PAYMENT March 3,1997...........................................................................6 1-09.8 Payment for Material on Hand.....................•.............................••.......................................................6 SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997........................................................................6 t 1-10.2(1)..1rafl➢c Control Supervisor......................•..............................•.................._.....................................6 1-10.2(1) General......................................................................................................................................6 1-10.2(3) Conformance to Established Standards..............................................................................................8 1-10.3(1) Traffic Control Labor...............•..........••...............................................•...•....................................8 1-103(2) Traffic Control Vehicle..................................................................................................................8 1-103(5) Temporary Traffic Control Devices...................................................................................................8 1-10.4 Measurement.............................•...•..................................................................................._............9 1-10.5 Payment.......................................•........................................................•........................................9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 2-033(14)1 Embankments at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....__..•..........................................•........................._......10 SECTION 2-09,STRUCTURE EXCAVATION March 3,1997..................................................................................10 2-093(1)E Backfiilling ...•........-•--.......•...........................••............•...........................•.............._..................10 2-09.4 Measurement...•••-----......••.........•.••........•..................•...•..•...................••-•-...................................... 2-09.5 Payment.....................................................................................-•-•--.........................•--_............._..11 SECTION 3-02,STOCKPILING AGGREGATES March 3, 1997_....•.......................................•................................11 - 3-023(1) Asphalt Concrete Aggregates...........................•.._.........•................................•................................11 SECTION 6-02,CONCRETE STRUCTURES March 3, 1997...................................................................................11 , 6-023(4)D Temperature and Time For Placement............................................................................................11 6-023(11) Curing Concrete........................................................................................................................12 6-02.3(17)J Face Lumber,Studs,Wales, and Metal Forms.......•........................................................................12 6-023(24)A Field Bending................................•.........................................................•--.............................12 6-023(25)F Prestress Release......................................................................................................................12 SECTION 6-10,CONCRETE BARRIER March 3,1997..........................................................................................13 6-10.3(1) Precast Concrete Barrier................................................••......................................._......._•............13 ' 6-10.5 Payment........................................ ..................13 SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 1997...................... ....._...............13 SECTION 7-05,MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS...................... ..•................13 I 7-05.1 Description ..._. .... ....._ ............13 7-05.2 Materials......................................•--........•......................•.......---...............---..............._..................13 7-05.3 Construction Requirements................ .........14 7-05.4 Measurement ....-•----•----•---••--•................................................•--..............---..........._.._...__..........._.._..14 7-05.5 Payment.................................................................................----••--•-•--•-•----.....__..._..--•---•------..._... .14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 Page-AMD-ii Revision Date:May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials................. ..........._.........................................._......------............_........................is 7-08-3(1)A Trenches.... ................. ....... ............ ... ..........15 7-083(1)C Pi Zone Bedding . ... ...... . ...............................................................15 7-08.3(1)C Bedding the Pipe....................................................... ......................................................----_.._...15 7-083(2)D Pipe Laying-Steel or Aluminum...................................................................................................Is pe 7-08.4 Me Jointing of Dissimilar .� ............................................................................................................16 7-08.4 Measurement. .16 7-08.5 Payment........................................................................................................................................16 SECTION 7-17,SANITARY SEWERS March 3, 1997 ............................................................................................16 7-17.2 Materials..................................................................................•--•---......................................... 7-17.3(2)C Infiltration Test.........................................................................................................................17 ' SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 8-09.1 Description.........................................•............----..........................................................................17 8-09.3 Construction Requirements................................................................................................................17 8-09.3(5) Recessed Pavement Marker.........................................•.................................................................._.17 8-09.5 Payment...................................................................................................................•..........._....... 17 SECTION 8-11,GUARDRAIL March 3,1997.......................................................................................................17 ' 8-113(1)C Erection of Rail .ion ...................................................................................................................17 5-113(1)D Anchor Installation. •18 SECTION8-15,RIPRAP March 3,1997...................•............................................................_.............................18 18 8-15.4 Materials ent...............•...............•.....•............--•--..........................................................--............. Is SECTION S-1S. Measurement • SECTION 8-17,IMPACT ATTENUATOR SYSTEMS March 3, 1997........................................................................18 8-173 Construction Requirements................................................................................................................18 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 1 AND ELECTRICAL March 3,1997.....................................................................................................••--...........19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.....................................................•-•-••----........................................................19 SECTION 8-21,PERMANENT SIGNING March 3, 1997........................................................................................19 _ 8-21.2 Materials.........................•-............................................................................--........_•---.................19 8-213 Construction Requirements..................................................•--...........................................................19 19 ' 8-213(4) Sign Removal.........................................•-•--................................................................................20 8-213(9)F Bases . 8-213(10)A Sign Lighting Luminaires.................................... .20 8-213(9)G Identification Plates...---.............................................................................................................20 8-213(12) Steel Sign Posts.........................................................•....._........................................................_.20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997.......................................................................................21 8-22.2 Materials...................... ................ .......................21 SECTION 9-02,BITUA[INOUS MATERIALS March 3, 1997...................................................................................21 9-02.4 Anti-Stripping Additive ................................................ ....21 SECTION 9-03, AGGREGATES March 3,1997.....................•............................................................._................21 9-03.12 Gravel Backfill..............................................................................................................................21 9-03.12(5) Gravel Backfill for Drywells .........................................................................................................22 9-03.14(2) Select Borrow............................ ......................22 ' SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3,1997............................................................22 9-04.3 Joint Mortar-•...........................................................................•---------...........................................22 SECTION 9-05, DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands.......................................:............................................................................ ......22 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22 Page-AMD-iii Revision Date_May 19, 1997 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe---22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe------------------------------------------------------------------------------------------------23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ------------------------------------------------23 9-06.16 Roadside Sign Structures..................................................................................................................24 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts..........................................................................................................................-----24 9-06.5(5) Bolt, Nut,and Washer Specifications......................................................................................................25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders......................................................................................................•2 SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterprool-mg................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3,19W................................................................................................25 , 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins...........................................................................................................26 ' 9-12.7 Precast Concrete DrywelLs.................................................................................................................26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3,1M....................................................................................26 9-16.3(1) Rail Element...............................................................................................................................26 9-16.3(2) Posts and Blocks..........................................................................................................................26 9-16.3(5) Anchors..............................................--..............--------...--..........................................................27 Page-AMD-iv Revision Date:May 19, 1997 1-04 6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage { TC "SECTION 1-04, SCOPE OF THE WORK" ISECTION 1-04, SCOPE OF THE 2 WORK March 3, 1997 r 1-04.6 Increased or Decreased Quantities ' 5 The first sentence of Item no. I in the first paragraph is revised to read: 6 Either patty 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. 9 Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. 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 total payment for any item will be limited to no more than 75 percent of the amount ' originally bid for the item. 0 7 Item no.4 in the second paragraph is deleted. o { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE o PUBLIC" )SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1 March 3, 1997 ' 2 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: 5 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. r � 1-07.11(10)B Required Records and Retention 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". The third paragraph is revised to read: 3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects, and those Federally funded projects under$100,000. r7 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 2 1-04 A r Page AMD-5 Revision Date:May 19, 1997 r 1-09.8 Payment for Material on Hand 1-102(1) General ' 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" )SECTION 1-09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 a 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 i 1-10.2(1) Traffic Control Supervisor ' 2 This section is revised to read: 3 a 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager ' 6 (TCM) and Traffic Control Supervisor (TCS)_ The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor , 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2MA Traffic Control Manager 9 The duties of the Traffic Control Manager include: , 0 1 1_ Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s)with the Engineer. 3 ,4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 ,7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies- 0 Page-AMD-6 Revision Dale:May 19, 1997 1-10.2(1) General 1-10.2(1) General 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic_ J. 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications o available at all times on the project. 6. Attending all project meetings where traffic management is discussed. 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 2 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 5 _ The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45-minute time period after notification by the Engineer. 8 The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, t message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). ' 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and ' 6 e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 2 4. Attending traffic control coordinating meetings or coordination activities as authorized by the t Engineer. s h The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS r are accomplished. Possession of a current flagging card by the TCS is mandatory. s 9 A reflective vest and hard hat shall be worn by the TCS. Page-AMD-7 Revision Date:May 19, 1997 1-10 2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices ' 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 , 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 o 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle,- the work required for this item-is furnishing , 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. , 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. 6 7 1-10.3(5) Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this ' 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. ' 4 Page-AMD-8 Revision Dale:May 19, 1997 ' 1-10.4 Measurement 1-10.5 Payment 1-10.4 Measurement The fourth paragraph is revised to read: 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts_ The following paragraph is inserted after the fourth paragraph: 9 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to ' unit contract prices. _ When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: 5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used ' for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing the work required by this section but will be excluded from payment under this section. 1 1-10.5 Payment ' 3 The bid item "Traffic Control Supervisor", per day, is revised to read: ' "Traffic Control Supervisor", per hour. 6 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: ' 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. ' 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". ' 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor"- The last paragraph of this section is deleted. Page-AMD-9 Revision Date_May 19, 1997 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfillin ' 1 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 )SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)1 Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the , 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in Iayers I. and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) ' 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft' 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. ' 1 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 ' 8 2-09.3(1)E Backfilling , 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 ,t Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class I or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) , 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. , 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page-AMD-10 , Revision Date_May 19, 1997 ' 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement 1 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: ' For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches_ For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. ' 2 Under "Horizontal Limits" the following new paragraph is added: For drywells, the limits shall be in accordance with the Standard Plans. 5 The paragraph for "Gravel Backfill" is revised to read: ' 8 Gravel BackjW Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the cubic yard in place determined by the neat lines required by the Plans. t 2-09.5 Payment 3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. ' 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, STOCKPILING AGGREGATES March 3, 1997 3-02.3(1) Asphalt Concrete Aggregates R The first paragraph is revised to read: o Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the ' t class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, ' 3 except as modified in Section 9-03.8. { TC "SECTION 6-02, CONCRETE STRUCTURES" )SECTION 6-02, CONCRETE 5 STRUCTURES March 3, 1997 ' 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: a Page-AMD-11 Revision Date_May 19, 1997 6-02 3(11) Curing Concrete 6-02.3(25)F Prestress Release ' 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. 3 4 6-02.3(11) Curing Concrete , 5 Item number 1 of the first paragraph is revised to read: 6 ,7 I. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days_ ' 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)J is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the ' 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. s 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 t Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. I I and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and , 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: , 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. ' 9 o 6-02.3(25)F Prestress Release ' 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the ' 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of i the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change_ Page-AMD-12 ' Revision Date:May 19, 1997 6-10.3(1) Precast Concrete Barrier 7-052 Materials { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER 3 March 3, 1997 4 6-10.30) Precast Concrete Barrier ' The first two paragraphs are replaced with the following paragraph: 6 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3_ No ' concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: 2 1 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be cured in the forms until a rebound number test, or test cylinders which have been cured under the same 5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. 1 6-10.5 Payment Section 6-10.5, Payment, is supplemented with the following: 0 "Single Slope Concrete Barrier", per linear foot. The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 7�05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 ' The title of this section is revised to read: ' O SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS o 7-05.1 Description ' 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 4 7-05.2 Materials This section is supplemented with the following: 6 Crushed Surfacing Base Course 9-03.9(3) Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 Revision Date:May 19, 1997 7-05.3 Construction Requirements 7-05.5 Payment ' I Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, ' 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 , 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywelI shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the , 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: ' 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 '0 The 15th paragraph is revised to read: 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of , 3 Section 2-09. 4 5 The 16th paragraph is revised to read: ' b 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 2 7-05.4 Measurement , 3 This section is supplemented with the following: ' 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: , 9 0 "Abandon Existing Manhole", per each- 1 ,2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. ' Page-AMD-14 , Revision Date:May 19, 1997 7-08 2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum t The unit contract price per each for `Precast Concrete Drywell" shall be full pay for furnishing and installing ' J the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing bass course, and drainage geotextile. { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, s CONCRETE PIPE ANCHORS March 3, 1997 7 This section is deleted in its entirety. ' - { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 7-08.2 Materials 2 This section is revised to read: ' Materials shall meet the requirements of the following sections: 5 Gravel Backfill for Foundations 9-03.12(1) Gravel Backfill for Pipe Zone Bedding 9-03.12(3) ' 8 Bedding Material for Thermoplastic Pipe 9-03.16 o 7-08.3(1)A Trenches The second paragraph is revised to read: 2 z The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. S 7-08.3(1)C Pipe Zone Bedding ' 7 This section heading is revised as follows: 9 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 1 bedding". 3 7-08.3(2)D Pipe Laying - Steel or Aluminum 1 The first paragraph is revised to read: J 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of ' circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed i together with approved bands. ' Page-AMD-15 Revision Date:May 19, 1997 7-08 3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test ' I ' 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: ' 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. , 7 8 7-08.4 Measurement , 9 The following new paragraph is inserted after the first paragraph: 0 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert ' 2 and storm sewer pipes. 3 4 7-08.5 Payment , 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 '0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. ' 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY , 9 SEWERS o March 3, 1997 , 1 7-17.2 Materials ' 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe"- 4 ' 5 The fourth paragraph is supplemented with the following- 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per I hour)'. Page-AMD-l6 ' Revision Date:May 19, 1997 ' 8-09 1 Description 8-11.3(1)D Anchor Installation • { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED ' PAVEMENT MARKER 3 March 3, 1997 a 8-09.1 Description ' The word "raised" is deleted from the first and second sentences. 6 ' 8-09.3 Construction Requirements s This Section is revised by adding the following new Section: o 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the ' 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. ' a 8-09.5 Payment The first paragraph is supplemented with the following new bid item: - "Recessed Pavement Marker", per hundred. ' The second paragraph is revised to read: 0 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2% "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for ' 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. ' 5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-111, GUARDRAIL March 3, 1997 8-11.3 1 C Erection of Rail ' 8 The following paragraph is inserted after the second paragraph: t t When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be I installed. The inside and outside rail elements shall not be staggered. 3 8-11.3(1)D Anchor Installation 1 The heading is revised to read: 5 6 Terminal and Anchor Installation T 8 The reference to "steel tubes" in the third paragraph is revised to read -foundation tubes"- ' Page-AMD-17 Revision Date:May 19, 1997 8-15.2 Materials 8-20.2(1) Equipment List and Drawings ' 1 - 2 This section is supplemented with the following-- 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's ' 6 manufacturer- A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP ' 9 March 3, 1997 o 8-15.2 Materials t The reference to Slab Riprap in the first paragraph is deleted. , 2 3 8-15.4 Measurement , 4 The third paragraph is revised to read: 5 '6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted- ' 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 , 1 8-17.3 Construction Requirements , 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that , 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 '8 The first sentence of the first paragraph is revised to read: 9 o Assembly and installation shall be in accordance with the manufacturer's recommendations. , 1 { TC "SECTION 8-20, ILLUNIINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" )SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, ' 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: , 7 Page-AMD-18 , Revision Dale_May 19, 1997 F Bases921.3 8-20 3(13)A Light Standards 8- ( ) The Contractor will not be required to submit shop drawings for approval for light standards conforming to the ' pre-approved plans listed in the Qualified Products List. 3 8-20.3(13)A Light Standards s The first sentence of Item No. 2 in the third paragraph is deleted. ' The first sentence of Item No. 4 in the third paragraph is deleted. { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT ' 9 SIGNING March 3, 1997 - 8-21.2 Materials ' -3 The second sentence of the first paragraph is revised to read: 3 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the ' requirements of Section 9-06. 8-21.3 Construction Requirements ' 8 8-21.3(4) Sign Removal This section is revised to read: ' 0 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete ' 3 pedestals to a minimum of 1 foot below fmished grade and backfill the hole to the satisfaction of the Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: 9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number ' n shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 2 completion of the project. If the total square feet of all signs removed is-'less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged t $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: 3 ' Page-AMD-19 Revision Date_May 19, 1997 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials ' 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. ' 3 The second paragraph is supplemented with the following: 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires ' 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". o ' 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign ' 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 ' 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: ' 1 2 1. Remove all galvanized runs and beads from washer area. , 3 2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates. 4 3. Shim as required to plumb sign posts- 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. , 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 ,o When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall t be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches ' 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 { TC "SECTION 8-22, PAVEMENT MARKINGS" )SECTION 8-22, PAVEMENT ' s MARIONGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: ' 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 ' Revision Dale:May 19, 1997 ' 9-02 4 Anti-Stripping Additive 9-03.14(2) Select Borrow 1 The second sentence of the eighth paragraph is revised to read: Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02, 5 BITUMIINOUS MATERIALS ' March 3, 1997 ' s 9-02.4 Anti-Stripping Additive 9 This section is revised in its entirety to read: 1 t When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the 1 aggregate on the cold-feed. Once the process and type of anti-stripping additive proposed by the Contractor ' 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. ' J When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the 8 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. ' J When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 1 not exceed 0.67 percent by mass (weight) of the aggregate. 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered ' 4 based on a proposal from the Contractor. ' { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES 6 March 3, 1997 ' 7 9-03.12 Gravel Backfill 3 This section is supplemented with the following new section: ' 9 9-03.12(5) Gravel Backfill for Drywells ' 1 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, Z Grading No. 4 in accordance with Section 9-03.1(3)C. 3 ' a 9-03.14(2) Select Borrow ' 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." ' Page-AMD-21 Revision Date: May 19, 1997 9-04.3 Joint Mortar 9-05-12(2) Profile Wall PVC Culvert Pipe and Profile Wall , PVC Storm Sewer Pi pe 1 { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- ' 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 , 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient , 8 water to allow proper workability- 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" ' o )SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: ' 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations_ Rubber gaskets for flat band couplers , 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. , 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1 PVC Sanitary Sewer Pipe , 2 The section heading is revised to read: 3 , 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe ' 6 7 The reference to "PVC sanitary sewer pipe- in the first paragraph is revised to read: 8 '9 "solid wall PVC sanitary sewer pipe" 0 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 ' 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: ' 7 Page-AMD-22 , Revision Date_May 19, 1997 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe and Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 1 Sanitary Sewer Pipe ' The first paragraph is revised to read: 5 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. ' The first sentence of the third paragraph is revised to read: 1 Qualified producers are identified in the Qualified Products List. 4 The fifth paragraph is revised to read: ' Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: The maximum pipe diameter shall be as specified in the Qualified Products List. 2 The first sentence of the fourth paragraph is revised to read: 5 Qualified producers are identified in the Qualified Products List. ' 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a ' 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" ' )SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ' This section is revised by adding the following: ' 9-06.16 Roadside Sign Structures All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293_ 9 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the ' requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 Revision Date_May 19, 1997 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut,and Washer Specifications ' I ` 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50_ 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: , 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 213 brackets ASTM A 582 9 coupling bolts ASTM A 325 o anchor bolts ASTM 304 stainless steel for threaded t portion. AISI 1038 steel rod and AISI , 2 1008 coil for cage portion- 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as . 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. , 9 o For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For t one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass ' 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's , o Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: a ,5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested , 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. o ' 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436"_ ' Page-AMD-2.4 ' Revision Date_May 19, 1997 ' 9-09.3(I)B Placing in Treating Cylinders 9-12-5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND ' LUMBER 3 March 3, 1997 ' 4 9-09.3(1)B Placing in Treating Cylinders ' The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. ' The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted- { TC "SECTION 9-11, WATERPROOFING" )SECTION 9-11, WATERPROOFING ' March 3, 1997 9-I1.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". ' 3 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-12, MASONRY UNITS March 3, 1997 ' 9-12.4 Precast Concrete Manholes ' o This section is revised to read: 7 Precast concrete manholes shall meet the requirements of AASHTO M 199. o The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. 1 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be ' 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the s 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be ' 9 furnished with knockouts or cutouts. I ' 1 9-12.5 Precast Concrete Catch Basins This section is supplemented with the following: ' 3 t Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 6 Section 9-12 is supplemented with the following new section: 7 Page-AMD-25 Revision Date:May 19, 1997 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors , 1 9-12.7 Precast Concrete Drywells ' 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer_ Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly ' 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ' 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 , o 9-13.4 Concrete Slab Riprap ' 1 This section is deleted. 2 ' 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL ' 5 March 3, 1997 6 9-16.3(1) Rail Element , 7 The first paragraph is revised to read: , 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware- published by AASHTO, AGC, and ARTBA. All rail ' t elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 , 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: ' 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. ' 9 o 9-16.3(5) Anchors t The following paragraph is inserted after the third paragraph: 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or ' 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17"_ ' Page-AMD-26 ' Revision Date:May 19, 1997 O _ O J a W 0. DIVISION 1 GENERAL REQUIREMENTS r1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: ACP Asphalt Concrete Pavement CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page I ■ 1-02.4 Examination of Plans, Specifications, and Site Work 1-02.4(1) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawings are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the , Contractor on the basis of the information made available. 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (Addition) The contract will be awarded to the lowest responsive, responsible bidder. 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials (Supplemental Section) No source has been provided for any materials necessary for the construction of this improvement. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 2 The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General(Additional Section) Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the contract documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed that specified criteria has been met, and acknowledges that the product, method, or information will function as intended. 1-06.7(2) Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/z"xl 1", 11"xl7", or 22"x34" sheets and shall contain the following information: 1. Project HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\I 102 Final Specs\02-Spec Prov-RD.doc Page 3 2. Contractor ' 3. Engineer 4. Owner 5. Applicable specification and drawings reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications 11. Special handling instructions ' 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 15. Other information as required by the Engineer 1-06.7(3) Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor, if remaining. 1-06.7(4) Substitutions (Additional Section) r Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1-06.7(4)A After Contract Execution (Additional Section) Within 30 days after the date of the contract, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 4 iContractor waives all claims for additional costs related to substitutions which consequently becomes apparent. r1-06.7(5) Submittal Requirements (Additional Section) The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials 7 04.2 Storm Sewer Pipe Materials 7-05.2 Manhole and Catch Basin Materials 7-08.3(1)B Shoring 7-17.2 Sanitary Sewer Pipe Materials 7-17.3(1)B Pipe Bedding 7-17.3(1)C Pipe Foundation 7-17.3(1)D Trench Dewatering Plan 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 9-30.1(6) Restrained Joint Pipe and Fittings 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the remains. 1 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 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 5 allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this contract, required to be made by the Contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) The Contractor shall comply with all construction related provisions of the HPA, Short-Term , Water Quality Exceedence permit, and other permits obtained by the City. The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The City will not make additional compensation for any changes or fines due to the Contractor's violation of construction provisions. 1-07.13 Contractors Responsibility for Work 1-07.13(1) General Add the following: Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj ' 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 6 t1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the Contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the Contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" compacted topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's expense. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 7 1-07.17 Utilities and Similar Facilities , Section 1-07.17 of the APWA Division I General Requirements is supplemented by the following: The locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown or correctly located on the Plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional compensation will be made to the , Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) 19.122.020 Definitions ' Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground ' protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 8 ' C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. rD. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling ' of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. tH. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) ' 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service - Time for notice - Marking of underground facilities - Costs ' Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 9 area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for , costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are , not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of , reasonable care - Liability for damages - Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 10 B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that ' obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an r excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) ' 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility ' A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the ' excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. rB. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). ' 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page I I thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more ' designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) , 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) The Owner shall be given 45 days prior written notice by certified mail of any cancellation, , reduction or modification of the insurance. 1-07.18(3) Limits (Addition) , The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: A. Worker's compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). , B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent Contractors, Owners and Contractors protective, Explosion, Collapse, , Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of , Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 12 D. The Contractor will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by Contractor will be considered primary and not contributory to any other insurance available to the Owner or the Engineer. All policies shall provide for 45 days written notice prior to any cancellation or non- renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. ' 1-07.18(4) Endorsement (Addition) The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. Subsequent to award of the contract the Contractor shall submit to the Owner the following: ' A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an ' appropriate representative of the insurance company(ies). i 1 1 1 1 1 ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 13 1-08 PROSECUTION AND PROGRESS 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. The Contractor may request in writing permission to start before 7:00 a.m. Approval for work before 7:00 a.m. may be revoked at any time by the Engineer if noise complaints are received by the City. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. Oakesdale Ave SW is an arterial street. The Contractor shall give a minimum 48 hours notice to the City prior to work on any i roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, except as approved In writing by the Engineer. 1-08.5 Time for Completion (Additional Section) The Contractor shall complete all work within the working days specified in this section and within the Contract Document. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with section 1-08.9 and may require termination of contract in accordance with section 1-08.10. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: r The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work , incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. 1-09 MEASUREMENT AND PAYMENT , 1-09.8 Payment for Material on Hand (Addition) Section 1-09.8 of the Standard Specifications is supplemented with the following: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj ' 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 14 The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the City will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. Payment for "Material on Hand" will be made only when considered desirable and ' appropriate by the City. The City reserves the right to make the final determination as to whether payment will be made for "Material on Hand." 1-09.9 Payments Supplement this section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. 1 Items or work clearly indicated in the Plans or in the Specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. 1-09.9(2) Retainage Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of the following are satisfied: ' 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." ' 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 15 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. i 1 1 1 1 1 1 1 1 1 1 i 1 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 16 ' 1-09.14 Payment Schedule (New Section) 1 GENERAL - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities which exceed the actual measured 1 amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid 1 for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, ' specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items which will determine the low bidder for this project. ' Bid Item 1. Mobilization (LS) Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. The Contractor shall prepare a Work Plan which shall include the following: ' A. Proposed construction sequence and schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Erosion Control Plan for all stages of the project. 1 H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102a Final Specs_3-04\02-Spec Prov-02.doc Page 17 D. Traffic Control Plan. t E. A plan to provide for cleaning and sweeping of any impacted roadways. The Work Plan shall be submitted to the City for review, revision, and approval within 14 days of the contract award. Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site shall be included in this bid item, or in the Restoration bid item if one is included in the project. Payment for Mobilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, and labor required to , complete this item of work in accordance with the Contract Documents. Seventy (70) percent of this item will be paid after the Contractor is fully in operation and construction has begun. The remaining 30% will paid in the Final Pay Estimate when the project is , completed, cleanup and restoration is complete, and all items are to the satisfaction of the Owner. Bid Item 2: Traffic Control (LS) The Contractor shall prepare a Traffic Control Plan for review and approval by the City. , The plan shall address the proposed working areas, signage, flaggers, contractor access to the working area, truck and equipment haul routes, and public access during construction. For this type of project the Traffic Control Plan should typically address traffic control needs when the Contractor is entering and leaving the site. It should also address any proposed lane closures needed for loading, unloading, and other construction activities. Lane closures shall not occur before 8:00 am and after 4:00 pm. Allowable work hours are given in Special Provisions Section 1-08.1(3), and as may be noted on the plans. Actual work hours will be approved in the Traffic Control Plan. The City may revise the work hours and Traffic Control Plan to address traffic problems or complaints. All adjustments to the work hours or Traffic Control Plan are considered incidental and no additional payment will be made for adjustments. The Contractor is responsible for controlling mud and dust on any route used by trucks or ' equipment, as noted in Supplemental Specifications Section 1-07.23. The Contractor shall be prepared to use power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning the road is considered incidental and no additional payment will be made for this work. Payment for Traffic Control will be made at a lump sum amount bid, which payment will be considered complete compensation for all labor, equipment, and material required for , Traffic Control as detailed in Supplemental Specifications Section 1-07.23 and Standard Specifications Section 1-07.23. Payment will be prorated over the construction period. i HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102a Final Specs_3-04\02-Spec Prov-02.doc Page 18 ' Bid Item 3: Erosion Control (LS) ' Erosion Control includes planning, installing, maintaining, and removing temporary erosion control measures needed for project construction. Erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment laden water, and migration of sediment laden water into the City drainage system, other water courses, or private property. 1 For this type of project typical Erosion Control measures include catch basin protection and cleaning catch basins, at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall develop a "red lined" erosion control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment -will be made for adjustments. Payment for Erosion Control will be made at the lump sum amount bid, which payment will be considered complete compensation for all design, labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. 1 Payment will be prorated over the construction period. ' Bid Item 4: Clear Fence Line, Remove Trees -Area A (LF) This item includes all work needed to clear the fence line including removal and disposal of all trees, brush, logs, upturned stumps, roots of downed trees, rubbish, and debris per Standard Specifications Section 8-12.3. Area A is shown on the plans, and includes a forested area with large trees approximately 50 to 70 feet in height. The clearing width shall be approximately 10 feet centered on the new fence line. The Contractor shall identify all trees 6-inches in diameter and larger in the clearing area, and shall endeavor to save them from cutting where practical. For this purpose, minor changes in the fence alignment may be made. Before starting construction the Contractor shall locate the fence line, identify the clearing area, and identify all trees that will be saved, for onsite review and approval by the City. The Contractor shall revise the fence line, clearing area, and tree cutting per the City comments and approval. It is the Contractor's responsibility to inspect the area before bidding to determine the nature of the clearing and tree removal needed. No additional payment will be made to the Contractor for any claims of additional costs due to changes in the fence line, clearing area, and tree cutting required by the City comments and approval. 1 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj Oil 2003\1102a Final Specs_3-04\02-Spec Prov-02.doc Page 19 All stumps at fence post locations, and for the entire width of gate entrances, shall be ' removed. Other stumps within the clearing area shall be close cut. Close cut stumps shall be evenly cut within 3 inches of the ground surface, parallel to the surrounding ground surface. Herbicide shall be applied to close cut stumps to kill the roots. Soil from onsite grading areas shall be used to fill any depressions and holes back to , surrounding ground surface. Supplying and placing onsite fill soil is incidental to this bid item. If onsite grading soil is not available imported select borrow or topsoil may be used. Imported soil will be paid under a separate bid item. This Item includes removing all large rocks, concrete blocks, and concrete traffic barriers that may be in the clearing area. All rocks and concrete blocks may be moved to the edge of the cleared area inside the new fence. ' Grading of the fence line to prevent short and abrupt breaks in the ground contour is included. All grading shall be reviewed with the City Inspector for approval before proceeding with fence installation. All cleared material including trees, logs, brush, stumps, roots, rubbish, soil, rocks, and debris shall be loaded and disposed of at a waste site secured by the Contractor per Special Provisions Section 2-01.2. All loading, transportation, and disposal costs shall be included in this bid item. Open burning or spreading of wood chips on site shall not be used. Measurement of Clear Fence Line, Remove Trees - Area A shall be per Linear Foot as measured along the new fence line Payment for Clear Fence Line, Remove Trees -Area A shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 5: Clear Fence Line, Remove Trees -Area B (LF) This item includes all work needed to clear the fence line including removal and disposal of all trees, brush, logs, upturned stumps, roots of downed trees, rubbish, and debris per Standard Specifications Section 8-12.3. Area B consists of the entire fence line, except Area A. In general Area B includes smaller trees, shrubs, and areas of bare soil. The clearing width shall be approximately 6 feet centered on the new fence line. The Contractor shall identify any trees 6-inches in ' diameter and larger in the clearing area, and shall endeavor to save them from cutting. For this purpose, minor changes in the fence alignment may be made. Before starting construction the Contractor shall locate the fence line, identify the clearing area, and identify all trees that will be saved, for onsite review and approval by the City. The I Contractor shall revise the fence line, clearing area, and tree cutting per the City comments and approval. It is the Contractor's responsibility to inspect the area before bidding to determine the nature of the clearing and tree removal needed. No additional payment will be made to the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs_3-04\02-Spec Prov-02.doc Page 20 Contractor for any claims of additional costs due to changes in the fence line, clearing area, and tree cutting required by the City comments and approval. All stumps at fence post locations, and for the entire width of gate entrances, shall be removed. Other stumps within the clearing area shall be close cut. Close cut stumps shall be evenly cut within 3 inches of the ground surface, parallel to the surrounding ground surface. Herbicide shall be applied to close cut stumps to kill the roots. Soil from onsite grading areas shall be used to fill any depressions and holes back to surrounding ground surface. Supplying and placing onsite fill soil is incidental to this bid item. If onsite grading soil is not available imported select borrow or topsoil may be used. Imported soil will be paid under a separate bid item. This item includes removing all large rocks, concrete blocks, and concrete traffic barriers that may be in the clearing area. All rocks and concrete blocks may be moved to the edge ' of the cleared area inside the new fence. Grading of the fence line to prevent short and abrupt breaks in the ground contour is included. All grading shall be reviewed with the City Inspector for approval before proceeding with fence installation. ' All cleared material including trees, logs, brush, stumps, roots, rubbish, soil, rocks, and debris shall be loaded and disposed of at a waste site secured by the Contractor per Special Provisions Section 2-01.2. All loading, transportation, and disposal costs shall be included in this bid item. Open burning or spreading of wood chips on site shall not be used. Measurement of Clear Fence Line, Remove Trees - Area B shall be per Linear Foot as measured along the new fence line. Payment for Clear Fence Line, Remove Trees -Area B shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 6. Topsoil Type C (CY) ' This item includes purchasing, hauling and placing imported topsoil supplied by the Contractor from offsite sources. Topsoil shall be Type C per Standard Specifications Section 9-14.1(3). The quantity for this item is included to provided a common proposal for bid purposes. The actual quantity used may vary from that amount. The unit price will not be adjusted if the ' actual quantity used varies by more than 25 percent. Measurement of Topsoil Type C shall be per Cubic Yard in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier ' giving the type and amount of material loaded for each load of material brought to the site. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs_3-04\02-Spec Prov-02.doc Page 21 ■ Payment for Topsoil Type C shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. ' Bid Item 7: Select Borrow (Ton) This item includes purchasing, hauling and placing Select Borrow supplied by the Contractor from offsite sources. Select Borrow shall be per Standard Specifications Section 9-03.14(2), with the maximum particle size limited to 1 1/4 inches. Select borrow may be used to fill cleared areas along the fence line up to existing grade where onsite soil is not available or suitable, and Topsoil is not needed. Any areas where , Select Borrow is used shall be approved by the City. The quantity for this item is included to provided a common proposal for bid purposes. The , actual quantity used may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement of Select Borrow shall be per Ton in the haul conveyance at the point of ' delivery. The Contractor shall provide a material quantity ticket from the supplier giving the type and amount of material loaded for each load of material brought to the site. Payment for Select Borrow shall be complete compensation for all materials, tools, labor, ' equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. ' Bid Item a: Chain Link Fence Type 1 (LF) Chain Link Fence shall be Type 1, 6 feet high, and shall be installed per Standard Specifications Section 8-12. The Chain Link Fence and material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. The Contractor shall locate and stake the fence line per plan for review by the City before fence installation. The Contractor shall make any location adjustments required by the City. Trees with diameters of 6 inches and larger shall be saved where possible, and for that purpose the fence line may deviate from the designed alignment where necessary. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. , Measurement of Chain Link Fence Type 1 shall be per linear foot of completed fence, along the ground line, exclusive of openings. Payment for Chain Link Fence Type 1 shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj ' 2003\1102a Final Specs}-04\02-Spec Prov-v02.doc Page 22 ' Bid Item 9: End, Corner,and Pull Posts For Chain Link Fence (EA) End, Corner, and Pull Posts For Chain Link Fence shall be Type 1, and shall be installed per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. Posts shall be placed in a vertical position, and except where otherwise directed by the Engineer, shall be spaced at 10-foot centers. All posts, cross bars, gates, and fittings shall be painted or coated the same color as the fence fabric. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. Measurement of End, Corner, and Pull Posts For Chain Link Fence shall be per each, post ' furnished and installed complete in place. Payment for End, Corner,and Pull Posts For Chain Link Fence shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. ' Bid Item 10: Double 20 Ft. Chain Link Gate (EA) Double 20 Ft. Chain Link Gate shall be Type 1, 6 feet high, and shall be installed per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. All posts, cross bars, gates, and fittings shall be painted or coated the same color as the fence fabric. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. Measurement of Double 20 Ft. Chain Link Gate shall be per each gate furnished and installed complete in place. 1 Payment for Double 20 Ft. Chain Link Gate shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item il. Single 6 Ft. Chain Link Gate (EA) Single 6 Ft. Chain Link Gate shall be Type 1, 6 feet high, and shall be installed per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. All posts, cross bars, gates, and fittings shall be painted or coated the same color as the fence fabric. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs_3-04\02-Spec Prov-v02.doc Page 23 Measurement of Single 6 Ft. Chain Link Gate shall be per each gate furnished and t installed complete in place. Payment for Single 6 Ft. Chain Link Gate shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 12: Hydroseeding (AC) This item includes restoration of all cleared areas and areas disturbed by construction with grass. All disturbed areas shall be raked smooth and shall be hydroseeded. Hydroseed shall be as specified in the Plans or Special Provisions Section 9-14, and , includes seed, fertilizer, mulch, and tackifier. The mix shall be submitted to the Engineer for review and approval, including the seed vendor's certification for the grass seed mixture indicating percentage by weight and percentages of purity, germination, and weed seed for each grass species. Hydroseeding shall be performed only after all work affecting ground surface has been completed. The topsoil in the areas to be seeded shall be loosened to minimum depth of 4 inches, graded to remove ridges and filled to remove depressions, as required to drain. The Contractor shall water as needed to maintain seeded areas in good condition until final ' acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. , Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of seeding is acceptable. Hydroseed areas shall have a uniform stand of grass over 90 percent of seeded area. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the required coverage is obtained. All areas that will be hydroseeded shall be reviewed and measured with the City inspector, and adjusted as directed, before the work occurs. Payment will be based on that measurement. Additional payment will not be made for any hydroseed outside of the previously measured area, unless approved by the City. Measurement of Seed, Fertilize, Mulch shall be per acre of hydroseed area that is accepted by the City. Payment for Seed, Fertilize, Mulch shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj , 2003\1102a Final Specs_3-04\02-Spec Prov-02.doc Page 24 ' Bid Item 13: Restore Complete Project (LSJ This item consists of all tasks necessary to completely clean and restore the project work area, any areas outside of the work limits that are affected by the contractor, any damaged areas, and demobilize from the project site. All streets adjacent to the project area ( Oakesdale Ave.) shall be power swept and cleaned at the end of the project. Payment for Restore Complete Project shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and 1 specified in the contract documents and City Codes. i i ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\I 102a Final Specs_3-04\02-Spec Prov-v02.doc Page 25 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be ' removed only after approval by the City. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3 5 Shrub Removal New Section If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs and replace them in-kind in the original locations after completion of the work. If a shrub is damaged during construction, the City may require the Contractor to replace in like ' size and kind. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description ' Supplement this section with the following: The work.shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for the completion of the project. ' All removal will be considered incidental to the work unless specifically identified as a bid item. 1 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 25 2-02.3 Construction Details 2-02.3(1) General Requirements , Supplement this section with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilitie�, , roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction , joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be ' determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(1)A Salvage (New Section) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable , value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no , additional cost to the City. 2-02.3(7)D Contractor Provided Disposal Site (Addition) , Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment , Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 26 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ' 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Add the following: ' Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5-04.2 Materials ' Supplement this section with the following: Tack Coat Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) of the Standard Specifications. 5-04.3 Construction Requirements ' 5-04.3(2) Hauling Equipment Add the following to the first paragraph: ' If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Rejection of load due to non- protection will not be basis for any compensation. 5-04.3(5)C Crack Sealing Delete the first sentence and replace with the following: ' Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. ' 5-04.3(9) Spreading and Finishing Supplement this section with the following: ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 27 Asphalt Concrete Pavement (ACP) Class B ACP Class B shall be placed to the compacted depths specified herein, equal to existing ' ACP thickness for restored ACP, or as shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with applicable provisions of Section 5-04. ' 5-04.3(17) Paving Under Traffic ' Add the following sentence to the second paragraph of this section: No traffic shall be allowed on newly placed pavement without the approval of the Engineer. , 5-04.5 Payment ' See bid items descriptions for units of measure and payment. 5-04.6 Asphalt Concrete Pavement Overlays ' 5-04.6(1) Scope of Work ' The intent of these Specifications is to provide a minimum of 2 inches compacted depth of class "B" asphalt concrete pavement at various locations, which are shown in the Plans or ' identified in the bid items. All work required to complete the overlay, but not specifically mentioned on the Plans and Specifications, shall be performed by the Contractor and shall be considered as incidental to the construction, and all costs, therefor, shall be included in ' the bid item price. At all times, there must be materials on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc.. Materials shall include, but not be limited to, oil , absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. ' 5-04.6(2) Traffic Control: ' Notifications The Contractor shall be responsible for delivering notification twice to all properties that , front on, or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours (24 ' hours) prior to the beginning work. On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72 , hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall obtain prior approval for the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 28 parking restrictions from the City of Renton Department of Public Works Transportation Systems Division. ' The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner is in the area. The Contractor shall provide and use sufficient traffic control equipment and trained ' personnel at all times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all ' phases of the work, to include utility adjustments. All work and materials associated with the notification procedures shall be incidental to the ' project, unless a specific item for "Traffic Control" is included. ' 5-04.6(3) Removal of Structures and Obstructions The Contractor shall remove all plastic traffic buttons, thermoplastic stop-bars and thermoplastic cross-walks from roadway surface, and the area shall be swept clean prior to ' application of the tack coat for overlay. The removal and disposal of plastic traffic buttons and thermoplastic legend, stop-bars and ' crosswalks, shall be considered incidental to the project and no additional compensation shall be made. ' 5-04.6(4) Preparation and Placement The Contractor shall maintain existing surface contour during overlay, unless otherwise instructed by the Engineer. 5-04.6(4)A Preparation of Existing Surfaces The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the ' Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. ' Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to ' the paving and no separate payment shall be made. ' H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 29 5-04.6(4)B Utility Adjustments ' The Contractor shall install "poppers" to assist in locating the utility lids. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. ' Diesel will not be used. After the application of soap, catch basins shall be covered to prevent tack and ACP from getting into catch basin. The Contractor shall locate all utilities for access immediately after overlay and mark the , location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. ' The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. ' The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day ' until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. ' Utility adjustment shall be made per contract with respect to materials and methods except for revisions approved in the field by the City engineer. ' Utility adjustments must be completed five (5) working days after overlay is complete, and within the specified working days. , 5-04.6(4)C Spreading and finishing ' The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a ± 2" per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a guide. ' During overlay procedure, driveways and connecting streets shall be tied to new mat by means of adding additional material and "FEATHERING" the edge. All material raked off shall be removed from site. ' The Contractor shall not use vibration when compacting on streets where A.C. Line (Asbestos Concrete) is used (refer to City of Renton comprehensive Water System Plan, ' figure #7, 1/15/92). 5-04.6(5) Payments See bid items descriptions for units of measure and payment. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-2171 Wetland Mitigation Bank\O1 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 30 DIVISION 8 ' MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance ' of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection • Sediment Control Fencing ' Hay Bales and Mulch • Covering Soil with Plastic Covering • Miscellaneous Erosion Control 8-01.2 Materials ' Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. ' If a bid item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 31 ■ 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description ' Add the following: Work includes replacement of curb and gutters removed or damaged due to construction ' activities. 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. ' 8-04.3(3) Width of Replacement (New Section) ' Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: , See bid items descriptions for units of measure and payment. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description ' Add the following: ' Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. ' 8-14.3(2) Placing and Finishing Concrete Add the following: ' Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent , sidewalks in a smooth transition. 8-14.3(5) Width of Replacement (New Section) ' Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj , 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 32 8-14.5 Payment Delete entire section and replace with the following: ' See bid items descriptions for units of measure and payment. ' 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. ' Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.5 Payment Supplement this section with the following: ' Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.3(1). ' If a bid item for Pavement Marking is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. ' DIVISION 9 ' MATERIALS 9-03.22 Controlled Density Fill (New Section) ' Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free- flowing and excavatable material which will result in a hardened, dense, non-settling fill. Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ' ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description ' Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or ' WSDOT 6-02.3. Materials 1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 33 2. Fly Ash: Class F or Class C ' 3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 ' 4. Water WSDOT 9-25 5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM ' C 260 9-03.22(2) Proportioning , The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts ' may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. Class of C.D.F. A B C , Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq.ft.) (14400) (43200) (43200) Max. gals. of mixing water per cubic yard 50 50 30 , Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 ' ■Lbs. of dry aggregate per cubic yard, approximate (assumed Sp.G. 2.67) 3200 3200 3200 ' 1. If air entraining or water reducing admixture is used for flow-ability, total water and ' aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable , C.D.F., 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. ' 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or ' machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump , Normal Flow-ability 6 - 8 inch slump High Flow-ability 8 inch slump or greater , HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj ' 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 34 ' C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section ' to be filled with C.D.F. shall be contained at either end of trench section by bulkhead or earth fill. ' C.D.F. patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, C.D.F. must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground. 9-03.22(4) Compaction ' For flowable C.D.F. compaction is not necessary for placement. The contractor may as an option, adjust the water content to obtain a 0 to 1" maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with ' C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. 9-03.22 (6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. 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. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP) (Addition) ' 9-05.19(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. ' 9-05.19(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 35 MMMM9ER 9-05.19(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings ' shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.19(4) Installation ' Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate ' gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-14 EROSION CONTROL AND ROADSIDE PLANTING ' 9-14.2 Seed (addition) ' Seed mix for hydroseeding shall be as follows: Meadow Seed Mix % Weight % Purity % Germination ' Redtop or Oregon Bentgrass 40 92 85 Agrostis alba or Agrostis oregonensis Red Fescue 40 98 90 Festuca rubra , White Dutch Clover 20 98 90 Trifolium repens I Seed shall be applied at the rate of 120 pounds per acre. , 9-14.3 Fertilizer (addition) ' A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job. Fertilizer shall be 10-20-20 N-K-P slow release rate. Fertilizer shall be applied at the rate of 90 pounds per acre. ' 9-14.4 Mulch and Amendments (addition) ' Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process, from fir, hemlock, or alder. The mulch shall have a minimum of 77% of the total fiber exceeding 3.5 mm in length, and 60% of fibers 8.5mm or longer. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj ' 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 36 Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package. Fiber shall be dyed green in color to provide visual metering of application. ' Tackifier shall be incorporated into the wood fiber in the drying process Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre. 9-14.4(7) Soil Binder or Tacking Agent (addition) Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the ' wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\I 102 Final Specs\02-Spec Prov-RD.doc Page 37 ' TRAFFIC CONTROL � INFORMATION 1 1 1 1 1 1 l 1 i i i 1 CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT #: PHONE #: ( ) CONSTRUCTION SUPERINTENDENT: MOB./CEL. #: ( ) PROJECT NAME: FAX #: ( ) PROJECT LOCATION: N/E/S/IP OF: (PORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR (PORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOPPING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: SKETCH I ` —NORTH— I have been informed of my responsibilities for traffic control and OFFICE COPY T- CTOR a agree to comply with all traffic regulations of the City of Renton. INSPECTOR 9 P Y 9 Y INSPECTOR K. KITTRICK/ SIGNATURE: DATE: POLICE FLOYD ELDRIDGE FIRE JIM GRAY/STA. #11 .\TRAFFIC OPERATIONS\TCP\CTRLPLN3 I, representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B.: SS#: HOME ADDRESS: i WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: CATraffic OperationsUCPffines NOTES I1. Floodlights shall be provided to mark flogger stations at night. END P'� aOAD rOaK �� 2. If entire work area is visible from ono station, one flogger-may C20-2o h� be used, otherwise two floggers and signing will be required each direction. 3. Sign sequence Is the some for both directions of travel. 4. See Buffer Data Table. Use of buffer vehicle is recommended, 1�1 It may be a work vehicle. If buffer vehicle is used, minimum I X 'a from end of taper to work area shall be total of "R" (roll ahead y0 distance) plus length of vehicle, plus "B" (buffer space). If buffer o vehicle is not used, minimum distance shall be "B". e 5. Steady burning warning lights (Type C. MUTCO) should be used to ao \X\ o P a mark channelizing devices at night as needed. See 1O0 �oKe 6. Either reverse cone toper or sign G20-2a may be used to show end „\ 2 of work area. 0 0 y h° W2o-,a BUFFER DATA /R\ BE PREPARED Buffer Space TO Speed (MPH) 25 30 35 40 45 50 sTOP (o t i ona I) W20-TD P B (FT) = 55 85 120 110 1 220 280 / (Optional) Buffer Vehicle Roll Ahead Distance ONE LANE CHANNELIZ[NG ROAD 4 Yard Dump Truck Statlonory )� ,r Z4,000 LES Operation DEVICE SPACING (FT) \ AHEAD W20-4 R (FT) 100 MPH Toper Tangent 35/50 30 60 k� 25/30 20 40 optional( ROAD WORK LEGEND AHEAD W SIGN SPACING TABLE c A Speed Y W2o-1 F0 L(D6 Q L �AOIEHCV U S E 0 0 a Channel i ZI ng DevI ces 45/50 MPH 500't IV Flogger 35/40 MPH 350't 8 Type A Flashing warning Light 25/30 MPH 200't TRAFFIC CONTROL PLAN WASNINATON STATE 0[PANIN[NT OF TAANSPONTATtON OLfV(a,NA$NI NOTON Typical application of traffic control devices on ADOPTED o two-lone highway where one lone is closed and � '�' CITY OF RENTON Sundara Plans flagging Is provided. . . d last Date 10/20/1995 Plan No K.02 SP PAGE K002 WORK NOTES AREA 1. Regulatory traffic control devices to be modified DETOUR ROAD as needed for the duration of the detour. M4-8 I __ _ CLOSED Q i ♦ R11-2 2. Flashing warning lights (Type A, MUTCD) shall M3-4 WEST x be used to mark barricades of night as needed. 3. Detour troilbiozers shall be installed as necessary ROAD throughout detour route. x CLOSED AHEAD W20-3 ROAD CLOSED %X MILES X \\_I__ LOCAL TRAFFIC ONLY M6-3 �� R11-3a « DETOUR M4-101- SIGN SPACING TABLE Speed X DETOUR NOTEt M4-8 45/50 MPH 500'± Signing shown for I xv WEST M3-4 35/40 MPH 350't one direction only. 25/30 MPH 200'± M6'1 tL) DETOUR AHEAD DETOUR M4-8 F®rG�3L OC�nGn�L W20-2 WEST M3-4 1,k(21EHCV UVE a t TRAFFIC CONTROL PLAN rasx tram STATE r OFrA,wsratranpt QLV ,"PIVOT LEGEND� oLrr1A utacra L� MS-1 l U ® Type III Barricade Aftv ADOPTED O1� CEN OF RENTON Typical application - Roadway closed beyond detour point ^.JQ] Standard Plans � Z Last Date 1020/1995 Plan No K-03 sP PAGE K003 rr r� rr r� rr rr rr r �r r it rr r� rr Ir r r err r� Notes W20-1 1. For long-term projects. conflicting pavement ROAD a + * orarobl�teratednasrsoonlosapracticablee removed WORK -� I I Temporary markings shall be used as necessory. AHEAD 2. See Buffer Data Table. Use of buffer vehicle W20 SIU x is recommended. It may be a work vehicle. '� I If Buffer Vehicle Is used, minimum distance d44 from end o1 taper io work area shall be a total LEFT LAN x^ of R'" (roll ahead distance) plus length of CLOSED / vehicle. plus 'B" (Duffer space). If buffer vehicle is not used, minimum distance shall AHEAD x j�� b, .,B„ 3. This application may be used during peak ' f ° traffic periods. Lone distribution may be t ° I reversed (signing changed accordingly) when J t«t o END when peak traffic flow changes direction. ROAD WORK 020 • 20 ° 9. Other curve or turn warninlqq1 signs may be WI -2(R) _ ° I tobdepicteroadway for lalil nment)asna proppb(R) ° 9 DPro date. m Interim Yellow N { Edge Str Ip@ CN ANNEL121NG MINIMUM TAPER LENGTH L IN FEET \ / - DEVICE SPACING IFTI Lone Posted Speed (MPH) // MPH TODar Tangent Width (feet) 25 30 ]! 10 IS SD __ b 35/50 30 60 10 105 150 205 270 so 500 1nterlm White 25/30 20 10 Edge Stripe II 115 165 $25 29S 15S SSO _ 12 125 Ie0 21S 320 510 600 WORK BUFFER DATA x AREA �T' Butter Spoc. WI-AID(R) - - --_lam Speed IMPN) 25 30 1 35 1 10 a5 50 �� I B IFT) 55 ITO 220 250 SIGN SPACING TABLE _� 85 1 120 Buffer Vehicle Roll Ahead Distance Speed v See Note 2 A Yard Oump truck Stotlon0ry 45/50 MPH 500'S 21.000 LBS Operation 3s/10 MPH 350's "-- m R (FT) a 100 25/30 MPH 200'S ®R ®CAL LEGE NO wt-�b(u x ... Cnonn.II SInq Devices �j y1 `*W Obliterated Markings Ise.notes, OOa SeOuenticl Arrow Sign 020 -20 ROADNWORK J TRAFFIC CONTROL PLAN ADOPTED RDA D WASNIN.TON STATE OSPARTMSNT or Y—SroeT.m ON WORK OLYMPIA.WAS iNDTON AHEAD W20 •I CITY OF RENTON YPlaal QbPlicatlon of traffic control devices Stsnd.rd Pl.m d1� e where directional traffic volumes are uneven. ' f P� Lst D■te I0Q0/1995 Pl.n No K-05 sP PAoE K004 J a W a c z a � � � w � � � � � � � � � � � � w � Brace posts Line ost Twisted and barbed selvage Brace post End, gate or corner post p Pull post Top roil Sleeves T Top roil Fabric bond x Chain link fabric Stretcher bar a ;p Brace roll Brace roil Tension Truss rod wire Truss rod `Twisted and E ' barbed selvage ' '^ Line post Brace post Brace post End, gate or corner post Twisted and barbed selvage Brace post CHAIN LINK FENCE TYPE 1 Pull post Brace rail hoin link fabric Tension wire x Brace Brace roil _ roil i° Fabric bonO Stretcher T en5lon wire � bar ` 0 Twisted and barbed i N selvage CHAIN LINK FENCE TYPE 3 Brace post Brace post Brace post End. gate or corner post Line post Pull Pas Knuckled selvage Tenslon wire = I.hain Ilnk fabric Tension V N wire Brace race rall Stretcher or roil Fabric band Brace roll CHAIN LINK FENCE CHAIN LINK FENCE TYPE 4 Brace post Brace post End, gate or corner post Line post Pull post Sleeve KnuCkled selvage Top rail Chain Zink fabr is ToD roil Fabric bond N �r Tension wire N L-2 CHAIN LINK FENCE TYPE 6 07-18-97 Sheet I of 2 Sheets r r r rr rr rr r rr r r r rr rr rr rr r rr rr r Top Hinge 14' or 20' NOTES: (180' Swing) 1. Fence fabric sholl be secured to gate frames with knuckled selvage along top edge for Types 4 & 6 chain link fence Chaim Link Fabric installations. 10 2. Minimum post lengths ,4 ,4 Types I & 3 8'- 8" Fobric a Types 4 & 6 5'• 6" Band Stretcher Truss Rods y y n r lD P 18" 12" Round Section Boiiom Hinge 1180• Swing) 3' Types I & 3 12" Round Section 2' Types 4 & 6 12" Round Section if �6'-0" Top Hinge 190' Swing) Chain Llnk Fabric M �O atlas CHAIN LINK GATES Stretcher a - P Fobric Bar_ 4) v Bond C. o T T �D P Truss Rods Bottom Hinge (90, Swing) Types I & 3 12" Round Section _ ��• 2' Types 4 & 6 L-3 1 of 1 47-18-97 rr rr �r �■r rr rr r� r r r r r rr rr rr �r rr rr r 3%1„ NOT ESI AlI concrete Y post bases shall be 10" minimum diameter. All posts shall be spaced at 10' maximum Intervols Fabric loops ' -� unless otherwise directed by the Engineer. - � x I-x n Top or bottom tension wires shall be placed within the limits of the first full fabric weave. Y I/' Details ore illustrative and shall not limit hardware Radius desi n or i4F obr is loops 1TYP1 9 post selection of any particular fence type. Fence line E -D RAIL AND END, CORNER AND PULL POST BRACE LINE POST ROLL FORMEO SECTIONS MEMBER BRACE RAIL & TOP RAIL LINE & BRACE POST END, CORNER. & PULL POST GATE POST ALL TYPE ROUND H-COLUMN ROLL FORMED ROUND H-COLUMN ROLL FORMED ROUND ROLL FORMED ROUND POSTS I.D. Weight Weight Weight I.D. Weight Weight Weight I,D. Weight Weight I.O. welghi Pape Per Fool Size Per Foot Size Per Foot Pipe Per Fool Size Per Fool Size Per Fooi Pipe Per Pooi SIZe Per Foot Pape Per foot LENGTH 1 inches) (POundsl (Inches) (Pounds) (inches) IPountlsl Ilnch esl (Pounds) (Inches) (Pounds) (Inches) IPounds) (Inchesl IPoundsl (Inches) (Pounds) Ilnchesl (Pounds) 1 11/4 2.27 1'/, x 15/. 1.35 15/e x 1'/ 1.35 2 3.65 21/4 4.0 15/e x 1%a 2.34 2'/2 5.79 3'/2 x 31/2 5.14 3'/i 9.1 8'-8" CHAIN LINK FENCE 3 1'A 2.27 11/4 x 1% 1.35 5/8 x 1'/4 1.35 1'/2 2.72 I TT/e 2.72 I s/e x I% 1.65 2 3.65 3'/2 x 3'/2 5.14 3'/2 9,1 8'-8- 4 11/4 2.27 I'/. x 1% 1.35 15/e x 1'/, 1.35 l'/2 2.72 1'/8 2.72 1% x IY8 1.85 2 3.65 3'/2 x 31/2 5.14 3/2 9.1 5'-6" 6 1'/, 2.27 1'/, x 15/8 1.35 1% x 1'/4 1.35 2 3.65 21/' 4.0 1% x 1�/8 2 Jf42/25.79 3'/2 x 3'/2 5.14 31/2 9.1 5'•6" L-2 07-18-97 Sheet 2 of 2 Sheets E" W F '}�i,` ` r w 't'•`.1 `• t a 'xis`F xati; `-�'<...� ,� .:�i^ ' wa4 • •::Sf z fw 7i F .ram -`'•'" R .�b1. G: • ' Fence Project - Northern Site 1 1 r`s r Q . ' Vaults, about 500'from beginning Looking South Beginning of Fence, Looking South s r ' Traffic Barriers, Boulders, South End of Fence about 700'from beginning Looking North Looking South � CONSTRUCTION LAYOUT/ � BASE MAPS 1 1 1 1 1 1 1 1 1 N 0 40' 80' Ll SCALE: 1' = 40' -z - - - - - - - - - - - - - - - - - - - - I I APPROX. TREE LIRE, TYPICAL i A. WETLAND BOUNDARY. TyPICA�. - - :.WETLAND WETLAND ` � + fi \ o APPROX. TREE LINE \�F�n TYPICAL -� O�tDINARY HIGH WATER MARK, F \ TYPICAL \ - - - APPROX. TREE LINE, z ._ /. �( s j TYPICAL \ TREES: 24,,.."TO.. 6" DIAM.; Q ST NEYyFFENCE: - �T / c=> MA 'EXISTING FENCE CORNER , OP 1130 LF NEW ', O 'FT:' Tex. 70 I - . HEIGHT_ c� PLACE NEW CORNER POST 6' CHAIN-LINK FENCE — t— T '• / \ FROM EXISTING CORNER POST / O� it w / I t• ) EN NEW FENCE:\ x o DO NOT BLACK P TOPER `CO ER " BLEARING 'AREA A' =350 LF a BERRIES B NO LAST `\ "\ j (TREE REMOVAL, SEE NOTES 2 & 4 THIS SHEET) UNDER GRQUND TELEPH FEN POST 20 FT.'DOUBLE GATE / _ LINE, 20' 10' UT. ESMT. i CTR, T 110' SOUTH r" -TELEPHONE"VAULT, NP DENSE BLACK BERRIES —SE€NOTE 1 FROM ANGLE POST, TEL up_lE TREE AT 24' OFF FOG TYPICAL 45 _TREE B \ \ SEE TD. DETAIL 2T8' FOC TO.-.TREE " - - - SEE 1 - �� �� 10' UT. ESMT. j .._..-:�,. ,n.. .w ,.^...,.,� NOTE 8.0' , c> CD WV —T— — — _ H WV _ — — — — — — — t— _ EST — END 0 0 W —T— ` ' 28.0' FOC TO FENCE FACE OF CURB ® o i —.. ,NA[i CB FACE OF CURB 1%WV 17.0' FOC TO ROW FH CB 28.0' FOC TO FENCE OAKESDALE AVE SW ROPERTY CORNER 3 90.0' ROW 56' CATCH BASIN, LIGHT POLE �—76 9' SEE NOTE 3, TYP. TYPICAL i FACE OF CURB CURB TRANSITIONS 0 FACE OF CURB TO 2" HEIGHT TO TH SOUTH a I NOTES: CITY OF RENTON 1. 10' UTILITY ESMT. TO CITY OF RENTON, RECOMMENDED REC. NO. 8202080435 APPROVAL CALL 48 HOURS BEFORE YOU DIG & TO PUGET SOUND POWER & LIGHT CO., �DATE• -/-2 1-800-424-5555 REC. No. 8306240522 pA nv — 2. ALL CLEARED AND DISTURBED AREAS q SHALL BE HYDRO-SEEDED AFTER CONSTRUCTION IS COMPLETED. J. 8T 3. TEMPORARY FILTER FABRIC CATCH BASIN was PROTECTION PER 1990 KCSWDM. Q01c o S1TE� 4. CLEARING LIMITS: AREA "A'; 10 FT WIDE, CHECKED C ANCE ays 81 CENTERED ON FENCE, ALL OTHER AREAS; NORTHERN o R,1 id3 SITE I NEEDED TO CONSTRUCT THE OFENCE. �SyyO#vm SAVE TREES OF 6' DIAMETER AND LARGER PER SPECIAL PROVISIONS. DTIRESIC6 0 WETLAND CITY OF AND MITIGATION BANK o7-28-2D0 RDR RENTON FENCE PROJECT SOUTHERN SITE mw RDR .7 ows w� DATUM LOCATION FIGURE RwD Plonning/Building/Public Works Dept. s NO. REVISION BY DATE APPR g"L1dpO"'T 1 2 RCS D - 217101 � I I ►I N I i TENSION BAR, TYP., I� f ATTACHED TO POST WITH I N I TENSION BANDS F>� — 1 /-POST CAP ► U) i TOP RAIL i A wi� ® I CHAIN-LINK FABRIC 0 40' 80' ► 6' MIDDLE FABRIC RAIL 'I I iSCALE: 1"= 40' I' ` 3' I LINE POST TENSION POST LINE POST �-10' OC. TYPICAL CHAIN-LINK FENCE DETAIL i - I — — — — SOW so.o' " _! ,a�.,�� " OAKESDALE AVE SW FACE OF CURB — — — — - — — — — — CATCH BASIN �� _ SEE NOTE 3., TYPICAL SAN SEWER LID, — — — — — TYPICAL - - — — 72"0 METRO SEWER 1 '— — OS METRO SEWER — — — OW _ CB,I _ UTILITY VAULT 72" METRO SEWER NC WALK -'- - - -- - - -a-- » 36.5' FH 108 0 METRO SEA — -- �_- — — — —/ 21.0' ob do to o 0 0 0 0 0 _ r.,.,,rk%�- �,..� »s.,..:r.,.r- -�.F. ,,..n, ""ef }'"^.�'^ „"�.»„m+..." 's;- _ �r{I'�.� o o a o 0 0 0 0 0 0 47.0' - - 75 0' " FENCE ANGLE PT. \ 27.0' 20.0' 0 — — — o 0 0 0 0 0 0 0 0 0 0 ROW BEGIN NEW _ _ _ _ _LOCATED AT UGHT o FENCE' OBSERVED WETLAND _ T _► POLE �T - - — — — / — — _ - 6' WIDE GATE, T — — — — - EXISTI G LINE OF ECOL Y 3' TO 4• BOU S AND SEE-D€fAU- _ J3OUNDARY & _SET TWO FENCE ANGLE R HT bE ��- �- — ^j LIGHT POLE TH JUNCTION GRADE-BREAK GRADE BREAK IN FENCE I 1 BLOCKS, FACE OF BLOC TTtF1C BA, RS TO-BE U�--P \ '/ WETLAND BOUNDARY, BOX, IN C LINE, ABOUT 3 FEET T POINTS AT 10' APART T - IS OUT 36' OFF FOC MOVED 1�JStDE FENCE LINE- N QN . PAD, T)(P. _ GLEAR=POWER VAULTS // TYPICAL VERTICAL IN 9 FEET / SAN. SEWER UD SEE NOTES 2 4 END NEW FENCE, \' HORIZONTAL I 20 FT. DOUBLE GATE, S E ! _ _ _ MINOR CLE7tRI F BRUIH- DO-NOT CLEAR BEYOND END- JUNCTIONI 1 ►I125 - bETAIL', LOCATE DIRT E�NST. _ _ _ DIRT OAD \� y�� "BOX, TYP. ANTI YOUNG TREES MAY E POST. NEW I 1CH/UN LINK FENCE \\ r REPLACE PANY DSCAPITG MATERWLS,_TYPICAL. I _ " MOVE 2"ECOLOGY BLOCKS -�L, WETLAND- I I WETLAND BOUNDARY, TO PROVIDE 20' ENTRANCE WETLAND - - l I I _ - - - - - - - - - _ - - - _ _ CITY OF RENTON NOTES: RECOMMENDED CALL 48 HOURS BEFORE YOU DIG 1. VACANT APPROYAL ' 1-800-424-5555 DAB.8 l--2003 2. ALL CLEARED AND DISTURBED AREAS �, SHALL BE HYDRO-SEEDED AFTER wv _.DATE- E. CONSTRUCTION IS COMPLETED. 3. TEMPORARY FILTER FABRIC CATCH BASIN J.gr PROTECTION PER 1990 KCSWDM. x�oFwgs/ O 4. CLEARING LIMITS: AREA "A"; 10 FT WIDE, � CHECKED FOR E S � CENTERED ON FENCE, ALL OTHER AREAS; Of 7A K K 6 FT CENTERED ON FENCE, OR AS DPI! arc:n NEEDED TO CONSTRUCT THE FENCE. 9p 9icgPEa �`OQ 108 NORTHERN SAVE TREES OF 6" DIAMETER AND LARGER �s�/ONAt �l 3 Dds W-1-03 ]I SITE PER SPECIAL PROVISIONS. �_OO''IRE350/f6/U'� CITY OF WETLAND MITIGATION BANK 07-26-200 RDR FENCE PROJECT RENTON R°R `� NORTHERN SITE "® 'E'er' LOCATION FIGURE ow ;�� Planning/Building/Public Works Dept. I$! NO. REVISION BY DATE APPR rs�s �""®'�"�' 2 �2 r D- 217102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1