Loading...
HomeMy WebLinkAboutWTR2702768I I I AWARDED TO: _ 112.S —/07t/ "MeE, S- �,gTr� �✓,9g8�o S 1zo�� 7,1,2- 9/z.s- ,_ 53 / /33. 70 Contract No. CAG - 2I4 BID PROPOSAL, CONTRACT DOCUMENTS & SPECIFICATIONS FOR 3 0 T If S Tv P ARK AVE c No S, CHI IR MAIN REPI" FMEA"""�S 'tLlc 4, -27-2768 50-t ties ISID", OVEME, A"TS TIB NO, 9-P-1 02(P69)-1 �'ili �Z WA � G � "�/ • OF •, ��, •y N ® o 23169 <v� CIS7' F E e• ��4 Fw.���,r••���: o�L`�Sf/C�lfAl �'` � SS�AYAI • EXPIRES 8/21/9 EXPIRES: 1/26/01 CITY OF RENTON PLANNING/ 13UYLDING/PUBLIC WOP.KS. DEPARTMENT MUNICIPAL BUMING, 1055 S. GRADY WAY RENTON, HASH. 98055 • (425) 430-7231 #'pAq . 00V *0 - (9a) &61 '2411. ��,h ��n�,) �20>612-O�rb� HI7'S`105• CITY OF RENTON N. 30TH ST. & PARK AVE. N. WATER MAIN REPLACEMENTS & SIDEWALK IMPROVEMENTS PROJECT INDEX I. CALL FOR BIDS II. INTRODUCTION 1. INSTRUCTIONS TO BIDDER 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON 4. SCOPE OF WORK 5. VICINITY MAP III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. CERTIFICATION OF EEO REPORT 7. NON -COLLUSION AND DEBARMENT AFFIDAVIT 8. ASSIGNMENT OF ANTITRUST CLAIMS 9. MINIMUM WAGE AFFIDAVIT FORM 10. SUBCONTRACTOR LIST IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT 3. INSURANCE AND RELATED REQUIREMENTS V. CONTRACT SPECIFICATIONS 1. CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS 2. SPECIAL PROVISIONS 3. DEPARTMENT OF ECOLOGY REGULATIONS APPENDIX A - HOURLY MINIMUM WAGE RATES APPENDIX B - STANDARD PLANS APPENDIX C - CONSTRUCTION PLANS Gary Merlino Construction (QV4 Company Inc. July 30, 1999 City of Renton 1055 South Grady Way Renton, Washington 98055 Attn: Rick Moreno RE: N 30`h Street and Park Ave. N, Water Main Replacement and Sidewalk Improvement Project CAG-99-074 Dear Rick: The following is a list of names, addresses, and phone numbers for the Responsible Officer, Job Foreman, and Bonding Agent: Chip Graeber Asst. Project Manager, GMCC 9125 10th Avenue South Seattle, WA 98108 (206) 762-9125, 469-2970 Doug Benedict Foreman, GMCC 9125 10th Avenue South Seattle, WA 98108 (206) 762-9125, 648-6920 Steve Riordan Foreman, GMCC 9125 10' Avenue South Seattle, WA 98108 (206) 762-9125, 975-9245 Michelle DeYoung Bonding Agent, Willis Corroon Corp. P.O. Box 34201 Seattle, WA 98124 (206) 386-7957 Authorized signatures for Gary Merlino Construction Co., Inc.: Gary Medino, President Brian Kittleson, Vice President Chip Graeber, Project Manager Sincerely, GARY MERLINO CONSTRUCTION CO., INC. Dori Requa Contract Administrator 9125 10th Ave South Seattle WA 9RInR ?nos17F.I_0r)c 17A v Ins1-7!� 4 Y DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL f.: , REGIST"" _ CCUEXP ` DATE. ``" -.- GARYMCC150MW' 12 /31 / 19 9 9 EFFECTIVE: DATE _ , .: 07/16/1985. .. ..� _ . . GARY MERLINO CONST CO INC 9125 LOTH AVE S SEATTLE WA 98108 y y 4 L v CITY OF R,ENTON BUSINESS LICENSE 1999 Licensee has made application for a City of Renton business license In accordance with the 4016 2112/99 1915 MAPLE VALLEY HY 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 GARY MERLINO CONSTRUCTION CO. , INC. +hic I ir.PnSP. at Dlace of business. STONEWAY CONCRETE 9125 10TH AVE S SEATTLE WA 98108 City of Renton Licensing Division 1055 South Grady Way Renton, WA 98055 (425)430-6851 DP 3133 12194 CITY OF RENTON N. 30TH ST. & PARK AVE. N. WATER MAIN REPLACEMENTS & SIDEWALK IMPROVEMENTS PROJECT CALL FOR BIDS CITY OF RENTON N. 30TH ST. & PARK AVE. N. WATER MAIN REPLACEMENTS & SIDEWALK IMPROVEMENTS PROJECT I. CALL FOR BIDS Sealed bids will be received until 2:30 p.m., July 7, 1999, at the City Clerk's office and will be opened and publicly read in the 5th floor conference room, Renton Municipal Building, 1055 S. Grady Way, Renton, WA. The work to be performed within 70 working days from the date of commencement under this contract shall include, but not be limited to: The improvement of N. 30th St: and Park Ave. N. in the City of Renton, installation of approximately 1,265 lineal feet of 8-inch ductile iron water main, 510 lineal feet of 12-inch ductile iron water main, 5,045 lineal feet of curb/gutter and 2,800 square yard of concrete sidewalk, all in accordance with the attached Contract Plans, Special Provisions, and the Standard Specifications.. the Engineer's Estimate: $550,000 - 600,000 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 form of contract documents may be obtained in the Public Works Department Customer Services at the 6th floor Renton Municipal Building (Tel. 425-430- 7200), for a non-refundable fee of $30.00 + $2.58 Tax (Total $32.58) for each set. If ordered by mail, add $5.00 for postage, which is also non -refunded. For information regarding this project contact, Sch. A: Water Main Replacements: Rick Moreno (425) 430-7200 Sch. B: Sidewalk Improvements: Mark Longridge (425) 430-7243. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. The City's Fair Practices and Non -Discrimination Policies shall apply. The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration of an award. MWA ILL, AN, "a"i R z Published: Daily Journal of Commerce: June 16 and 23, 1997 I I. INTRODUCTION CITY OF RENTON INTRODUCTION N. 30TH ST. & PARK AVE. N. 11. INTRODUCTION CITY OF RENTON 1. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Planning/Building/Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. The construction contract will be awarded by the City of Renton to the lowest, responsible responsive bidder based on the total bid amount of all bid schedules. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any and all schedules at its discretion. The intent is to award to only one bidder. 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. N. 30TH ST. & PARK AVE. N. II-2 11. INTRODUCTION CITY OF RENTON 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. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 15. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 18. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, N. 30TH ST. & PARK AVE. N. II-3 II. INTRODUCTION CITY OF RENTON damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. The CONTRACTOR if he so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental 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. a) 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." i) 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. ii) 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. • THE CONTRACTOR SHALL PERFORM ALL WORK REQUIRED, FOR ALL THE BID SCHEDULE WITHIN A MAXIMUM 70 WORKING DAYS FROM THE DATE OF NOTICE TO PROCEED UNDER THIS CONTRACT. • THE CONTRACTOR SHALL COMPLETE THE WATER MAIN REPLACEMENTS SCHEDULE PRIOR TO START INSTALLATION OF SIDEWALKS. N. 30TH ST. & PARK AVE. N. 11-4 IL INTRODUCTION CITY OF RENTON 4. SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities required to construct a new bridge and alignment east of the existing bridge and remove the existing bridge and alignment. Schedule A: Furnish and install approximately: • 1,265 lineal feet of 8-inch diameter ductile iron main along N 30th Street, from Burnett Avenue N. to park Avenue N.. • 510 lineal feet of 12-inch ductile iron main along Park Avenue N. from N. 30th Street to N. 32nd Street. All such work includes the replacement of residential water service lines, meter boxes, fire hydrants, and appurtenances, abandonment of existing 6" asbestos cement lined and cast iron pipe, traffic control, mobilization, utility water pressure testing, disinfecting, landscaping, shoulder and street asphalt restoration. Schedule B: Installation of approximately 5,045 lineal feet of curb, gutter, 2,800 square yard of concrete sidewalk and landscape restoration, all in accordance with the attached Contract Plans, Special Provisions, and the Standard Specifications.. Any contractor connected with this project shall comply with all Federal, State, County and City Codes or regulations applicable to such work and perform the work in accordance with the Plans and Specifications of the contract document. N. 30TH ST. & PARK AVE. N. II-7 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, 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 7 thday of October, 1996. CITY OF RENTON: yor Attest: \ —City Clerl RENTON CITY COUNCIL: Council President CITY OF RENTON SUN&fARY OF AMERICANS W= DISABILITIES ACT POLICY ADOPTED BY RESOL U77ON NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WTM DISABILITIES ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th Cr7RETNTON Mayor Attest: City Clerk day of October 1993. RENTON CITY COUNCIL: ice. J /a 33rd N 32nd N 31st N 30th N29th1 m N 38th Q- N N 37th 36th ST N 35th ST N 34th ST N 33rd PL N 33rd ST N 32nd ST N 31st ST N 30th ST N 29th ST N 28th PL - - - - SCHEDULE A SCHEDULE B �t- N 40th ST z ST � 0 Q w NE � N 34th ST N 32nd j N 30th ST 405 N 28th ST N. 30TH ST. & PARK AVE N. SCH. A: WATER MAIN REPLACEMENT SCH. B: SIDEWALK EWPROVEMENTS III. PROJECT PROPOSAL CITY OF RENTON PROJECT: N. 30TH ST. & PARK AVE. N. SCH. A: WATER REPLACEMENT SCH. B: SIDEWALK IMPROVEMENTS CAG NO.: 99- -70 COMPANY. GwyMerlino Construction Co., Inc AMOUNT: 537 I �3• ADDRESS: 91 a n I -11 AyE So TEL. NO.: PROJECT PROPOSAL N. 30TH ST. & PARK AVE. N. Ill. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST PROJECT PROPOSAL COVER SHEET 1. ✓ BIDDER'S CHECKLIST 2. ✓ PROPOSAL FORM 3. `� SCHEDULE OF PRICES 4. ACKNOWLEDGMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. '� CERTIFICATION OF EEO REPORT 7. `� NON -COLLUSION AND DEBARMENT AFFIDAVIT 8. ^� ASSIGNMENT OF ANTITRUST CLAIMS 9. MINIMUM WAGE AFFIDAVIT FORM � 10. SUBCONTRACTOR LIST FORM Above documents 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. N. 30TH ST. & PARK AVE. N. III-2 111. PROJECT PROPOSAL CITY OF RENTON 2. 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 has read and thoroughly understands 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 proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: --?)(- Signature: Address: vl I a�5 IOT � �%(_ R, S cTf I e., gglb?- Names of Members of Partnership: W Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at D021 VlJ F1S 1-V � !N C.,T7n N. 30TH ST. & PARK AVE. N. 1II-3 III. PROJECT PROPOSAL CITY OF RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID N. 30TH ST. & PARK AVE. N. III-4 CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) SCHED. A: NORTH 30TH STREET & PARK AVENUE N. WATER MAIN REPLACEMENT PROJECT (Note. Unit prices for all items, all extensions, and total amount of bid must be shown. and figures and where conflict occurs the written or typed words shall prevail.) Show unit prices in both words ITEM 10. APPROX. QUANTITY ITEM WITH UNIT PRICED BID (Unit Prices to be Written in Words) UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 1 1 Lump Sum Mobilization/Demobilization, Site Preparation & Clean-up $ F— 1(:q i r t-W rvT;;(Zf`P _C:�Ok'N S CIO per Lump Sum (words) figures *The unit price for this bid item shall not exceed 10% of total bid 2 1 Lump Sumper Construction Staking & As-Builts Soo II Lump Sum (words) figures 3 1 Lump Sum Traffic Control $ Two r�c�Z Z S-0 — � I per Lump Sum (words) figures 14 1 Lump Sum Erosion, Sedimentation Control $ �W p � tJxW C-'D t't FTf � , u cVLS -a Sd , W _ Z So Iper Lump Sum (words) figures I 5 1 Lump Sum Trench Excavation Safety Systems "a t $ �� A� u r.hj2�� �"A,?-5 CT0 �. figures per Lump Sum (words) I 6 1,265 Linear Foot 8", Class 52 Ductile Iron Pipe & Fittings w/ polyethylene wrap $ �W>C �talev�! 170/LS 601 2� - _ 3q1isS figures Iper Linear Foot (words) I 7 510 Linear Foot 12", Class 52 Ductile Iron Pipe & Fittings w/ polyethylene wrap $ l of rer f 1--iyE 1 icoL 4t2 S 00 _ figures per Linear Foot (words) I8 4 8" Diameter Gate Valve AssemblyEach Tv_� S �OU• 2, oU0 figures per Each (words) I 9 I 3 Each 12" Diameter Gate Valve Assembly $ SC��I E rJ �Jn—cam Z�AZS ��• °U Z� lOO ` figures per Each (words) CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) ACHED. A: NORTH 30TH STREET & PARK AVENUE N. WATER MAIN REPLACEMENT PROJECT (Note: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) FEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT JC QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 10 I 3 Each Fire Hydrant Assembly $ ONE t Zpp • 3• (aOp per Each (words) figures 14 I 5 Each Connection to Existing Water Main $ F%VE w 5C10. per Each (words) figures 1: 41 Each 3/4" Water Service Connection $ two 1 Nc�2� �u_Pr 5 Zap, — 8 r ZOO — per Each (words) figures T 3 Each 3/4" Water Service Connection (No Meter Installation) $ OtJe7 tr.1 7 F' Frf --DOL.-A'?'JO,T _ �{SO per Each (words) figures 14 800 Ton Select Trench Backfill for Water Mains $ C 16 "-1— P25 per Ton (words) figures 1 65 Foundation Material g• — 5Zo Ton $ CIF �C�aLS per Ton (words) figures 16 1 Each 1" Air -Vac Assembly $ -1xL(_,o25per Each (words) figures 1 1 Each 2" Air -Vac Assembly $ Too 70U per Each (words) figures 18 200 Ton Asphalt Concrete Patch, Including Crushed Surfacing Top Course $ -5/en� `T_,bLkAaS 70- �o per Ton (words) figures ' 5 Cubic Yard Concrete for Thrust Blocking, Dead -Man Anchor Bolts $ ��c/EnfT�' F Ul� -Dou-X,5 — per Cubic Yard (words) figures CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) SCHED. A: NORTH 30TH STREET & PARK AVENUE N. WATER MAIN REPLACEMENT PROJECT (Note: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevau.) ITEM r'-. APPROX.1 QUANTITY ITEM WITH UNIT PRICED BID (Unit Prices to be Written in Words) UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. zU 1 Lump Sum Removal of existing fire hydrants, valve boxes, other appurtenances $ r�J� rJ7Zrzcj ����5 00, too — per Lump Sum (words) figures 1 Lump Sum Remove and Restore Lawn, Landscaping, Surface ImprovementsCID $ O,�t�► �. — 1 00 — per Lump Sum (words) Subtotal Schedule "A" figures co Cu q $ -/�� S-D - 70 $ 8 2-0 �) - 8.6% Sales Tax �o $ Total Schedule "A" City of Renton - Planning/Building/Public Works Department N. 30TH ST. PARK AVE. N. SCHEDULE "B" - SIDEWALK REPLACEMENTS SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extensions and total amount of bid must be shown. All entries must be written or entered in ink. Show unit prices in both words and figures and it -here conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID SPEC. UNIT PRICE AMOUNT NO. UANTIT1 UNITS (Unit Prices to be Written in {fords) REF. DOLLARS CTS. DOLLARS CTS. 001. 1 LS Mobilization 1-09.7 $ TW ey- - F'vE—TF«vu-,w� l�oc �•�� 2- Per LS 002. 1 LS Construction/As-Built Survey 1-05.5(5) SP Per LS 003. 1 LS Traffic Control 1-07.23(5) SP Per LS 004. 1 LS Removal of Structures and Obstructions 2-02.5 $ F, 7-02.5 SP 5. • w 5 opp Per LS 005. 1,290 SY Removing Bituminous Pavement 2-03.5 SP 66 Per SY 006. 5,040 LF Sawcutting 2-03.5 $TWO �/t ,�., F(P�r-r Cev Tr-5 SP Sd , — 121600 Per LF 007. 1,080 CY Gravel Borrow 2-03.5 $ TW Erh-C t)p t - a2 S Per CY 008. 580 CY Roadway Excavation Incl. Haul 2-03.5 Per CY 009. 450 SY Asph. Driveway Subgrade Reconstruction 2-03.5 SP r _ . Per SY 010. 1,030 TON Crushed Surfacing Top/Base Course 4-04.5 7-01 moo - ..:• Per TON Page 1 Sch City of Renton - Planning/Building/Public Works Department N. 30TH ST. PARK AVE. N. SCHEDULE "B" - SIDEWALK REPLACEMENTS SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extensions and total amount of bid must be shown All entries muss be irritten or entered in ink. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM NO. APPROX. UANTITIT UNITS ITEM WITH UNIT PRICED BID (Unit Prices to be Written in Words) SPEC. REF. UNIT PRICE DOLLARS CTS. AMOUNT DOLLARS CTS. 01 l . 210 TON Asphalt Treated Base 4-06.5 $ 1—% � �x �c2S 50. co io, Sdo Per TON 012. 610 TON Asphalt Concrete, Class B 5-04.5 UU Z LFl �UU Per TON 013. 40 SY Cement Conc. Approach for Commercial 5-05.5 Driveway $ —i vAA iz-rC SP :;3 5, c� // Lloo _ Per SY 014. 280 SY Cement Conc. Approach for Residential 5-05.5 Driveway $ T�" 2n THEE�cctiS P 3 .°O _ Per SY 015. 20 LF Corrugated Polyethylene Storm Sewer 7-04.5 Pipe 8 In. Diam. $ wEN-rr SP Per LF 016. 526 LF Corrugated Polyethylene Storm Sewer 7-04.5 Pipe 12 In. Diam. $ - F(VE now SP Per LF 017. 14 LF Ductile Iron Sewer Pipe 6 In. Diam. 7-04.5 $ F� ( �x c42S SP Z110. — Sao Per LF 018. 58 LF Ductile Iron Sewer Pipe 8 In. Diam. 7-04.5 $ SP Qu— Per LF 019. 4 EA Solid Metal Cover for Catch Basin 7-05.5 $ wo (INrte-q h -ff SP ar> Per EA 020. 4 EA Remove and Replace Grate and Frame 7-05.5 �U-�i SP So.ry �� WOO— Per EA . Sch 6/14/99 Page 2 City of Renton - Planning/Building/Public Works Department N. 30TH ST. PARK AVE. N. SCHEDULE "B" - SIDEWALK REPLACEMENTS SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extensions and total amount of bid must be shown. All entries must be written it or entered in ink. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM NO. APPROX. UANTITN UNITS ITEM WITH UNIT PRICED BID (Unit Prices to be Written in Words) SPEC. REF. UNIT PRICE DOLLARS CTS. AMOUNT DOLLARS CTS. 021. 11 EA Catch Basin Type 1 7-05.5 $ ale -TR00--At N� lip c c2 S GYM. � I I, UVO Per EA 022. 2 EA Catch Basin Type 2, 48 In. Diam. $'Two I WXI to Lknivneo 7-05.5 Per EA 023. 0.6 AC Seed, Fertilize, & Mulch 8-01.5 $�wo-Tvh�9 h vE Z, sro. `= Per AC 024. 120 CY Topsoil Type B 8-01.5 $�W@JI-t � Ve- Per CY 025. 1 LS Temporary Erosion Control 8-01.5 SP Per LS 026. 5,045 LF Cement Conc. Barrier Curb and Gutter 8-04.5 Est 67s Per LF 027. 2,800 SY Concrete Sidewalk 1� 1 �-f (1- er,: 'tb4A lSr 8-14.5 [Pel SY 028. 19 EA Adjust Meter Box 5-05 $ I"�Nvr� R%Y � ZSO, "U `ft 7 So Per EA 029. 5 EA Mail Box Support, Type 2 8-18.5 $ '�'FWo LWnl�j F1Fff (,cM�f ZSD,o; /1250 Per EA 030. 19 EA Relocate Sign & Post 8-21.5 SP co ' c�CX) Per EA 6/14/99 Page 3 Sch City of Renton - Planning/Building/Public Works Department N. 30TH ST. PARK AVE. N. SCHEDULE "B" - SIDEWALK REPLACEMENTS SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extensions and total amount of bid must be shown. All entries must be written or typed words shall prevail.) or entered in ink. Show unit prices in both words and figures and where conflict occurs the written ITEM WITH UNIT PRICED BID SPEC. ITEM APPROX. REF. REF. UNIT PRICE AMOUNT DOLLARS CTS. DOLLARS CTS. NO. UANTIT UNITS (Unit Prices to be Written in Words) 031. 1 LS Landscape Restoration 8-30.5 SP Zl Soo, Zt Sbo $ Vk) Per LS 032. 970 LF Remove and Reset Fence 8-30.5 SP / 0 c Per LF LS Relocate Flashing Sign &Post 8- 21.5 033. 1 SP co Coo �axAl iP �o Per LS 034. 340 SF Plastic Crosswalk Stripe 8-22.5 Per SF 8-14.5 035. 2 EA Curb Ramp & Cut SP cu $ T—; V�C- SF Per EA Modular Unit Wall 8-31.5 Sp �5 W 036. 460 $'riivpAYTC h ✓>✓ Per SF Subtotal "B" q3� cf-7s-,UO SUBTOTAL "A" 95, 'WS-0 , ou 8.6% SALES TAX ON SCH. "A" ONLY "B" , 2at. �o r.��F3?� ,0 SUBTOTAL TOTAL ALL SCHEDULE "A"+"B" ,tt 537, /33.�° Total of extended amounts in words: �++ ��z� dollars ,rF� _5e`rr+ausa�tfl �� ++�,..,nrc� FivE ,N and z./�nn'r cents. N THIS PROJECT, IF O COMMENCEEXECUTION THE UNDERSIGNED BIDDER HEREBY AGREES FINAL ANOD TO COMPLETE THE AWARDED HIM, NO LATER THAN 10 DAYS AFTER WORK WITHIN 70 WORKING DAYS. TR AT THISn DAY OF f\1999. DATED �Z Sch 6/14/99 Page 4 III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGMENT OF RECEIPT OF ADDENDA ACKNOWLEDGMENT OF RECEIPT OF ADDENDA: NO. DATE NO. DATE NO. DATE SIGNED<��- / �� TITLE �� Ce ✓'�S l �.� T NAME OF COMPANY Gary Merlino Construction Co., Inc. ADDRESS q v<5 IOC i� �� SO CITY/STATE/ZIP 5 TELEPHONE CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE # H0 L L _- LICENSE # Lftal M Ce- I )C) H 0 N. 30TH ST. & PARK AVE. N. III-5 '.11. PROJECT PROPOSAL 41 5. BID BOND FORM Herew ith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of S which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: as Principal, and That we, GARY MERLINO CONSTRUCTION COMPANY, INC. as Surety, are held and firmly bound unto the City of Renton, RELIANCE INSURANCE COMPANY Dollars, for the payment of as Obligee, in the penal sum of FIVE PERCENT (5%) OF THE TOTAL BID ***** which the Principal and the Surety bind themselves, thzisuccessors and r hens, e;=uto.s, adr,03nistrators, assigns, jointly and severally, by these presents. *SCH. B: SIDEWALK IMPROVEMENTS TIB NO. 9-P-102(PO9)-1 i rin to the Principal for The condition of this obligation is such that if the Obligee shall make any awardoi bid made by the N. 30th ST. & PARK AVE. *N. SCH. A: WATER MAIN according to the terms of the prop REPLACEMEN S Principal therefor, and the Principal shall duly make and enter into a contract tthhful the mance thereof, With with the terms of said proposal or bid and award and shall give band for the fai P Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failurctodo so, pay thobli obligation skalarid forfeit null to the Obligee the penal amount of the deposit specified in the call for bids, then hall forthwith pay and forfeit and void; otherwise it shall be and remain in full force and effect and the Surety to the Obligee, as penalty and liquidated damages, the amount of this bond. 19 99 SIGNED, SEALED AND DATED THIS 7th DAY OF Jul — GARY MERLINO CONS UC IO COMPANY, INC. le5o r Principal- K i i Vice Pres�c�� RELIANCE INSURANCE COMPANY Surety MICHE E L. DEMO G ATTORNEY -IN -FACT Received return of deposit in the sum of $ ill-6 N. 30TH ST. & PARK AVE, N. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY JITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY IKNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duty organized under the laws of the State of Delaware, ' --d that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the mmomveafth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of sconsin (herein collectively called 'the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Jim. W. Doyle, Karen P. Dever, Michael A. Murphy, Michelle L DeYoung, Jim S. Kulch, of Seattle, Washington their true and lawful Attomey(s)-in- ct, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to 1d the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were Ined by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE SURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in ruil force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAIONGS 1. The Board of Directors, the President, dhc Chairman of the Board. any Senior Vice President. any Via Resident a Assistam Vice President or other offices designated by the Board of Directors shall have paver and authority a (a) appoint Attorney(s)-in-Fact and to authorize them to esecvte on behalf of the Company, bands and utilcrtakiags, recognum , o uracts of indemnity, and other writ n obligatory in the matum Bumf, and (b) to remost any such Anorocy(s)-in-Fact at any time and revoke the power and authority given to them. 2. Attorney(s)-in-Fac shall have power and authority, subject to the terms; and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, hgninnhces, contracts of indemnity and other writilhgs oblig&Wry to the nanut thereof. The cu porate sal a not necessary for the validity of any bonds and! undertakings recognaances, cormwts of inderaity and other ings obligatory is the nature thereof. 3. Atiorney(s)-in-Fact shall have power and authority to execute affidavits required to be utachcd to bonds, recognimno s, contracts of indemnity th or oer rniditioml or obligatory undertakings; act they shall r have power and authority to certify the financial statement of the Company and to copies of the By -Laws of tie Company or any artick or section thereof. a power of Attorney is signed and sealed by facsimile under and by and ry of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, iced Pacific I staaoce Company and Rcliaoce National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Board of Directors or Rdianet e Iascty Company by Unadmo's Coasem dated as of Match 31, 1994. 'Resolved dot the signatures of such duectors and officers and the scat of the Company may be a(fbtod so any such Power of Attorney or any artifiams relating dsereto by facsimile, ud any such Power of Attorney or certificate bmimg such facsimik signatures or famimik seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signahun and taco®ik sal shall be valid and binding upon the Company, in the future with respect to any bond or wxkrmkmg to which u is aihcbed.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this March 9, 1999. RELIANCE SURETY COMPANY O�PtINGE,L RELIANCE INSURANCE COMPANY P,POgr o SDrg `GsOPPOg7j a oPPORtr UNITED PACIFIC INSURANCE COMPANY t° T RELIANCE NATIONAL INDEMNITY COMPANY SEAL 1 SEAT s 41959`2 � 799a � .4e ' re26 � `PCOth D AYE+OFWashington ) )SS_ 'n this March 9, 1999, before me, Laura L. Wadsworth, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President of e ''RelIiance Surety Company, Reliance Insurance Company,, United Pacific Insurance Company, and Reliance National Indemnity Company and that as I7, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as duly authorized officer. v ;r witness whereof, I hereunto set my hand and official seal. NOTAW s - r ucx�vr 4 3b2001 otary Public in an for the State of Washington WII`$ Residing at Puyallup 'rbyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP - ;,and RELIANCE NATIONAL INDEMNITY COMPANY �do.hereby certify that the above and foregoing is a true and correct copy of the Power of �tp executed b said Companies, m still and affixed the seals of said Companies Y P and effect. ESS WHEREOF, I have he y this day of year of L� �avarrr _ - < `msU� ssN'tNef a' UPPOIj��R C�pPPOR_�7'� 2 CiC Van o i JJ L S iflose o 1 etxef 09► ' 792e Y PCOtf' b �a��` t� car✓-� - , �h.+� ?,�nvr„s �''sb a Feet lll. PROJECT PROPOSAL CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub -contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder X , proposed subcontractor , hereby certifies that he has _L, has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has X, has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Gary Merlino Construction Co., Inc. (Company) By: K�C2?i�S1WL✓1S5-� Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. IEQUAL.DOC/ft N. 30TH ST. & PARK AVE. N. III-7 111. PROJECT PROPOSAL CITY OF RENTON 7. NON -COLLUSION AND DEBARMENT AFFIDAVIT STATE OF WASHINGTON ** COUNTY OF K i toc > Gary Merlino Construction Co., Inc. I, the undersigned, an authorized representative of *** , being first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to the provisions of this affidavit. oTti Name of Project Gary Merlin Construction Co., Inc. of Bidder's Firm of Authorized Representative of Bidder I�q�j Date I certify that I know or have satisfactory evidence that , lCt/L K A116017 is the person who appeared before me, and said person acknowledged that (he/sloe) ii *is instrument and acknowledged it to be (his/ ) free and voluntary act for the uses and purposes mentioned in the ' Dated 0 NOTARY FN. o Public i N '•, oc, PU6L1C �? . . of Washington re ding at a State r%C rl G� n q :o.T •TOE ", Notary (print): 00 ri \T NOTE: cC My appointment expires: 0 /0 Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. *A suspending or debarring official may grant an exception permitting a debarred, suspended, or excluded person to participate in a particular transaction upon a written determination by such official stating the reason(s) for deviating form the Presidential policy established by Executive order 12549..." (49 CFR Part 29 Section 29.215). * If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON, and enter appropriate State. ** Fill in county where notarization of proposal takes place. *** Fill in firm name. 30TH ST. & PARK AVE. N. III-8 III. PROJECT PROPOSAL CITY OF RENTON 8. CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER STATE OF WASHINGTON SS COUNTY OF KING Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust 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 each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. iy -2., O T I-1 SJ . -pn 21<� Name of Project Gary Merlin Construction Co., Inc. of Bidder's Firm------- — of Authorized Representative of Bidder ��►�� `7, IG9G Date I certify that I know or have satisfactory evidence that Br tan )C Ve.5on is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated % 9 of \ ..... C, • WU O •�Ss�oN �:., 9 O' NOTARY N o PUBLIC o ? 2 �A Notary Public in and for the S71- 0 / / of Washington residin at ra"I Notary (print): r-r- Z. Kef My appointment expires: /D /p on 11 N. 30TH ST. & PARK AVE. N. III-9 III. PROJECT PROPOSAL 9. STATE OF WASHINGTON COUNTY OF KING CITY OF RENTON MINIMUM WAGE AFFIDAVIT FORM SS 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. Name of Project Gary Merlino Construction Co., Inc. Name of Bidder's Firm Signatu;,,KC'f Authorized Representative of Bidder Date I certify that I know or have satisfactory evidence that Brian i(t fle.son is the person who appeared before me, and said person acknowledged that (helthe)- signed this instrument and acknowledged it to be (his/) free and voluntary act for the uses and purposes mentioned in the instrument. Dated r-11-719 Notary Public in and for the State / of Washington residing at �i r, k CL nC7 Notary (print): 1 rr My appointment expires: O / 0 O N. 30TH ST. & PARK AVE. N. III-10 III. PROJECT PROPOSAL CITY OF RENTON 10. SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $100,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. If the subcontractors' names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $100,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price•Name• �t 2 A r-t J K , t7T�sy1/ Title: V 1 L -�2�5 or �+ i Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) Subcontractor Name Address Phone No. H: \forms\contract\bid-specs\SUBLIST. DOCtbh State Contractor's License No State Contractor's License No State Contractor's License No State Contractor's License No III-11 N. 30TH ST. &.PARK AVE. N. IV. CONSTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY IV CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. N. 30TH ST. & PARK AVE. N. IV-] IV. C;UN51 KAI. 1 LlVl.un►uN A A —' BOND TO THE CITY OF RENTON Bond # B2941411 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Gary Merlino Construction Com an I as principal, and Reliance Insurance Company corporation organized and existing under the laws of the State of PA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 537,133. 70*** 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 City of Menton. Dated at Seattle . Washington, this rd day of ,3dIY— 19 99 Nevertheless, the conditions of the above obligation are such that: n WHEREAS, raider and pursuant 'to Public Works Construction Contract CAG- 99-074 providing for construction of Park Ave North/North 30th Street Water Main Replacement & Sidewalk Improvements (proi=rw `) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW., THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. Gary Merlino Con P , iP Signatu e Pres � d er�" Title N. 30TH ST. & PARK AVE. N. Reliance Insurance Compan Surety /21 .Z"-4 , Signature Michelle Attorney -in -Fact Title tv.2 INOW ANCE SURETY COMPANY RELIANCE INSURANCE COMPANY ED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware, ind that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the ;ommonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Ysconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint im. W. Doyle, Jim S. Kuich, Michael A. Murphy, Michelle L. DeYoung, of Seattle, Washington their true and lawful Attorney (s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by n Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attor- ey(s)-in-Fad may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE ;URANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice Presidem or Assistant Vice President or other officer designated by the Board of Directors shall have �=f, and authority to (a) appoint Attorncy(s)-in-Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recogoizartcu, contracts of indemnity and other writings obligatory in the nature and (b) to remove any such Anorney(s)-in-Fact at any time and revoke the power and authority given to them. 2. Attorney(s)-in-Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, trances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is trot necessary for the validity of any bonds and undertakings recognizances, contracts of indemnity and other Fn gs obligatory in the nature thereof. 3- Anorntey(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognnzances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any anicle or section thereof. `his Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, Pacific Insurance Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28. 1994 and by the Executive and Financial Committee of the Board of Directors of Reliance Company by Unanimous Consent dated as of March 31, 1994. 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Anor-y or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and unified by facsimile signatures 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.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this June 24, 1999. RELIANCE SURETY COMPANY zone rr r5un'"vice .c ,rsun�Hc NpI. INOF RELIANCE INSURANCE COMPANY =s'OQ,p Oq9'`[ c `oa Q00 PO q rF �O OpP Oq�i UNITED PACIFIC INSURANCE COMPANY ` taSEALm a USEALm , a "SEAL" RELIANCE NATIONAL INDEMNITY COMPANY T i .f 19592 0 a z99s C. s4 o '92g 6 'SC014`'J\ab °rt xwnAc �a.•rw�-"�'Msnvr�.r ��,ay STATE OF Washington } COUNTY OF King } ss. On this, June 24, 1999, before me, Laura L. Santos, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as ch, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as duty authorized officer. Notary Public In witness whereof, I hereunto set my hand and official seal. State of WashkptOn Laura L. Santos it ary Public in and for the State of Washin My AppolnOnent Expires 03-05-01 Residing at Puyallup Robyn Laying, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- Y, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of r mey executed by said Companies, which is still in full force and effect. t_WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of `mot year of rr r ss.nwHcecq s.c ,Hsuw�vc ONpI INOF� q9, o Oglr e" O UPPOR,rr [ y S� t" n L _ � s SEAL 241955=; s e o z926 w Sco N' -0a l Assistant Secretary ,� .e.7' ;""--. -F -•r - r - _i, v1 . T .IJ.c' .,.1.�llnak.:�.:._ ,..,YJ..%. �..4,!..S Ar.'T2y.,.i��.'-.: IV. CONSTRACT DOCUMENT FORMS CITY OF RENTON H/forms/contracts/BOND.DOC/MAB/bh Approved by Larry Warren 2/14/92 CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this day of A"�, 19� by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and GA9Y MORUN0 CONSTRUCTION CO. , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 70 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 No. CAG99- for improvement by construction and installation of: Schedule A: Water Main Replacement Schedule B: Sidewalk Improvements. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Addenda, if any and all modifications or changes issued pusuant to the Contract Documents. N. 30TH ST. & PARK AVE. N. IV-3 IV. CONSTRACT DOCUMENT FORMS CITY OF RENTON 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 N. 30TH ST. & PARK AVE. N. IV4 IV. CONSTRACT DOCUMENT FORMS CITY OF RENTON suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 70 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of * 53 7 13 3 . '7 0 rive, hund.rui J'�1'44 -�P-VM 4ouso.nd one hundrd tiriV -free_ collars t7O�1OC which includes any required Washington State Sales Tax. Payments will be made to Contractor set forth in the Contract Documents. N. 30TH ST. & PARK AVE. N. IV-5 CITY OF RENTON 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 President Secretary dba (aru �'IPr �Cno Cony, Firm Name CITY OF RENTON Ma ATTEST nn -- vl'v+� City Clerk chwk one ❑ Individual ❑ Partnership El Corporation Incorporated in W CL.S �O n 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/contract/othcont/bh/June92 N. 30TH ST. &.PARK AVE. N. IV-6 IV. CONSTRACT DOCUMENT FORMS CITY OF RENTON 3. INSURANCE AND RELATED REQUIREMENTS N. 30TH ST. & PARK AVE. N. IV-7 IJuly 28, 1999 City of Renton, Washington 300 Mill Avenue South Renton, WA 98055 Dear Certificate Holder: Benefits Risk Management 701 Fifth Avenue 4200 Columbia Center PO Box 34201 (Lip 98124) Seattle, WA 98104 Telephone 206-386-7400 Fax 206-386-7960 Enclosed is the Certificate of Insurance issued on behalf of Gary Merlino Construction Co. Should you have any questions please feel free to call. Sincerely yours, I Willis Corroon Corporation of Seattle Enclosure cc: Gary Merlino Construction Co. St. Paul Mercury Insurance Company Mflllls Corroon Corporation of Seattle insurance Bonds ACOROT, CERTIFICATE OF LIABILITY INSURANCE DAB 'f .,< L-JUL PAGE 4� 2 28�1UL-1999 IPRODUCER 72275 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Willis Corroon Corporation of Seattle ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 34201 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 701 Fifth Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4200 Columbia Center COMPANIES AFFORDING COVERAGE I Seattle WA 98124 (206) 386-7400 COMPANY St. Paul Mercury Insurance Company Tabitha Richmond A INSURED COMPANY B COMPANY Gary Merlino Construction Co. C 9125 10th Ave. S. COMPANY ISeattle WA 98108 -I D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1 INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ';0 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MM/DO(YY) DATE (MK(DOfYY) A GENERAL LIABILITY KK08400030 31-DEC-1998 31-DEC-1999 GENERAL AGGREGATE $ 2.000.000 PRODUCTS-COMP/OP AGG $ 1.000.000 X COMMERCIAL GENERAL UABILLTY JCLAIMS MADE X OCCUR OWNER'S&CONTRACTOR'SPROT WA Stop Gap PERSONAL& ADV INJURY $ 1,000,000 EACHOCCURRENCE $ 1,000,000 X FIRE DAMAGE (Anyone fire) $ 100.000 X Per Project Aggregate MED EXP (Any one rson 10,000 {` A IPROPERTYDAMAGE AUTOMOBILE LIABILITY ANY AUTO ALLOWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS NON -OWNED AUTOS K08400030 31-DEC-1998 31-DEC-1999 COMBINED SINGLE LIMIT $ 1.000.000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACHACCIDENT $ AGGREGATE is A HXF-XIESSLIABILITY FORM KO8400030 31-DEC-1998 31-DEC-1999 EACH OCCURRENCE $ 1.000.000UMBRELLA AGGREGATE $ 1.000.000 WORKERS COMPENSATION AND EMPLOYERS' UABILITY THE PROPRIETOR/ PARTNERS/EXECUTIVE F1 INCL OFFICERS ARE: EXCL OTHER ;RPTION OF OPERATIONS/LOCATIONSfVEHfCLES/SPECUIL ITEMS E ATTACHED TE HOLDER City of Renton, Washington 300 Mill Avenue South Renton WA 98055 EL EACH ACCIDENT is EL DISEASE-PoucYumrr Is CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL )E)MCAXAb1;iXXKr MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, aiXD(lFA XRX Afm 16711m NBAYICXXI'JU IX )I mx4l NKmILTIDW XU(KOAMM X X ear YYYYY IldwKYT1M1WI YT=X=MP* MX r=XXMKKIWX=X XX ZED REPR ENTATIVE \.tj 1 PRIMARYAIX ACORD CORPORATION 19N ' ISSUE DATE (MMID Willis CERTIFICATE OF INSURANCE PAGE 2OF 2 F1 28-lUL-1999 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO HIGHTS UPON THE CERTIFICATE 11 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 11 NSURED Gary Merlino Construction Co. 9125 10th Ave. S. Seattle WA 98108 72275 PRODUCER Willis Corroon Corporation of Seattle P. O. Box 34201 701 Fifth Avenue 4200 Columbia Center Seattle WA 98124 (206) 386-7400 Tabitha Richmond ;OVERAGES HIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD ( INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS :RTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CLLISIONS AND CONDITIONS OF SUCH POUCIES. LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATION LIMITS DATF (MM/DD/YY1 DATE (MM/DU" )ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS IThe Certificate Holder is ierformed by or on behalf Is provided therefore in ,tritten contract. IThis insurance is Primary y the Certificate Holder xcess. tE: Operations of the Named Insured added as Additional Insured as respects operations of the Named Insured, but only insofar as coverage the afore captioned policies and as required by and Noncontributing, with any insurance maintained (and those others as required by contract) being IA waiver of subrogation applies as required by written contract. A Severablity of Interest clause is included on the policy form. Coverage !quivalent to that provided under ISO form CGO043 is included on the policy °orm HOLDER City of Renton, Washington 300 Mill Avenue South Renton WA 98055 25W1 (91951 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL k1M0k%(bY )f& MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT; 911Xb(�JIII ��XAQ JNPNK 7pC4CX!(MQxOG�IQIAlOOX IfRs)p7�63t XAcftfiKA�PXKatK JO1lOc KgPA>ufRK X AORIZEDREPR �, V.� PRIMARYAD( © WILLIS 1995 206-762-2358 MERLINO CONSTRUCTION 257 P02 JUL 28 '99 10:32 CITY OF RENTON INSURANCE INFORMATION FORM FOR: Gary Merlino Construction Co. PROJECT NUMBER: STAR CONTACT: Certificate of Insurance indicates the covereges/limits specified in contraW ® Yes ❑ No Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 Occurrence Form or Equivalent? ® Yes ❑ No (If no, attach a copy of the policy with required coverages clearly identified) CG ON3 Amendatory Endorsement provided?* — Equivalent ® Yes ❑ No coverage on policy form. General Aggregate provided on a "per project basis (CG2503)7* ® Yes ❑ No Additional Insured wording provided?* M Yes 11 No Coverage on a primary basis and non-contnbuting basis?* M Yes ❑ No Waiver of Subrogation Clause applies?* El Yes ❑ No Severability of Interest Clause (Cross Liability) applies? ® Yes ❑ No Notice of Cancellatioa/Non-Renewal amended to 45 days?* M Yes ❑ No * To be shown on certificate of insurance AM 13>rS'><''S RATING FOR CARRIER: GL A+ XV Auto A+ XV Umb A+ XV Professional N/A This Questionnaire is issued as a matter of information_ This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the atta-ched CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Willis Corroon Corporation of Seattle Tabitha Richmond Agency/Broker CloWd By (Type or Print Name) 701 5th Ave, Ste 4200 Seattle WA 98104 Address By (Signature) labjtha Richmond (206) 386 7936 Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST EE COMPLETED FOR EACH LINE OF COVERAGE,4ND AYTACHED TO CERTIFICATE OF INSURANCE Rev 1N5 Pa&d 1 r CITY OF RENTON . & FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE �,10 Con,-+r ►tic;l on Co. Tn L. hereby confirms and clar�s'`te, hat ( Name of contractor/subcontractor/consultant/supplie r) I. It is the policy of G w y Me4n o C/� ons l L r l,(.cAl o n Co. 11C. to offer equal ( Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. �artl H�rLno ConAry-c oti Co. lc-. complies with all applicable ( Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. H. When applicable, ( Gar I Htr�no ConJr v J;on Co. InC. will seek out and ( Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. r/ Print Agent/Representae's Name Print Agent/Represen 's Title Agen epresentative's Aignature 7/30 / 9 Date Sign Instructions: This document MUST be completed by each contractor, subcontractor, .consultant and/or supplier. Include or attach this document(s) with the contract. V. CONTRACT SPECIFICATIONS CITY OF RENTON V CONTRACT SPECIFICATIONS N. 30TH ST. & PARK AVE. N. \'- I V. CONTRACT SPECIFICATIONS CITY OF RENTON 1. CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS N. 30TH ST. & PARK AVE. N. City of Renton SUPPLEMENTAL SPECIFICATIONS for the 1996 Standard Specifications for Road, Bridge, and Municipal Construction 00 TY ♦fin* N Adopted May 19, 1997 Aft Washington State Department of Transportation wro aAmerican Public Works Association Washington State Chapter Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS................................................. Error! Bookmark not defined. 1 Division1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract...................................................................................... 3 1-04 Scope of the Work.......................................................................................................... 3 1-05 Control of Work............................................................................................................ 7 1-06 Control of Material......................................................................................................... 1-07 Legal Relations and Responsibilities to the Public.............................................................•••.12 1-08 Prosecution and Progress................................................................................................ 1-09 Measurement and Payment..............................................................................................15 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................ 20 23 Division2 Earthwork......................................................................................................................... 2-02 Removal of Structures and Obstructions............................................................................. 23 2-03 Roadway Excavation and Embankment.............................................................................. 23 24 2-04 Haul........................................................................................................................... 2-06 Subgrade Preparation....................................................................................................24 2-09 Structure Excavation......................................................................................................24 Division 3 Production From Quarry and Pit Sites and Stockpiling................................................................. 26 3 No supplemental specifications were necessary ........................................................................26 26 Division4 Bases................................................................................................................................ 4 No supplemental specifications were necessary .........................................................................26 Division 5 Surface Treatments and Pavements..........................................................................................27 27 5-04 Asphalt Concrete Pavement............................................................................................. Division 6 Structures..........................................................................................................................30 30 6-12 Rockeries.................................................................................................................... Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits ............................. 31 7-01 Drains........................................................................................................................31 31 7-M Culverts..................................................................................................................... 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass.........................................................31 31 7-04 Storm Sewers.............................................................................................................. 7-05 Manholes, Inlets, and Catch Basins..................................................................................32 33 7-08 General Pipe Installation Requirements............................................................................. 7-10 Trench Exc., Bedding, and Backrdl for Water Mains............................................................35 7-11 Pipe Installation for Water Mains....................................................................................35 38 7-12 Valves for Water Mains................................................................................................. 39 7-14 Hydrants.................................................................................................................... 7-15 Service Connections......................................................................................................40 7-17 Sanitary Sewers...........................................................................................................40 Division 8 Miscellaneous Construction.....................................................................................................41 41 8-09 Raised Pavement Markers............................................................................................... 8-10 Guide Posts..................................................................................................................41 8-13 Monument Cases...........................................................................................................41 8-14 Cement Concrete Sidewalks.............................................................................................41 8-17 Impact Attenuator Systems..............................................................................................42 8-20 Illumination, Traffic Signal Systems, and Electrical..............................................................42 48 8-22 Pavement Marking........................................................................................................ 49 8-23 Temporary Pavement Markin Page-RS-iii Revision Date: May 19, 1997 Division9 Materials...........................................................................................................................50 9-00 Definitions and Tests...................................................................................................... 50 9-02 Bituminous Materials.....................................................................................................50 9-04 Joint and Crack Sealing Materials.....................................................................................51 9-05 Drainage Structures, Culverts, and Conduits....................................................................... 51 9-06 Structural Steel and Related Materials..............................................................................52 9-08 Paints......................................................................................................................... 53 9-23 Concrete Curing Materials and Admixtures.........................................................................53 9-29 Illumination, Signals, Electrical........................................................................................53 9-30 Water Distribution Materials........................................................................................... 59 INDEXTO WSDOT AMENDMENTS......................................................................................................61 WSDOTAMENDMENTS......................................................................................................61 Page-RS-iv Revision Date: May 19, 1997 1-01 Definitions and Terms 1-01 Definitions and Terms Division 1 General Requirements 1-01 Definitions and Terms SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: 1-01.1 General (RC) Whenever reference is made to the State, Commission, Department of Transportation Secretary of Transportation, Owner Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees and duly authorized representatives for all contracts administered by the City of Renton. SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY THE FOLLOWING: 1-01.3 DeCnitions (RC, APWA) Act of god (RC) "Act of God' means an earthquake flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer (RC) The Contracting Agency's design consultant who may or may not administer the construction program for the Contracting Agency. Da C Unless otherwise designated day(s) as used in the Contract Documents shall be understood to mean working days. Or Equal (RC) Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative. Also referred to as Contracting Agency. Plans (RC) The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross -sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms 'Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Secretary, Secretary of Transportation (RC) The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Plannine/Buildint'/Public Works Administrator. Special Provisions (RC) Modifications to the standard specifications spw, ficawpns and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid riP ces. State (RC) The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Contract Documents (APWA) The component parts of the contract which may include, but are not limited to, the Proposal Form, the Contract Form, bonds insurance certificates, various other certifications and affidavit, the Contract Provisions, the Contract Plans, Working Drawings, the Standard Specifications, the Standard Plans, Addendum, and Change Orders. Dates (APWA) Bid Opening Date (APWA) The date on which the Contracting Agency publicly opens and reads the bids. Award Date (APWA, RC) The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date (APWA) The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date (APWA) The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date (APWA, RC) The date by which the work is contractually required to be completed The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Final Acceptance Date (APWA, RC) The date on which the Contracting Agency accepts the work as complete per contract requirements. Material (APWA) Any substance specified for use in the construction of the project and its appurtenances which enters into and forms a part of the finished structure or improvement and is capable of being so used and is furnished for that purpose. Materialman (APWA) A person or organization who furnishes a raw material, supply, commodity, equipment or manufactured or fabricated product and does not perform labor at the Project Site; a supplier. Notice of Award (APWA) The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid. Notice to Proceed (APWA) The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract Time begins. Page-SP-I Revision Date: May 19, 1997 1-02 Bid Procedures and Conditions 1-03 1Nard and Execution of Contract 1-02 Bid Procedures and Conditions SECTION 1-02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.1 Oualifications of Bidder (AP«'A Bidders shall be qualified by experience, financing, equipment and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action may include a pre qualification procedure prior to the Bidder being furnished a proposal form on any contract or a preaward survey of the Bidder's aualifications prior to award. SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.2 Bid Documents (APWA) Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids for the Work placed in the Contracting Agency's official newspaper. SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING SENTENCE 1, PARAGRAPH 1 TO READ: 1-02.4(2) Subsurface Information (APWA) If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the bidders. SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.5 Proposal Form (APWA) The Engineer reserves the right to arrange the Bid Forms with Alternates, Additives, or Deductives, if such be to the advantage of the Contracting Agency. The Bidder shall bid on all Additives, Deductives, or Alternates set forth in the Proposal Forms unless otherwise specified in the Special Provisions. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.6 Preparation of Proposal (RC) All prices shall be in legible figures and (oot-words) written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL SECTION. 1-02.61 Proprietary Information (RC) Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs, drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.12 Public Opening of Proposals APNVA The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS: 1-02.13 Irregular Proposals (RCI a. The bidder is not prequalified when so required; SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I TO READ: 1-02.14 Disqualification of Bidders (APWA) 3. A bidder is not p44qualified for the work or to the full extent of the bid; 1-03 Award and Execution of Contract SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: 1-03.1 Consideration of Bids_(RC, APWA) The total of extensions, corrected where necessary, and including sales taxes where applicable, will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so Stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-03.2 Award of Contract (RC) The contract bond form and all other forms requiring execution together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-03.3 Execution of Contract (APWA, RC) Within 28 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractorttw—award—dato, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 20 10 calendar days after the award Page-SP-2 Revision Date: May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation activities. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond (APWA) 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution power of attorney or a letter to such effect by the president or vice-president). 1-04 Scope of the Work SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-04.1 Intent of the Contract (RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda (RC) Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7; and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5 City of Renton Supplemental Specifications a. Amendments to the Standard Specifications (Listed in WSDOT Amendments) 76. Standard Specifications, and 8.. Standard Plans SECTION 1-04.4 IS SUPPLEMENTED WITH THE FOLLOWING: 1-04.4 Changes (RC) Renton does not have a formal policy or guidelines on cost reduction alternatives but will evaluate such proposals by the Contractor on a case -by -case basis. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: 1-04.11 Final Cleanup (RC) 3. All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-05 Control of Work SECTION 1-05.3 IS REVISED AS FOLLOWS: 1-05.3 Plans and Working Drawings (RC) The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be on sheets measuring 24-by 36 22 by 34 inches or on sheets with dimensions in multiples of 8-1/2 by I inches. SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.4 Conformity with and Deviations from Plans and Stakes (RC) If the vroiect calls for Contractor supplied surveying, the Contractor shall provide all required survey work including such work as mentioned in Sections 1-05.4, 1-05.51-1-11 and elsewhere in these specifications as being provided by the Engineer. SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY THE FOLLOWING: 1-05.5 Construction Stakes (RC) If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work including such work as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying," per lump sum. 1-05.5 1 General (APWA, RCZ The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines slopes and grades as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform such work per Section 1-11 The Contractor shall assume full responsibility for detailed dimensions elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. Page-SP-3 Revision Date: May 19, 1997 1-05 Control of Wort: The Contractor shall provide a work site which has 1-05 Control of Work prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. Stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-I I SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(3). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for 'Contractor Supplied Surveying' per lump sum if that item is included in the contracts. 1-05.5(2) Roadway and Utility Surveys (APWA) The Engineer shall furnish to the Contractor one time only, or Contractor supplied surveyor will provide as needed, all principal lines, grades, and measurements the Engineer deems necessary for completion of the Work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading, 2. Curb grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains (with offsets, 50' max interval). On alley construction projects with minor grade changes, the Engineer or Contractor supplied surveyor shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall he slope staked to establish grade before offset hubs are set. 1-05.5(3) Bridge and Structure Surveys (APWA) For all structural work such as bridges and retaining walls the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations, match and fulfill the intended plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the Engineer: I. Centerline or offsets to centerline of the structure. 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances. 4. Monuments and control points as shown on the Drawings. The Contractor shall establish all secondary survey controls both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: 1. Stationing +.01 foot 2. Alignment +.01 foot (between successive points) 3. Superstructure Elevations +.0 1 foot (from plan elevations) 4. Substructure Elevations +.05 foot (from plan elevations) During the progress of the Work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members beine fabricated. 1-05.5(4) Contractor Supplied Surveying (RC) When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4, 1-05.5 and 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and Surveyor fail to provide as directed by the Engineer and/or these plans and specifications accurate As - Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense a surveyor to provide all As -Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied surveying from moneys owed to the Contractor. Page-SP-4 Revision Date: May 19, 1997 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as -built drawings shall be included in the lump sum price for "Contractor Supplied Surveying." 1-05.5 Contractor Provided As -Built Information It shall be the contractors responsibility to record the location prior to the backfilling of the trenches by centerline station, offset, and depth below pavement of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractors responsibility to have his surveyor locate by centerline station offset and elevation each major item of work done under this contract per the survey standard of Section F I L. Major items of work shall include but not be limited to: Manholes Catch basins and Inlets, Valves, vertical and Horizontal Bends Junction boxes Cleanouts, Side Sewers, Street Lights & Standards Hydrants Major Changes in Design Grade, Vaults Culverts Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as - built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. All costs for as -built work shall be included in the contract item "Contractor Supplied Surveying." THE VACANT SECTION 1-05.8 IS REPLACED BY. 1-05.8 Contracting Agency's Right to Correct Defective and Unauthorized Work (APWA) If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents the Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary, including the use of Contracting Agency forces. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation which in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation compensation for additional professional services required and costs for repair and replacement of work of others destroyed or damaged by correction removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this Section nor shall the exercise of this right diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees (APWA, RCJ If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions either correct such Work, or if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies and equipment purchased for, or incorporated in the Work Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. Section 1-05.11 is deleted and the first two sentences of the fourth paragraph of section 1-08.9 is deleted and replaced by the following: 1-05.11 Final Inspection (APWA) 1-05 11(1) Substantial Completion Date (APWA) When the Contractor considers the work to be substantially complete the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2 Only minor incidental work replacement of temporary substitute facilities or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion The Engineer may also establish the Substantial Completion Date unilaterally. Page-SP-5 Revision Dale: May 19, 1997 1-05 Control of Work 1-05 Control of Work If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection Date (APWA) When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete. That date shall constitute the Physical completion date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11 3 Operational Testing, (APWA) It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; buildings; or other similar work it may be desirable 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 Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which proves faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested 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 Completion Date cannot be established until testing, and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies and everything else needed to successfully complete operational testing, shall be included in the various contract prices related to the system being tested, unless specifically set forth otherwise in the Bid Form. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.12 Final Acceptance (APWA) The Contractor must perform all the obligations under the Contract before the Completion Date can be established A Certificate of Completion for the Work issued by the Contracting Agency will establish the Completion Date and certify the Work as complete. The Final Contract Price may then be calculated. The following must occur before the Completion Date can be established and the Final Contract Price calculated: 1. The physical work on the project must be complete. 2. The Contractor must furnish all documentation required by the Contract and required by law, necessary to allow the Contracting Agency to certify the Contract as complete. A Certificate of Completion for the Work, signed by the Contracting Agency, will constitute acceptance of the Work. The issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Failure of the Contractor to perform all of the Contractor's obligations under the Contract shall not bar the Contracting Agency from unilaterally certifying the Contract complete so the Engineer may calculate a Final Contract Price as provided in Section 1-09.9. SECTION 1-05.13 IS SUPPLEMENTED BY REVISING PARAGRAPH 7 TO READ: 1-05.13 Superintendents, Labor, and Equipment of Contractor (APWA) Whenever the Contracting Agency evaluates the Contractor's pwqualification pursuant to Section 1-02.1, the Contracting Agency will take these performance tk+as�reports into account. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power (APWA) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work. 1-05.17 Oral Agreements (APWA) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing. Page-SP-6 Revision Date: May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material SECTION 1-06.01(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-06.2(2) Statistical Evaluation of Materials for Acceptance UNLESS STATED OTHERWISE IN THE SPECIAL PROVISIONS STATISTICAL EVALUATION WILL NOT BE USED BY THE CITY OF RENTON. 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.1 Laws to be Observed (APWA) The Contractor shall indemnify, defend and save harmless the Contracting Agency (including any agents, officers, and employees) against any claims that may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the Project Site office, or other well known place at the Project Site all articles necessary for providing first aid to the injured. The Contractor shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or doctor's care, persons, including employees who may have been injured on the Project Site Employees should not be permitted to work on the Project Site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shalt have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant appliances, and methods and for any damage or injury resulting from their failure, or improper maintenance use or operation. The Contractor shall be solely and completely responsible for the conditions of the Project Site including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in on or near the Project Site. SECTION 1-07.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.2 State Sales Tax (APWA) 1-07.2(1) GENERAL (APWA) The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1- 07 2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases however, state retail sales tax will not be included. Section 1-07 2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount_ owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax - Rule 171(APWA) WAC 458-20-171, and its related toles, apply to building, repairing or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid Item prices or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax - Rule 170 (APWA) WAC 458-20-170 and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures upon real property. This includes but is not limited to, the construction of streets roads highways etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within and a part of a street or road drainage system; telephone telegraph electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property m or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools machinery, equipment or consumable supplies not integrated into the project Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. . 1-07.2(4) Services (APWA) The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in State Department of Revenue Rules 138 and 224). Page-SP-7 Revision Date: May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: 1-07.5(2) State Department of Fish and Wildlife& -of (APWA, SA) If the work in (1) through (3) above differs little from what the contract requires, the Contracting Agency will measure and pay for it at unit contract prices. But if contract items do not cover those areas, the Contracting Agency will pay pursuant to Section 1- 09.4. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-07.11(11) City of Renton Affidavit of Compliance (RQ Each Contractor Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. SECTION 1-07.13(l) IS SUPPLEMENTED AS FOLLOWS: 1-07.13(1) General (RC) During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer, the contractor shall be able to overcome them. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "STATE, COMMISSION, SECRETARY" OR "STATE" TO READ "CONTRACTING AGENCY." SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-07.15 Temporary Water Pollution Erosion Control (APWA , RC) If done according to the approved plan or the Engineer's orders, temporary water pollution/erosion control work will be measured and paid for pursuant to Section 4 49,41-04.1 through the lump sum item for "Temporary Water Pollution/Erosion Control.: If no pay item appears in the contract for "Temporary Water Pollution/Erosion Control" then all labor, materials, tools and equipment used to complete the work shall be considered incidental to other pay items in the Contract and no further compensation shall be made. In addition to other requirements in the Contract Documents this temporary work shall include, but is not limited to, the following water quality considerations: 1. Turbid Water Treatment Before Discharge: Determination of turbidity in surface waters shall be at the discretion of the Engineer; for Lake Class Receiving Waters, turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) over background conditions; for Class AA and Class A Waters, turbidity shall not exceed 5 NTU over background turbidity when the background turbidity is 50 NTLJ or less, or have more than a 10 percent increase in turbidity when the background turbidity is more than 50 NTU; for other classes of waters, refer to WAC 173-201- 045. The term turbidity means the optical property of sample demonstrating the scattering and absorption of light caused by suspended material as expressed in Nephelometric Turbidity Units and measured with a calibrated turbidimeter. Discharges to a State waterway caused by aggregate washing drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. Turbid water from the Project Site shall be treated before being discharged into stream or other State waters. Turbidity may be removed by the use of lagoons or holding ponds, settling basins overflow weir, polymer water treatment, discharging to ground surface by percolation, evaporation or by passing through gravel sand or fiber filters. 2. Erosion Control: Temporary erosion control shall be exercised by minimizing exposed areas and slopes until permanent measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. Other alternative methods for erosion control under certain situations may include netting, mulching with binder, and seeding. Should rutting and erosion occur the Contractor shall be responsible for restoring damaged areas and for clean-up of eroded material including that in ditches, catch basins, manholes, and culverts and other pipes. 3. Chlorine Residual: Water containing chlorine residual shall not be discharged directly into storm drains, streams, or State waters. Chlorine water may be discharged into sanitary sewers or disposed on land for perculation. Chlorine residual may be reduced chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. 4. Vehicle and Equipment Washing: Water used for washing vehicles and equipment shall not be allowed to enter storm drains streams or other State waters unless separation of petroleum products fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewers or allowed to be held on the ground for percolation A recirculation system for detergent washing is recommended Steam cleaning units shall provide a device for oil separation. 5 Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to waterways The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on tanks. Shut-off nozzles shall be provided on hoses Oil and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on oil and chemical spills. Fencing shall be provided around oil storage. Locks shall be provided on valves, pumps, and tanks. 6 Sewage: If a sanitary sewer line is encountered and repair or relocation work is required the Contractor shall provide blocking and sealing of the sanitary sewer line. Sanitary sewer flow shall be pumped out collected and hauled by tank truck or pumped directly to a sanitary system manhole for discharge. The existing sewers shall be maintained by the Contractor without interruption of service by the use of temporary sewer bypasses. In addition the excavated materials adjacent to and around a rupture of a sanitary sewer line shall be removed from the Project Site and Page-SP-8 Revision Date: May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1_07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site. Equipment and tools in contact with the above materials shall be washed by pressure water lines and the attendant wash water discharged into a sanitary sewer line for transmission to a sewage treatment plant. 1-07.16 Protection and Restoration of Property SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.16(1) Private/Public Property (RC) The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the rightess to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads detour roads or other temporary work as required by his operations The contractor shall confine his equipment, storage of material and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements right-of-way, over private property or franchise, shall be confined to the limits of such easements right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements All cultivated areas either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private fight -of - way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer contractors for all work including excavation and backfill on casements or rights- of- way which have lawn areas. All fences, markers, mail boxes, or other temporary obstacles shall be removed by the contractor and immediately replace after the trench is backfilled, in their original position The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights -of -way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements which is available at the Public Works Department Customer Services counter on the 4th floor, Renton Municipal Building 200 Mill Avenue South. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING: 1-07.17 Utilities and Similar Facilities (APWA, RC) In addition to the other requirements pursuant to RCW 19.122, an act relating to underground utilities and prescribing penalties the Contractor shall: 1. call the utilities underground location center for field location of the utilities; Call Before You Dig The 48 Hour Locators 1-800-424-5555 and 2 not begin excavation until all known underground facilities in the vicinity of the proposed excavation have been located and marked. Location and dimensions shown on the Plans for existing facilities are in accordance with available information without uncovering measuring or other verification. If a utility is known or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center then the Contractor shall give individual notice to that utility. If in the prosecution of the work it becomes necessary to interrupt existing surface drainage sewers underdrains, conduit, utilities similar underground structures or parts thereof, the contractor shall be responsible for and shall take all necessary precautions to protect and provide temporary services for same. The contractor shall at his own expense repair all damage to such facilities or structures due to this construction operation to the satisfaction of the City; except for City owned facilities which will be repaired by the utility department at contractor's expense or b the contractor as directed by the City. Page-SP-9 Revision Dale: May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance (RQ State Amendment to 1-07.18 is not used. Renton uses the following: SECTION 1-07.18(1) IS REPLACED WITH THE FOLLOWING: 1-07.18(1) General (RC) The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which _may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) wired on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herin will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Aeencv. SECTION 1-07.18(2) IS REPLACED WITH THE FOLLOWING: 1-07.18(2) Coverages (RC) As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting _Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. 2) Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3) The City may request a copy of the actual declaration pag,e(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4) Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies) terms conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: (1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be witten on an occurrence basis and include: • Premises and Operations (including CG2503• General Aggregate to apply per project, if applicable). • _Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles (3) Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number (4) Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e.architectural, engineering, advertising, or computer programming) 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) The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance, prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: 1) Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause (Cross Liability) 4) Policy may not be non -renewed canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. Page-SP-10 Revision Date: May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1 07.18(3) 'LIMITS' WITH THE FOLLOWING: 1-07.18(3) Limits (RC) LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 " Products/Completed Operations $2,000,000 #* Aggregate Each Occurrence Limit sl,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) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000.000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. SECTION 1-0718(4) IS REPLACED WITH THE FOLLOWING SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF INSURANCE'. 'Within 20 days of award of the contract the CONTRACTOR shall Drovide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1) City of Renton Insurance Information Form (attached herein) without modification. 2) Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1- 0718(2) and 1-07.18(3). as revised above. Other requirements are as follows: a Strike the following or similar wording: 'This Certificate is issued as a matter of information only 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 no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non -renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City Notification shall be provided to the Citv by certified mail For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. SECTION 1-07.20 IS REVISED AS FOLLOWS: 1-07.20 Patented Devices, Materials, and Processes (APWA) The Contractor shall assume all costs arising from the use of patented devices, materials, or processes used on or incorporated in the work, and agrees to indemnify, defend, and save harmless The Contracting Agency, and their duly authorized agents and employees from all actions of any nature for, or on account of the use of any patented devices, materials, or processes. SECTION 1-07.221S SUPPLEMENTED BY THE FOLLOWING: 1-07.22 Use of Explosives (APWA) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain comply with and pay for such permits and costs as are necessary in conjunction with blasting operations. When the use of explosives is necessary for the prosecution of the Work the Contractor's insurance shall contain a special clause permitting the blasting. 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH 1-07.23(1) Construction Under Traffic (RC) The contractor shall be responsible for controlling dust and mud within the proiect limits and on any street which is utilized by his equipment for the duration of the protect. The contractor shall be prepared to use watenng trucks, power sweepers and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust mud or unsafe practices and/or property damage to private Ownership will be transmitted to the contractor and prompt action in correcting them will be required by the contractor. Page-SP-11 Revision Date: May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Proeress SECTION 1-07.24 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.24 Rights of Way (APWA) Street right of way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to Bid opening all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL REFERENCES TO "COMMISSION, THE SECRETARY" OR "STATE" TO READ "CONTRACTING AGENCY. " SECTION 1-07.27 (APWA) IS REVISED BY CHANGING ALL REFERENCES TO "STATE" OR "SECRETARY" TO READ "CONTRACTING AGENCY." 1-08 Prosecution and Progress SECTION 1-08.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.1 Preliminary Matters (APWA) 1-08.1(1) Preconstruction Conference (APWA) The Engineer will furnish the Contractor with up to 10 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the Work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the Work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the Work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2 A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 4. A Project Schedule. 1-08.1(2) Subcontracting (APWA) Work done by the Contractor's own organization shall account for at least 30 percent of the Awarded Contract Price. Before computing this percentage however, The Contractor may subtract (from the Awarded Contract Price) the costs of any subcontracted work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests the Contractor shall provide proof that the subcontractor has the experienceability, and equipment the work requires Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07 9 and to furnish all certificates submittals and statements required by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of any contracting firms the subcontractor proposes to Page-SP-12 Revision Dale: May 19, 1997 1-08 Prosecution and 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor. When a subcontractor is responsible for construction of a specific structure or structures the following work may be performed by lower tier subcontractors without being subject to the 25 percent limitation: 1 Furnishing and driving of piling, or 2 Furnishing and installing concrete reinforcing and post - tensioning steel. Except for the 25 percent limit, lower tier subcontractors shall meet the same requirements as subcontractors. The Engineer will approve the request only if satisfied with the proposed subcontractor's prior record equipment, experience, and ability to perform the work. Approval to subcontract shall not: I Relieve the Contractor of any responsibility to carry out the contract, 2 Relieve the Contractor of any obligations or liability under the contract and the Contractor's bond, 3 Create any contract between the Contracting Agency and the subcontractor, or 4 Convey to the subcontractor any rights against the Contracting Agency. The Contracting Agency will not consider as subcontracting: (1) purchase of sand gravel crushed stone crushed slag, batched concrete aggregates ready mix concrete, off -site fabricated structural steel other off -site fabricated items, and any other materials supplied by established and recognized commercial plants; or (2) delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However, the State L&I may determine that RCW 39.12 applies to the employees of such firms identified in (1) and (2) above in accordance with WAC 296-127. If this should occur, the provisions of Section 1-07.9 as modified or supplemented, shall apply. The Contractor shall certify to the actual amounts paid to any Disadvantaged Minorityor Women's Business Enterprises firms that were subcontractors manufacturers regular dealers, or service providers on the contract. This certification shall be supplied with the Final Application for Payment on the form provided by the Engineer. If dissatisfied with any part of the subcontracted work, the Engineer may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the contract. 1-08.1 3 Hours of Work (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7.00 a.m. and 6.00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays Sundays or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7.00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9.00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays and holidays as working days with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Reimbursement for Overtime Work of Contracting Agency Employees (APWA, Where the Contractor elects to work on a Saturday, Sunday, or other holiday, or longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. SECTION 1-08.4 IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.4 Notice to Proceed and Prosecution of the Work APWA Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given bb the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until phystcal completion of the work There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. 1-08.1 4 Page-SP-13 Revision Date: May 19, 1997 1-09 Measurement and Payment SECTION 1-08.S IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09 Measurement and Pavment SECTION 1-08.9 IS REVISED PER SECTION 1-OS.11. 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, tho third Monday of%—januapy,..e--...,<< W M....,,,deay of Wbpjar�,,—Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non -working day and when they fall on a Sunday the following Monday will be counted as a non -working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in 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 previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. SECTION 1-08.10(1) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE PARAGRAPH S TO READ "CONTRACTING AGENCY. " SECTION 1-08.11 IS A NEK' SECTION: 1-08.11 Contractor's Plant and Equipment (RC) The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assume any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work (RC) The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall he liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 Measurement and Payment SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.1 Measurement of Quantities (RC) When items are specified to be paid for by ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector at the time of delivery of materials. Tickets not receipt by the Inspector will not be honored for payment. Where items are specified to be paid by the ton, the following system will be used: Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number. 2. Truck tare weight (stamped at source). 3. Gross truck load weight in tons (stamped at source), 4. Net load weight (stamped at source). 5. Driver's name and date. Page-SP-14 Revision Dale: May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. 7. Pay item number. 8. Contract number and/or name. The Contractor shall submit a breakdown of costs for each lump sum Bid Item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes The detailed cost breakdown of each lump sum item shall be submitted to the Engineer prior to the Preconstruction Conference. SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "MATERIAL RECEIVER" TO READ "ENGINEER." SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.3 Scope of Payment (APWA, RC) Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1- 04 1 then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the `payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site or, if specified in the Special Provisions delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL LABORATORY" TO READ "CONTRACTING AGENCY'S MATERIAL LABORATORY." SECTION 1-09.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-09.9 Payments (APNNA) 1-09.9(1) Progress Payments (APWA) Progress payments for completed work and material on hand Will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not more often than once a month) the Contractor shall submit to the Engineer for review an Application for Payment, filled out and signed by the Contractor, covering the work completed prior to the progress estimate cutoff date. The Application for Payment shall be accompanied by documentation supporting the Contractor's Application for Payment. If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites pursuant to the Contract Documents, the Application for Payment shall be accompanied by a bill of sale, invoice, or other documentation warranting that the Contractor has received the materials and equipment and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect the Engineer's interests therein. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment per Section 1-09.9(4). The value of the progress estimate will be the sum of the following: 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed multiplied by the Unit Price. 2 Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item. 3 Materials on Hand — 90 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1 Five (5) percent for retained percentage. 2 The amount of Progress Payments previously made. 3 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants issued by the Con acting Agency's fiscal officer, against the appropriate fund source for the project Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Page-SP-15 Revision Date: May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Pavment 1-09.9(2) Retainage (APWA,RCI Pursuant to RCW 60.28 there will be retained from monies earned by the Contractor on progress estimates a sum not to exceed 5 percent of the monies earned by the Contractor. Such retainage shall be used as a trust fund for the protection and payment (1) to the State with respect to taxes imposed pursuant to Title 82, RCW which may be due from such Contractor, and (2) the claims of any person arising under the Contract. Monies reserved under provisions of RCW 60.28 shall, at the option of the Contractor, be: 1. Retained in a fund by the Contracting Agency. 2. Deposited by the Contracting Agency in an interest - bearing account in a bank, mutual savings bank, or savings and loan association (interest on monies so retained may be paid to the Contractor). 3. Placed in escrow with a bank or trust company by the Contracting Agency. When the monies reserved are to be placed in escrow the Contracting Agency will issue a check representing the sum of the monies reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and securities chosen by the Contractor and approved by the Contracting Agency and the bonds and securities held in escrow. Interest on the bonds and securities may be paid to the Contractor as the interest accrues. The Contractor shall designate the option desired oi; th at least 10 working days prior to the first progress payment for the contract. The Contractor in choosing option (2) or (3) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The Contracting Agency may also, at its option, accept a bond for all or a portion of the contractor's retainage. Release of retained percentage will be made 60 days following the Completion Date (pursuant to RCW 39.12, RCW 39.76, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the Contracting Agency for the Contractor and all Subcontractors regardless of tier (RCW 39.12.040). In the event claims are filed the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for any reason below the minimum limit provided by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release" form in order for the Contracting Agency to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The Contracting Agency will ensure the Washington State Employment Security Department and any applicable Contracting Agency department or organization are notified of Contract completion in order to obtain releases from those departments or agency organizations. 1-09.9(3) Contracting Agency's Right to Withhold and Disburse Certain Amounts (APWA) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76 the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. Failure of the Contractor to perform anv of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.8) d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1 no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. Page-SP-16 Revision Date: May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not he liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. 1-09 9(4) Final Payment (APWA) Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contractor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1 to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2 for all things done or furnished in connection with the Work; 3 for every act and neglect by the Contracting Agency; and 4 for all other claims and liability relating to or arising out of the Work. A payment (monthly, final retainage or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract nor shall such payment preclude the Contracting Agency from recovering damages setting penalties or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work Such affidavit shall certify the amounts pair to the DB MBE or WBE subcontractors regardless of tier. On Federally -funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails refuses or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract the Contracting Agency reserves the right to establish a completion date and unilaterally accept the contract Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 or for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances and regulations — Federal State, or local — that affect the contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1- 05.12). 1-09.11 Disputes and Claims SECTION 1-09.11(2) IS REVISED AS FOLLOWS: 1-09.11(2) Claims (APWA) Failure to submit with the Final Application for Payment FiAal such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. SECTION 1-09.1](3) IS DELETED AND REPLACED BY THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction (APWA) This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of actions arising from this contract shall be in the Superior Court of the county where the work is performed. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the contractor has against the Contracting Agency arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the Contracting Agency. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutuallv agreed by the parties that when any claims or causes of action which a Contractor asserts against the Contracting Agency arising from this contract are filed with the Contracting Agency or initiated in court the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or actions. 1-09.13 Arbitration SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY REPLACING ALL REFERENCES TO "THURSTON COUNTY" WITH THE WORDS "KING COUNTY. " SECTION 1-09.13(3) IS SUPPLEMENTED BY ADDING: 1-09.13(3) Procedures to Pursue Arbitration (RC) The findings and decision of the board of arbitrators shall be final and binding on the parties unless the aggrieved parry, within 10 days challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington The grounds for the petition for review are limited to showing that the findings and decision: 1 Are not responsive to the questions submitted; 2 Is contrary to the terms of the contract or any component thereof; 3 Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidencc adduced at any such hearing. Page-SP-17 Revision Dale: May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-10 Temporary Traffic Control 1-10.1 General (RC) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, or streets. No work shall be done on or adjacent to the roadway until all necessary signs and traffic control devices are in place. These flaggers, signs, and other traffic control devices shall be used for the safety of the public, the Contractor's employees, and Contracting Agency's personnel and to facilitate the movement of the traveling public. They may be used for the separation or merging of public and construction traffic when in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the Engineer, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payments. The Contractor shall be responsible for providing adequate flaggers, signs, and other traffic control devices for the protection of the work and the public at all times regardless of whether or not the flaggers, signs, and other traffic control devices are ordered by the Engineer, furnished by the Contracting Agency, or paid for by the Contracting Agency. The Contractor shall be liable for injuries and damages to persons and property suffered by reason of the Contractor's operations or any negligence in connection therewith. When the bid proposal includes an item for `Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device• 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m. or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. 1-10.2 Traffic Control Management 1-10.2(1) General The Contractor shall desienate an individual or individuals to perform the duties of Traffic Control Manager (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified in worksite traffic control as evidenced by carrying a current flagging card issued by the State of Washington, Oregon or Idaho and/or other certification currently acceptable for a TCM or TCS position on WSDOT construction contracts. A TCM and TCS are re uq iced on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to the same Page-SP-18 Revision Date: May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control degree as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineers request at other than normal working hours. The TCM and TCS shall have appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 1-10 2(1)A Traffic Control Manager The duties of the Traffic Control Manager include: 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 2 Coordinating all traffic control operations, including those of subcontractors suppliers, and any adjacent construction or maintenance operations. 3 Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police fire control agencies, city or county engineering medical emergency agencies, school districts, and transit companies. 4 Overseeing all requirements of the contract which contribute to the convenience safety, and orderly movement of vehicular and pedestrian traffic. 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 available at all times on the project. 6 Attending all project meetings where traffic management is discussed. 7 Review TCS's diaries daily and be responsible for knowing" field" traffic control operations. 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. 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. The TCS's duties shall include: 1 Inspecting traffic control devices and nighttime lighting for proper location, installation, 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 inspected once during the nonworking hours when they are initially set up (during daylight or darkness whichever is opposite of the working hours). 2 Preparing a daily traffic control diary on DOT Forms 421- 040A and 421-04013 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. Include in the diary such items as: a When signs and traffic control devices are installed and removed, b Location and condition of signs and traffic control devices, C. Revisions to the traffic control pla clLighting utilized at night, and e. Observations of traffic conditions. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may 77 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. 4 Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging ng card by the TCS is mandatory. A reflective vest and hard hat shall be worn by the TCS. 1-10.2(2) Traffic Control Plans The traffic control plan or plans appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the traffic control plan except for emergency situations. The Contractor shall designate and adopt in writing the specific traffic control plan or plans required for their method of performing the work. If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.2(3) Conformance to Established Standards Flagging, signs, and all other traffic control devices furnished or provided shall conform to the standards established in the latest adopted edition of the "Manual on Uniform Traffic Control Devices" (MUTCD) published by the U.S. Department of Transportation and the Modifications to the MUTCD for Streets and Highways for the State of Washington. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Modifications to the MUTCD for Streets and Highways for the State of Washington may be obtained from the Department of Transportation, Olympia, Washington 98504. The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a sign or traffic control device becomes classified as "unacceptable__ it shall be removed from the project and replaced within 12 hours. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safe Service Association 5440 Jefferson Davis Hwy , Fredericksbur , VA 22407 telephone: (703) 898-5400 FAX (703) 898-5510. Page-SP-19 Revision Date: May 19, 1997 I -IU l emporary I rat Iic (-ontroI 1-10 I emporary Traffic Control 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 1-10.3(1) Traffic Control Labor The Contractor shall furnish all personnel for flagging and for the setup and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Prior to performing any traffic control work on the project, these personnel shall be trained with the video, "Safety in the Work Zone" produced jointly by WSDOT and Laborers' International Union of North America. The video is available from WSDOT's Engineering Publications Office, Transportation Building. Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. Workers engaged in flagging or traffic control shall wear reflective vests and hard hats. During hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests and other apparel shall be in conformance with Section 1- 07.8. During hours of darkness flagger stations shall be illuminated to ensure that flaggers can easily be seen without causing glare to the traveling public. The Contractor shall furnish the MUTCD standard Stop/Slow paddles (18 inches wide, letters 6 inches high, and reflectorized) for the flagging operations. When the bid proposal includes an item for "Traffic Control Labor," the work covered by this item shall be limited to the labor required in the "work areas" defined in Section 1-10.5 for: 1. Flagging; 2. Handling the Class B construction signs and other temporary traffic control devices only for: a. Set up and removal; b. Relocation to and from temporary storage, provided that, the use and location of the temporary storage is approved by the Engineer; C. Relocation on the project, provided that, the new locations are in accordance with the contract plans, approved traffic control plan, or the orders of the Engineer, and d. Cleaning up and removing construction signs and traffic control devices on the project that are damaged or destroyed by a third party, 3. Operating the vehicle(s) described in Section 1-10.3(2) while transporting the Class B construction signs and other temporary traffic control devices; and 4. Cleaning the Class B construction signs, the other temporary traffic control devices, and the Class A construction signs, when they become illegible because of weather or other conditions and the Engineer orders them to be cleaned. 5. Spotters to warn work crews of impending danger from public traffic, when approved by the Engineer. The hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Any work described under this section performed by a Traffic Control Supervisor will not be paid as "Traffic Control Labor" but will be covered by the item "Traffic Control Supervisor" per hourday. 1-10.3(2) Traffic Control Vehicle When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for transporting signs shall be limited to: I. Set up and removal, 2. Relocation to and from temporary storage, provided that, the use and location of the temporary storage is approved by the Engineer, and 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, approved traffic control plan, or the orders of the Engineer. The traffic control vehicle shall be equipped with a roof or post -mount flashing amber light visible for 360 degrees. 1-10.3(3) Construction Signs All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards, will be furnished by the Contractor No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All etwf—costs for the work to provide Class A or Class B construction signs shall be included in Page-SP-20 Revision Date: May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control the unit contract price for the various other items of the work in the bid proposal. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to he unacceptable, while their use is required on the project, shall be replaced by the Contractor without additional compensation. 1-10.3(4) No Passing Zones The striping of no passing zones that are to be obliterated in excess of 150 feet by paving operations shall be replaced by "Do Not Pass" and "Pass With Care" signs. The signs shall be located not less than 2 feet outside the usable shoulder nor less than 7 feet above the edge of pavement. The number of necessary signs will be specified in the contract provisions. The Contractor shall provide posts and install the Contracting Agency -furnished signs. The signs shall be maintained by the Contractor until construction operations are complete. When the project includes striping by the Contractor, the signs and posts shall be removed by the Contractor when the no passing zones are reestablished by striping. The signs shall be returned to the Contracting Agency, and the posts will become the property of the Contractor. When the Contractor is not responsible for striping, the posts and signs shall become the property of the Contracting Agency and will be removed by Contracting Agency forces when the no passing zones are reestablished by striping. Payment to perform the work required for this subsection will be under the item "Construction Sign Class A." 1-10.3(5) Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer needed on the project. 1-10.3(6) One -Way Piloted Traffic Control Through Construction Zone The construction sometimes requires that traffic be maintained on a portion of the roadway during the progress of the work using one-way piloted traffic control. If this is the case, the Contractor's operation shall be confined to one-half the roadway, permitting traffic on the other half. If, in the opinion of the Engineer, one-way piloted traffic control is necessary, it shall be provided for in one of the following manners: Contractor -Furnished One -Way Piloted Traffic Control. The Contractor shall furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished by the Contractor. When the bid proposal includes an item for "Contractor Piloted Traffic Control," measurement and payment will be as provided in Section 1-10.4 and 1-10.5. As conditions permit, the Contractor shall, at the end of each day, leave the work area in such condition that it can be traveled without damage to the work, without danger to traffic, and without one-way piloted traffic control. The Engineer will be the sole judge as to whether or not piloting can be dispensed with after working hours. If piloting is required after working hours due to carelessness or negligence on the part of the Contractor to properly condition the work at the end of the day, such piloting costs shall be borne by the Contractor. If the Contracting Agency is furnishing the piloting, the costs charged to the Contractor will include the pilot car, the pilot car driver, and the two flaggers. The Contractor shall be responsible for protection of the work and traffic at all times regardless of flagging and pilot car services furnished by the Contracting Agency, and the Contractor shall be liable for damages and injuries suffered by reason of the Contractor's operations or any negligence in connection therewith. 1-10.4 Measurement RC (SA) No specific unit of measurement will apply to the lump sum item of "Traffic Control". T-..CF:,. "..1 1. bo; will be b3' the hol-1r Wr 8"Gh r..,,,r n r,.,�.. zctual4, P0rferming—tho urerkdowFibed---;A 1-10.5 Payment Payment for all labor, materials and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when L%ay ai;@ included in the proposal: "Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing installing, maintaining and removing traffic control devices required by the contract and as directed by the Engineer to conformance with accepted standards and in such a manner as to Page-SP-21 Revision Date: May 19, 1997 1-I I Renton Surveving Standards I -I l Renton Surveying Standards maximize safety, and minimize disruption and inconvenience to the uP blic. Progress payment for the lump sum item "Traffic Control" will be made as follows: a. When in initial waming signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. b. Pavment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. The Lump Sum uait�-ccontract price up shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any etas pilot car operation. Any necessary flaggers will be paid under the item for traffic control 1-bop. The Lump Sum unit contract price poi heup shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. aveFkt The Lump Sum unit. -contract price pa-sglww -feet#' panes area -shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency - furnished signs The Lump Sum trait -contract price perheu; 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. The Lump Sum unit -contract price peF day shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). When the bid proposal does not include an item for any necessary traffic control, all costs for traffic control shall be included, by the Contractor, in the unit contract price for the various other items of work in the bid proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the end of construction sign. Any warning signs for side roads on the approved traffic control plan are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the Engineer for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the contract. 3. The initial point of entry to or crossing of the public road system from Contracting Agency -furnished quarry, pit, borrow, or waste sites, or from Contracting Agency- fumished haul roads serving those sites, when outside the limits in 1 above. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside the limits of 1, 2, and 3 above. 1-11 Renton Surveying Standards 1-11.1(1) Resmnsibility for survevs (RC All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. Ail surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Eneineers and Land Survevors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision (RCJ The horizontal component of all surveys shall have as _ its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys Page-SP-22 Revision Date: May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1 1989 or comparable classification in future editions of said document.. The vertical component of all surveys shall be based on NAVD 1988 the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project one must be set on or near the project in a permanent mariner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing as well as a description of any bench marks established. 1-11 1(3) Subdivision Information (RC) Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments measurements, and methodology used in that retracement. 1-11.1(4) Field Notes (RC) Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description Point numbers shall be unique within a complete job The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11 1(5) Corners and Monuments (RC) Comer A point on a land boundary, at the juncture of two or more boundary lines A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one - sixteenth corners; and • Any permanently monumented boundary, right of way alignment or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11 1(6) Control or Base Line Survey (RC) Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads sidewalks bridges utility lines or appurtenances, signal or light poles or any non -single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and upon their review and acceptance per the specific requirements of the project the original will be recorded with the King County Recorder. If recording is not required the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards American Public Works Association symbols shall be used whenever possible and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes) a brief description of the point and northing, casting and elevation (if applicable) values all to ASCII format, on IBM PC compatible media. 1-11 1(7) Precision Levels (RC) Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1- Vertical surveys for the establishment of bench marks shall meet or exceed the standards specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1 11 1(8) Radial and Station — Offset Topography (RQ Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1 1 I 1 herein shall be observed for all topographic surveys. Page-SP-23 Revision Date: May 19, 1997 1-1 l Kenton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(9) Radial Topography (RC) Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station —Offset Topography (RC) Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(I1) As -Built Survey (RC) All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as -built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as -built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as -built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as -built' drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as -built" surveys. 1-11.1(12) Monument Setting and Referencing (RC) All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such markets are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record e.g.,"Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1-11 2(1) herein. All non corner monuments, as defined in 1-11.1(5) shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections center points of cul de sacs shall be set. If the point of intersection PI for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (Pn point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners (RC) Corners per I-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the survevor at the time of installation. 1-11.2(2) Monuments (RC) Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. Page-SP-24 Revision Date: May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork 2-02 Removal of Structures and Obstructions SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs (RC) In removing pavement, sidewalks, and curbs, the Contractor shall: 1. Haul broken -up pieces to some off -project site. 5 When an area where pavement has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they '' tg ► e ai;d ,f ,h 3, are AAt mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: 2-02.5 Payment (RC) 2. "Saw Cutting" per Lineal Foot. 3. "Remove Sidewalk", per Square Yard. 4. "Remove Curb and Gutter", per Lineal Foot. 5. "Cold Mix", per To 6 "Remove Asphalt Concrete Pavement," per square yard. 7 "Remove Cement Concrete pavement," per square yard. 8 "Remove existing " per All costs related to the removal and disposal of structures and obstructions including saw cutting excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. 2-03 Roadway Excavation and Embankment SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3 Construction Requirements (RC) Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed either manually or by means of electronic data processing equipment by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Anv excavation or embankment beyond the limits indicated in the Plans unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain compacting the native materials and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials to the optimum moisture content If sufficient acceptable native soils are not available to complete construction of the roadway embankment. Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determined by the Engineer, are not available to complete construction of the roadway embankment Gravel Borrow meeting the requirements of Section 9-03 14 of the Standard Specifications shall be used. SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.4 Measurement (RC) The Contracting Agency will use the following methods to measure work performed unless specific exceptions in other sections provide otherwise: Page-SP-25 Revision Date: May 19, 1997 2-04 flaul 2-09 Structure Excavation 1. At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the 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 2-03.5 IS REVISED AS FOLLOWS: 2-03.5 Payment (RC) Payment will be made for the following bid items when they are included in the proposal: 1. "Roadway Excavation" or "Roadway Excavation — Area A (B, C, etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below subgrade, that part below the 2-foot depth shall be paid for as provided in Soct+ea-I -04,4 Item 3 of this payment section. In this case, all items of work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard shall be full pay for excavating, loading, placing, or otherwise disposing of the material. t_The unit contract price per cubic yard shall include haul. 3. "Unsuitable Foundation Excavation", per cubic yard. The unit contract price per cubic yard for "Unsuitable Foundation Excavation" shall be full pay for excavating, loading, and disposing of the material. Chown ag 4AGludiAg Will in _The unit contract price per cubic yard shall include haul. 7. tt99dadr Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 Haul SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2-04.5 Payment (RC) All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 Subgrade Preparation SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Payment (RC) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid nnces. 2-09 Structure Excavation SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-09.1 Description (RC) This work also includes the excavation, haul and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3 Construction Requirements SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 2-09.3(1)D Disposal of Excavated Material (RC) All costs for disposing of excavated material within the project limits shall be included in the unit contract price for structure excavation, Class A or B. If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2-09.4 Measurement (RC) Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1- 09.2. Gravel backfill used for pipe bedding shall be incidental to the installation of the pipe or paid for as other gravel backfill unless a specific separate pay item is included in the contract for gravel backfill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2-09.5 Payment Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or Page-SP-26 Revision Date: May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. Page-SP-27 Revision Date: May 19, 1997 3 No supplemental specifications were necessary J No supplemental specifications were necessar Division 3 Production From Quarry and Pit Sites and Stockpiling 3 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. Division 4 Bases 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 4. Page-SP-28 Revision Dale: May 19, 1997 "4 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 Surface Treatments and Pavements 5-04 Asphalt Concrete Pavement SECTION 5-O4.3(8)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 5-04.3(8)A Acceptance Sampling and Testing (RC) 1. General. Acceptance of asphalt cement concrete shall be s� -provided underr,121isticzloF a nonstatistical acceptance. Determination of­4wi&4Q&1--e; nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shallwig be evaluated for quality of gradation on a dailyWt basis by the Contractor. This gradation analysis shall be based on WSDOT Test Method 104 and the results delivered to the Contracting Agency by noon of the following working day. This information shall be used by the Engineer to evaluate conformance with Section 9-03.8(6)A.2—vW Aasphalt content shall be tested at the Eongineer's discretion if the Compaction Pay Factor (Section 5- 04.3(10)B) falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes greater than 1/4" and t2`Yo for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the Contractor. If the t-Test results vary from the Contractor's data as* -within the rangesabov then the cost of sampling and testing will be borne by the Contracting A enc grill -be 04a11a4044a; gwlit3 of- g;aduign only, TOW Vr 2. Aggregates. _Aggregates will be accepted for sand equivalent and fracture based on their conformance to the requirements of Section 9-03.8(2). oual�atier�. 3 Asphalt Cement Asphalt Cement will be accepted €eF lost& -based on 4hai&-conformance to the requirements of Section 9- 02 1(43) Testing of asphalt properties to assure certification shall be the responsibility of the contractor. If the vendor or grade of the asphalt cement changes a new job mix formula (JMF) shall be evaluated and approved. 43. Asphalt Concrete Mixture A. Sampling (1) A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. (2) s- oWhen a sample from uncompacted mix is needed the Contractor shall ensure that the samples can —be obtained in accordance with WSDOT Test Method 712. l +liag h;Qla B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lots& isghall-be defined as the total quantity of material or work produced for each job mix formula (JMF). Only one lot per JMF is expected to occur.-feF ex she The JMF is defined in Section 9- 03.8(6)A (Basis of Acceptance). The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Sampling and testing for nonstatistical acceptance shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available. of all D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance uwirii for compliance Qf asph 19 GGru" will use the Nuclear Asphalt Gauge Procedure; WSDOT Test Method 722-T. When sample testing of gradation is necessary, Aacceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation using Alternate Solvent Procedure; WSDOT Test Method 723-T. E. Reject Mixture (1) Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. (2) Rejection_ -by Engineer Without Testing���iRg The Engineer may, without sampling, reject any batch load, or section of roadway Page-SP-19 Revision Date: May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement u�taF. that appears defective in gradation or asphalt c."Rwn content. Material rejected before placement shall not be incorporated into any" pavement. Any rejected section of compacted Feadaua!�pavement shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Ccontractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Representative samples to be removed for testing from compacted pavement shall be removed by coring. is Ogg than 0 75, 1;Q Payment will be made �gi: !he Foj@G _Acceptance of the initially rejected suspsctad material will use the acceptance sampling and testing methods. If the material does not fall within the job mix formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be borne by the Contractor. The rejected material must be removed and replaced with new material at no expense to the Contracting Agency. If the material falls within the job mix formula tolerances, the mix will be accepted for quality of mix but will remain subject to the compaction adjustment of Section 5-04.3(10) and all costs associated with sampling and testing will be borne by the Contracting Agency. Shn'! be 25-paFcaut. SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10)A General (RC) The Contractor shall not use vibration when compacting on a street where A.C. Line (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to identify locations of A.C. lines.) SECTION 5-04.3(10)B IS REVISED AS FOLLOWS 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be 924.0 percent of the reference maximum density UvchW :705. _The reference maximum density shall be determined as that developed in the job mix formula (JM If the Contractor chooses, a moving average of the three most recent tests of maximum density may be determined through the use of WSDOT Test Method 705 by the Contractor at the Contractor's expense. The specified level of density attained will be determined by the average statistical evalu at tea- of three 4" nuclear density gauge tests taken in accordance with WSDOT Test Method 715 on the day the mix is placed (after completion of the finish rolling) at locations determined by random_ within each density lot lass. The Engineer will furnis a copy of the results of all acceptance testing performed in the field as soon as the results are availabl Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- 04.5(1)B. — daWFtaiaad. For compaction lots falling below a CPF of 1.00 pay "G&QF and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. Uzli-A-copal a4a; �viag.—When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, tThe cost for tl�a-coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent the cost for coring and testing shall be home by the Contracting Agency. ta-ef At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design. Page-SP-30 Revision Date: May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain a ig yen quality level corresponding to a pay factor of 1.00 or greater referenced to the specified minimum density (92.1• percent of the reference maximum density h4ethed-5). If a compaction test section is requested, a Compaction pay factor of 1.00 shall apply until compatibility is proven. Following determination of compactibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compactible. Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of three S randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with this ion, considering it as a separate-sublotlet. SECTION 5-04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) "Mist and/or Driveway Asphalt Conc. ApppgiiGh Cl. per ton. This item when included in the contract includes asphalt paving for areas such as driveways and traffic islands that are not part of other paving work. 7eb J ust SECTION 5-04.5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS IS DELETED. SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5(1)A Price Adjustments for Quality of AC Mix (RC) Nonstatistical Acceptance -Each lot of asphalt concrete pavement produced and having all constituents falling within the limits of the job mix formula shall be accepted at the unit contract price. If the constituents of the mix fall outside the limits of the iob mix formula, the mix shall not be accepted (see Section 5-04.3(8) Rejection of Mixture). SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 5-04.5(1)B Price Adjustments for Quality AC Compaction (RC) For each sublot a Compaction Pay Factor will be determined based on the relative density of the tests. The following table lists the Compaction Pay Factors and their associated relative density. JA Relative Densitv Compaction Pay Factor (average of three tests) z: 2.0 1.00 91.5 0.99 91.0 0.95 90.5 0.91 90.0 0.85 89.5 0.80 89.0 0.75 Page-SP-31 Revision Date: May 19, 1997 6-12 Rockeries 6-12 Rockeries Rock selection and placement shall be such that there will be Division 6 Structures SECTION 6-12 1S A NEW SECTION 6-12 Rockeries 6-12.1 Description (RC) The work described in this section, regardless of the type of materials encountered, includes the excavation and shaping of the cut or fill slopes and furnishing and constructing rockeries/rock retaining wall where shown on the plans or where directed by the engineer. 6-12.2 Materials (RC) Rock walls shall be formed of larger pieces of quarried basalt, andesite or other igneous rock. Individual pieces of rock shall be sound and resistant to weathering. When broken into pieces weighing 50 to 150 grams and tested for soundness with sodium sulphate in accordance with aashto 004, the loss through a one - inch sieve after 6 cycles shall not exceed 35% by weight. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. No stone shall be used which does not extend through the wall. The rock material shall be hard, sound, durable and free from weathered portions, seams, cracks and other defects. The rock density shall be a minimum of 160 pounds per cubic foot. The source of supply and representative samples of the material shall be approved by the engineer before delivery to the site. The rock walls shall be constructed of one-man rocks. (85 to 300 pounds) each 10" in its least dimension; two -man rocks, (300 to 600 pounds) each 13" in its least dimension; three-man rocks (800 to 1,200 pounds) each 16" in its least dimension; four -man rocks (1,500 to 2,200 pounds) each 18" in its least dimension. The rocks shall range uniformly in size for each classification specifies. The four -man rocks shall only be used for the first course of rock in walls over 6 feet in height. 6-12.3 Construction Requirements (RC) The rock unloading at the site will be done in such a manner as to segregate the rock by the size ranges indicated in the preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. 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 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 inch square probe. 6-12.3.1 Rockery Backfill (RC) The wall backfill shall consist of 1-1/2 inch minus crushed rock or gravel conforming to section 9-03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of rocks placed. The backfill will be placed after each course of rocks. Any backfill material on the bearing surface of the rock course will be removed before setting the next course. 6-12.3.2 Drain Pipe (RC) A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown in the standard plans, and connected to the storm drainage system where shown. 6-12.3.3 Rejection Of Material (RC) The inspector will have the authority to reject any defective material and to suspend any work that is being improperly done, subiect to the final decision of the engineer. All rejected material will be removed from the construction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. 6-12.4 Measurement (RC) Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall and rounded to the nearest square yard. 6-12.5 Payment (RC) Pavment will be made under the item "rock retaining wall per square yard. The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place and shall include all work, materials and equipment required to complete the installation, including drainage pipe and all other items. Page-SP-32 Revision Date: May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7-01 Drains SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-01.2 Materials (RC) Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. SECTION 7-01.3 IS REVISED AS FOLLOWS: 7-01.3 Construction Requirements (RC) PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands as recommended by the manufacturer of the tubing. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. SECTION 7-01.4 IS SUPPLEMENTED ADDING THE FOLLOWING: 7-01.4 Measurement_RCI When the contract does not include 'structure excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 Culverts SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-02.2 Materials (RC) Materials shall meet the requirements of the following sections: Plain Concrete Culvert Pipe 9-05.3(1) Reinforced Concrete Culvert Pipe 9-05.3(2) Beveled Concrete End Sections 9-05.3(3) Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass SECTION 7-03.2 IS REVISED AS FOLLOWS: 7-03.2 Materials (RC) Materials shall meet the requirements of the following sections: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment I 9-05.6(8) Corrugated Aluminum 9-05.6(8) Reinforcing Steel 9-07 SECTION 7-03.5 IS REVISED AS FOLLOWS: 7-03.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear foot with Asphalt Treatment I. "St. Str. Plate Pipe Arch _ Gage _ Ft. _ In. Span", per linear foot with Asphalt Treatment I. "St. Str. Plate Arch _ Gage _ Ft. _ In. Span", per linear foot with Asphalt Treatment I. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. If no bid item for Structure Excavation Class A or Structure Excavation Class B including haul is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Shoring or Extra Excavation Class B". If it is not in the contract then it shall be incidental. 7-04 Storm Sewers SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-04.2 Materials (RC) Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated_er corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Page-SP-33 Revision Dale: May 19, 1997 7-05 Manholes, Inlets, and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)B Pipe Bedding (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pip 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(2 )A IS REVISED AS FOLLOWS: 7-04.3(2)A Survey Line and Grade (RC) Survey line and grade will be provided by the Engineer or contractor in a manner consistent with accepted practices and these specifications. SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. SECTION 7-04.4 IS REVISED AS FOLLOWS: 7-04.4 Measurement (RC) The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole to center of manhole or from the center of catch basin to center of catch basins and similar type structures. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS FOIJ.,O W.S: 7-04.5 Payment (RC) The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items_ SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements (RC) All manholes shall have eccentric cones and shall have ladders. SECTION 7-05.3(I) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar mariner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical road way section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture density, and uniformity of grade The joint between the Page-SP-34 Revision Date: May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. SECTION 7-05.3(2) IS REVISED AS FOLLOWS. 7-05.3(2) Abandon Existing Manholes (RC) Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes (RC) Where shown on the plans new drain pipes shall be connected to existing line catch basin curb inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new pipe to fit and regrout the opening in a workmanlike [Wanner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. A "Connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. SECTION 7-05.4 IS REVISED AS FOLLOWS: 7-05.4 Measurement Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no furthur compensation shall be made. Adjustment of existing structures and miscelaneous items such as valve boxes shall be measured by "Adjust Existing ," per each which shall be full pay for all labor and materials including all concrete for the completed adjustment in accordance with Section 7-05.3(1) and the City of Renton Standard Details. Connection to existing pipes and structures shall be measured per each. SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-05.5 Payment (RC) "AdjustA� Existing " per each. The unit contract price per each for "Adjust Existing " shall be full pay for all costs necessary to make the adjustment including restoration of adjecent areas in a manner acceptable to the Engineer. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Structure excavation for concrete inlets and area inlets is considered incidental to the cost of the inlets and shall be included in the unit contract price for the concrete inlet and the area inlet. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 7-08 General Pipe Installation Requirements SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS. 7-08.3(1)C Pipe Zone Bedding (RC) (SA) Hand compaction of the bedding materials under the pipe haunches will be required Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: 7-08.3(2)E Rubber Gasketed Joints.(RC) In laying pipe with rubber gaskets, the pipe shall be handled carefully to avoid knocking the gasket out of position or contaminating it with foreign material. Any gasket so disturbed shall be removed, cleaned, relubricated if required, and replaced before joining the sections. The pipe shall be properly aligned before joints are forced home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint Page-SP-35 Revision Dale: May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Contracting Agency. Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. Care shall be taken to properly align the pipe before joints are entirely forced home. During insertion of the tongue or spigot, the pipe shall be partially supported by hand, sling or crane to minimize unequal lateral pressure on the gasket and to maintain concentricity until the gasket is properly positioned. Since most gasketed joints tend to creep apart when the end of the pipe is deflected and straightened, such movement shall be held to a minimum once the joint is home. SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: 7-08.3(2)J Placing PVC Pipe In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter -collar will be used at the point of connection. 7-08.3(2)A Survey Line and Grade Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 ERg;Rii1@Fin a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying (RC) Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight -tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. 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. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap wood or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and/or the grades. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Sewer Line Connections (RC) Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core -drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns -Manville Asbestos -Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 7-08.4 Measurement (SA) Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09r, or by the TON. Concrete for plugging existing pipes will be measured by the cubic yard for the volume which would be required to completely fill the pipe for a distance of two diameters. Computation for corrugated metal pipes will be based on the nominal diameter. Excavation of the trench will be measured as structure excavation Class B or structure excavation Class B including haul, by the cubic yard as specified in Section 2-09. When excavation below grade is necessary, excavation will be measured to the limits ordered by the Engineer. Embankment construction before culvert placement under the applicable provisions of Section 7-08.3(1)A will be measured in accordance with Section 2-03. Shoring or extra excavation class B will be measured as specified in Section 2-09.4. Page-SP-36 Revision Date: May 19, 1997 7-10 Trench Exc., Bedding, and Backfill for Water Nlains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains 7-08.5 Payment I (SA) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations", per cubic yard, or Ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. "Commercial Concrete", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Unless specifically identified and provided as separate items, structure excavation dewatering and backfil ling, shall be incidental to pipe installation and no further compensation shall be made. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the contract, then it shall be incidental. 7-10 Trench Exc., Bedding, and Backfill for Water Mains SECTION 7-10.4 IS REVISED AS FOLLOWS: 7-10.4 Measurement (RC) Measurement of bank run gravel for trench backfill will be by 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 accordance with Section 1-09. 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-10.5 Payment (RC) ywd Payment for "removal and replacement of unsuitable material" will be considered incidental to or calculated under other bid items and no further compensation will be trade. 4. "Bank Run Gravel for Trench Backfill", per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill" shall be full pay for all work to furnish, place, and compact the material in the trench. Also included in the unit contract price is the disposal of excess and unusable material excavated from the trench. 6. "Foundation Material" , per ton or cubic yard. Payment at the unit contract price for "foundation material" shall be full compensation for excavating and disposing of the unsuitable material and replacing with the appropriate foundation material per Section 9-30.713(1). 7-11.3 Construction Details (RC) 7-11.3(4) Laying of Pipe on Curves SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS: 7-11.3(4)A Ductile Iron Pipe (RC) Long radius (500feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) (RC) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN REVISED AS FOLLOWS: 7-11.3(6) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement tThe Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed • on all appurtenances such as pipe laterals couplings, fittings, and valves with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND REPLACED BY THE FOLLOWING 7-11.3(7) Laying Steel Pipe_RC� Steel pipe shall not be used. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-11.3(9)A Connections to Existing Mains (RC) The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system *A&hQu4-spoci4C Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be don_ e by City forces as provided below: City Installed connections: Page-SP-37 Revision Date: May 19, 1997 7-11 Pine Installation for N'ater Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the drawings. The contractor must verify all existing piping, dimensions and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two -week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut -down of the existing water mains. The City reserves the right to re -schedule the connection if the work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled on site. The Contractor shall provide all saw -cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de -watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS FOLLOWS: 7-11.3(11) Hydrostatic Pressure Test (RC) A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If 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 expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks -shall be removed and plugged. The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow the escape of air and allow the lining of the pipe to absorb water. The State will furnish the water necessary to fill the pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for a minimum of two hours, and then pumping the main up to the test pressure again. During the test, the Section being tested shall be observed to detect any 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 concentration of 50 mg/l. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be 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 registering I gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined as follows: Acceptability of the test will be determined by two factors as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline*- in GPI1 Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P 7400 in which L = Allowable leakage, gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi SECTION 7-11.3(12)A SHALL BE REVISED AND SUPPLEMENTED AS FOLLOWS: 7-11.3(12)A Flushing and "Poly-pigging"(RC) Sections of pipe to be disinfected shall first be #lt,rh@dpolY- pigged to remove any solids or contaminated material that may have become lodged in the pipe. If nQ ti ' is ^"'tt0A "' 'he ORA of-�he main cannot be "poly -pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly -pig" shall be equal to Girard Industries Aqua - Swab -AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "POLY-P shall be cylinder shaped with bullet nose or squared end. Dechlorination of all water used for disinfection shall be accomnlished in accordance with the Citv's standard detail. Water containing chlorine residual in excess of that carried in the existing water system shall not be disposed into the storm drainage system or any water way. Page-SP-38 Revision Dale: May 19, 1997 -i r f pi— I.,orollofinn fnr Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND REPLACED WITH: 7-11.3(12)D Dry Calcium Hypochlorite (RC) Dry calcium hypochlorite shall not be placed in the pipe as laid. SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: 7-11.3(12)K Retention Period (RC) Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/l. SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: 7-11.3(12)N Final Flushing and Testing (RC) Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ADDING THE FOLLOWING: 7-11.3(13) Concrete Thrust Blocking and Dead -Man Block (RC) Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around ioints 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 rods installation and removal of formwork. Blocking shall be commercial concrete (hand mixed concrete is not allowed) and poured in place. SECTION 7-11.3(15) IS A NEW ADDITIONAL SECTION: 7-11.3 1 Joint Restraint Systems (RC) General: Where shown on the plans or in the specifications or required by the engineer joint restraint system (shackle rods) shall be used. all joint restraint materials used shall be those manufactured by star national products 1323 holly avenue PO box 258 Columbus Ohio 43216 unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: High strength low -alloy steel(cor-ten) ASTM A242, heat - treated superstar "SST" series. High strength low -alloy steel(cor-ten) ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242 type 2, zinc plated or hot -dip galvanized SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints ASTM A325, type 31), except tensile strength of full -body threaded section shall be increased to 40,000 lbs minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints same ASTM specification as SST 7. SST 77: 3/4" same as SST 7 except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563 grade C3 or zinc plated. S8: 5/8" and 3/4", ASTM A563 grade A zinc plated or hot -dip galvanized Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot - dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3 S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242 type 2• ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher• round flat washers zinc plated or hot -dip galvanized SS17: ASTM A242 F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install necouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4".....................................2 6" 2 8"...........................................3 10............................................4 12"........................................... 6 14............................................ 8 16.............................................. 8 18............................................ 8 20............................................ 10 24............................................14 30............................................. (16-7/8"rods) 36" ................ (24-7/8-rods) Where a manufactures mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no tun of restrained pipe shall be greater than 60 feet in length between fittings Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Page-SP-39 Revision Dale: May 19, 1997 7-12 aloes for e ater Mains 7-12 aloes for N� ater Mains Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods2 and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional navment shall be made. SECTION 7-11.4HAS BEENSUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead -man blocks will be per cubic -yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead -man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the plans. SECTION 7-I1.5 HAS BEEN REVISED AS FOLLOWS: 7-11.5 Payment (RC) "_Pipe for Water Main and Fittings _In. Diam.", per lineal foot. The unit contract price per linear foot for each size and kind of "_Pipe for Water Main — In. Diam." shall be full pay for all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, installation of polyethylene wrap, cleaning by poly -pigs, vertical crosses for insertion and removal of poly -pigs, temporary thrust blocks and blow -off assemblies, testing, flushing, disinfecting the pipeline shackle rods, abandoning and capping existing water mains, removing miscellaneous pipes, removing and salvaging existing hydrant assemblies, and other appurtenances to be abandoned as shown on the plans, and cleanup. "Concrete Thrust Blocking and Dead -Man Blocks", per cubic yard. The unit contract price bid for "Concrete Thrust Blocking and Dead -Man Block" Shall be for the complete cost of labor, materials, equipment for the installation of the concrete thrust blocks and dead- man blocks, including but not limited to excavation, dewatering, haul and disposal of unsuitable materials concrete, reinforcing steel, shackle rods and formwork. If this item is not included in the contract schedule of prices then thrust blocking and dead -titan blocks shall be considered incidental to the installation of the pipe and no further compensation shall be made. "Connection to Existing Water Mains", per each. The unit contract price per each connection to existing water mains shall be for complete compensation for all equipment labor, materials required for the connections to the existing water mains. 7-12 Valves for Water Mains SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: SECTION 7-12.3(1) HAS BEEN REVISED AS FOLLOWS: 7-12.3(1) Installation of Valve Marker Post (RC) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. SECTION 7-12.3(2) IS A NEW SECTION: 7-12.3(2) Adjust Existing Valve Box to Grade RC Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall include but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one- fourth inch (1/4") to one-half inch (1/2") below finished grade. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: "Gate Valve from 4 inch to 10 inch in diameter and Valve Box," per each. The unit contract price per each for the valve of the specified size, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching, jointing, blocking of valve, painting, disinfecting, hydrostatic testing, cast-iron valve box and extensions as required, valve nut extensions, adjustment to final .grade. "12 inch Gate Valve and Concrete Vault," per each. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve by-pass assembly, cast-iron casting and cover, ladder rung concrete risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. Page-SP-40 Revision Date: May 19, 1997 7-14 Hydrants 7-14 Hvdrants The unit contract price per each for the 16" and larger butterfly valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main including trenching jointing blocking of valve, painting disinfecting hydrostatic testing concrete vault, cast-iron casting and cover, ladder, concrete risers as required, adjustment to final grade. "Blow -off assembly," per each. The unit contract price per each for each blow -off assembly shall be for all labor, equipment and material to complete the installation of the assembly per the City of Renton Water Standard Detail, latest revision. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all labor, equipment and material to complete the installation of the assembly including but not limited to excavating tapping the main laying and jointing the pipe and fittings and appurtenances backfilling testing flushing, and disinfection meter box and cover, at location shown on the plans, and per City of Renton Standard Detail latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents including all incidental work If not included as a separate pay item in the Contract, but required to complete other work in the Contract then adjustment of valve boxes shall be considered incidental to other items of work and no futher compensation shall be made. 7-14 Hydrants 7-14.3 Construction Details C SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-14.3(1) Setting Hydrants After all installation and testing is complete, the exposed portion of the hydrant shall be painted with a"wo field coats_. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93 Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with the water standard detail. Upon completion of the project all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO 43-655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6" 8" AND 10" piping in trenches 3 - 112 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL) 6" gate valve (FL x MJ) 6" DI spool (PE x PE), 5- 1/4" MVO fire hydrant (MJ connection) 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories concrete blocks and two concrete guard posts (only if hydrants are outside right-of-way). Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(3) Resetting Existing Hydrants (RC) This work shall conform to Section 7-14.30). All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(4) Moving Existing Hydrants (RC) All hvdrants shall be rebuilt to the approval of the City E replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. SECTION 7-14.5 IS REVISED AS FOLLOWS: 7-14.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as specified The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made., "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts shown on the plans shall be incidental to the contract. "Moving Existing Hydrants", per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made Guard posts shown on the plans shall be incidental to the contract. Page-SP-41 Revision Date: May 19, 1997 7-15 Service Connections t Sanitary Sewers 7-15 Service Connections SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-15.3 Construction Details (RC) Pipe materials used to extend or replace existing water service lines shall be copper. Where instalation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe -hogging). If the trenchless percussion and impact method fails. reeular open trench methods may be used. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-15.5 Payment (RC) Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Service Connection In. Diam.", per each. The unit contract price per each for "Service Connection _ In. Diam" shall be full pay for all work to install the service connection, including but not limited to, excavating or (hoe - hogging), tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. 7-17 Sanitary Sewers SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: 7-17.2 Materials (RC) (SA) Pipe used for sanitary sewers may be: Rigid Flexible Concrete ADS-Ceu;Pes.ito xr��T..rifia,'a,' Cl"y PVC (Polyvinyl Chloride) Ductile Iron Materials shall meet the requirements of the following sections. Plain Concrete Storm Sewer Pipe 9-05.7(1) Reinforced Concrete Storm Sewer Pipe 9-05.7(2) uitriti@d Clay somvor pip@ 9 05 8 PVC Sanitary Sewer Pipe 9-05.12(1) Ductile Iron Sewer Pipe 9-05.13 ADS Cempdsit@ S@ur@r Pipe 9 05.14 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities (RQ When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream system shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance by the Engineer. SECTION 7-17.3(2)H IS SUPPLEMENTED B)' ADDING THE FOLLOWING: 7-17.3(2)11 Television Inspection (RC) Once the television inspection has been comnleted the contractor shall submit To the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The Lanes will be run at standard speed SP (1 5/16 I.P.S.). SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole or to the inside face of catch basins and similar type structures. The length of testing sewer pipe in conformance with Section 7-17.3(2) will be the number of linear feet of completed installation actually tested. Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-17.5 Payment (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: "Plain Conc. eta . --Sewer Pipe _ In. Diam.", per linear foot. "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear foot. "PVC Sanitary Sewer Pipe In. Diam.", per linear foot. "Ductile Iron Sewer Pipe _ In. Diam.", per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard, or Ton. The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish, place, and compact material in the trench. "Television Inspection", per Lump Sum, Page-SP-42 Revision Date: May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks Division 8 Miscellaneous Construction 8-09 Raised Pavement Markers SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: 8-09.5 Payment (RC) (SA) Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type I", per eachl3uadr�d. "Raised Pavement Marker Type 2", per eachlu 4". "Raised Pavement Marker Type 3 In.", per eachhua4"d. "Recessed Pavement Marker", per eachkuadr:od. The unit contract price per eachhuo" for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker"shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control i ss traffic control:zn3CS4"L ed in the contract as a separate pay item. 8-10 Guide Posts 8-13 Monument Cases SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-13.1 Description (RC) This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-13.3 Construction Requirements The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. When existing monuments will be impacted by_a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.4 Measurement All costs for surveying and resetting existing monuments impacted by contraction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.5 Pavment "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 Cement Concrete Sidewalks SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.3(4) Curing (RC) The Contractor shall have readily available sufficient protective covering such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. The Contractor shall be responsible for barricading, patrolling or otherwise protecting newly placed concrete. Damaged vandalized or unsightly concrete shall be removed and replaced at the expense of the Contractor. SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.4 Measurement (RC) 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 including expansion joint material curb and gutter and ramped sidewalk section Sawcutting removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment (RC) "Curb Ramp Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Conc. Sidewalk and the per each contract price for Curb Ramp Cement Concrete." Page-SP-43 Revision Dale: May 19, 1997 8-17 impact Attenuator Systems 8-20 Illumination, I rattic Signal Systems, and Electrical 8-17 Impact Attenuator Systems THE STATE AMENDMENT TO SECTION 8-17 IS SUPPLEMENTED BY THE FOLLOWING: 8-17.5_Payment (RC) If no pay item is included for temporarey impact attenuators then all costs to provide and install shall be considered a part of the oav item for "Traffic Control." 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20.2 Materials SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE FOLLOWING: 8-20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre -approved plans. 2. Signal standards with or without pre -approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(2) Excavating and Backfilling (RC) The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract plans or as directed by the engineer. The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be performed at the -time of the initial backfilling of the trench unless directed otherwise by the engineer. Trenching for conduit runs shall be done in a neat manner with the trench bottom graded to provide a uniform grade. No work shall be covered until it has been examined by the engineer, backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit. Trench within the roadway area shall use select trench backfill which shall consist of 5/8th inch minus crushed surfacing top course or other material as indicated in the special provisions or schedule of prices and directed for use by the engineer. The source and quality of the material shall be subject to approval by the engineer. Trench backfill within the sidewalk area shall be made with acceptable materials from the excavation subject to the Engineer's approval of the material and shall be considered a necessary part and incidental to the excavation in accordance with the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimum width for the trench will be at the option of the contractor. Trench width will, however, be of sufficient size so that all of the necessary conduit can be installed within the depths specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall be compacted to 95 % of the material's maximum density, per Section 2-03.3(14)D. SECTION 8-20.3(4) HAS BEEN REVISED AS FOLLOWS: 8-20.3(4) Foundations (RC) Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. pill; tho nAGhQF bolt st-b height 6hall AQ; @Kco@,' 4 ;A,h--g above 1W. grgig;A !;no The contractor shall provide all material for and construct the foundations for and to the dimensions specified in table 1 below. The anchor bolts shall match that of the device to be installed thereon. All excess materials are to be removed from the foundation construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block -out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship - like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device thereon. Table 1 Type of device Dimensions Street Light Pole 4'Deep x 3' Sq or Dia. Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. Signal Controller See Detail Sheet Street Light Control Cabinet See Detail Sheet Special Base See Detail Sheet All concrete foundations shall be constructed in the manner specified below: 1. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail sheet 2. Where no sidewalks are to be installed the grade for the top of the foundation shall be as specified by the engineer. (See detail sheet) All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. Page-SP-44 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 FOLLOWS: 8-20.3(5) Conduit (RC) lecstieus: box_ utifitios� ciiP€e�a�d-bac�+�r. etoolt If allowed in the Plans or if obstructions are encountered in jacking or drilling operations, the Contractor will be allowed to install conduits by open trenching. Open trench construction shall conform to the following: 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel to each other and extend 244"-one I foot beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover over conduits below the roadbed, and 18 inches below finished grade in all other areas.. 5. Trenches located within paved roadway areas shall be restored per the Renton Standard Detail.quirk rQuiRg Pull Wires Shall be installed. All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 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 types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on Ip ans. Conduit to be provided and installed shall be of the type indicated below: 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting" 2. Signal only: "Signals" 3. Traffic signal and street lighting: "TS-LT" 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function, i.e. street lighting traffic signal or both shall be consistent throughout the project All junction boxes shall be installed in conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type I" or "Type 11" junction box shall be full compensation for furnishing same and for all costs of labor, material tools and equipment necessary to provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, specifications and detail sheets. All _junction boxes shall have galvanized steel lids and frames. All iunction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. Concrete shall be promptly cleaned from the junction box frame and lid. The unit contract price per junction box shall include installation of 5/8th-inch minus crushed surfacing top course and a 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be made unless the contract includes separate pay items for crushed surfacing" and/or for "concrete pad." Page-SP-45 Revision Date: May 19, 1997 8-20 Illumination, I raffic Signal Systems, and Electrical 8-2U Illumination, 1 rathc signal 3�stems, and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS FOLLOWS: S: 8-20.3(9) Bonding, Grounding (RC) Identification of the equipment grounding conductor shall conform to all Code requirements. Grounding of conduit and neutral at the service point shall be accomplished as required under the Code. Grounding of the neutral shall be accomplished only at the service. 1 t All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods -are considered miscellaneous items and all costs are to be included -with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the "Schedule of prices." SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(10) Service (RC) Power sources shown in the Plans are approximate only; exact location will be determined in the field. y- Upon request of the Contractor, the Engineer will make the necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 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 State City. Three types of power service are used as indicated below: I. Type I system shall be single phase 120 volt, 2 wire 60 cycle A.C. (traffic signal service only) 2. Type 11, system shall be single phase 240 volt 2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo -cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt 3 wire 60 cycle A.C. (street lighting contactor/traffic signal grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. The service cabinet shall be marked with the service agreement letters and numbers. The markings shall be installed on the outside cabinet door near the top of the cabinet. The markings shall be series C using stencils and black enamel alkyd gloss paint conforming to Federal Specification T7-E-489. SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(11) Field Test (RC) 14 ;:_sh Qpwration Minimum of thtroe calendar days T, a Th1 n .iota WF rhangiRg agm flashi.,g t., stop w4d g QP@w;;Q;4 No change to stop and go operation will be allowed after 2 p.m. on any day nor will the change be allowed on Friday, weekends, holidays, or the day preceding a holiday. 1. Requests for traffic signal turn on will not be considered until a pre -turn on inspection of signal system has taken place. 2. All discrepancies and deficiencies must be corrected by the contractor and re -inspected prior to requesting signal turn on date. 3. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. 4. A minimum of three (3) working days notice will be required for signal turn on. 5. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. 6. City forces shall provide post and maintain proper signing warning of new signal ahead. 8-20.3(13) Illumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(13)A Light Standards (RC) (SA) Page-SP-46 Revision Date: May 19, 1997 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical 04-11 A 11 1, k 11 r- A A CI44:0 A.t 164 (,A CTM A 3-75) 3. Anchor bolts shall extend through the top heavy hex nut two full threads. 6. Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending or welding. The Contractor's repair procedure is to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. 7. The grout pad shall not extend above the elevation of the bottom of the slip base. installed plumb, f 1 degree. St��dard-Pl�ab,. AM fol'AA-4*0n, Stagul-FA 121aas. All Raw fight r .i ,1 Sh"ll hQy@ .0.1 moral r2„ b All new light standards shall be numbered for identification in accordance with the Plans using painted 3-inch series C numbers installed three feet above the base facing the travelled way. Paint shall be black enamel alkyd gloss conforming to Federal Specification TT-E489. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed by the Engineer. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the hand hole frame or inside the hand hole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i on yield strength of weight load and 2.33 p.s.i. for basic wind pressure. Davit Arms: The davit stvle arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2' above horizontal and shall he furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: A one piece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting at its yield point the bending moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts and two washers shall be furnished with the pole. Anchor bolts shall meet the requirements of Section 9-06.5(3) and 9-06.5(4). The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts nuts screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of 4-digits and one letter on each pole whether individual luminaire or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic Legends shall be sealed with transparent film, resistant to dust weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold white reflectorized 2 inch legend on a black background The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail sheets at the end of these specifications. The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon After pole is installed and plumbed nuts shall be tightened on anchor bolts using proper sized sockets open end or box wrenches Use of pliers pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and Page-SP-47 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 base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: 8-20.3(14) Signal Systems (RC) All signal conductors shall be stranded copper and shall have 600 volt insulation and be of the sizes noted on the plans. All multi -conductors used for the signal system shall conform to division 9-29.3 and shall be of the sizes noted on the signal wiring schedule and wiring diagram. All stranded wires terminated at a terminal block shall have an open end, crimp style soderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops. SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE FOLLOWING (RC) 8-20.3(14)C Induction Loop Vehicle Detectors (RC) 11. Splices to loop return cables shall be made with soldered compression type connectors. SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(14)D Test forInduction Loops and Lead-in Cable (RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED AS FOLLOWS. - 8-20.3(14)E Signal Standards (RC) 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. dotoctets. 14, The signal standard and its fabrication shall conform with all current Washington State Department of Transportation Signal Standard Specifications and current pre -approved plans by WSDOT. 15. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: 8-20.3(14)F Opticom Priority Control Systems (RC) All new Opticom Priority System components shall be 500 Series or approved equal. The Contractor shall supply one copy of the manufacturer's software on original disks. Controller cabinets shall have the 562 harness wired into the cabinet by the supplier. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(15) Grout RQ After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall he left in the bottom of the grout pad as shown on the standard detail. SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.4 Measurement (RC) When shown as lump sum in the Plans or in the proposal as illumination system _, traffic signal ystem _ no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. Conduit of the kind and diameter specified in the Schedule of Prices will be measured by the linear foot for the actual neat line length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum bid item. Measurement for unit price items shall be as described in Section 8-20.5 or as described in the contract schedule of prices and/or snecial provisions. SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS. 8-20.5 Payment RRQ Payment will be made for each of the following bid items that are included in the proposal: "Illumination System _", lump stun. "Traffic Signal Display and DatoGtiop ystem _", lump SUM. The lump sum contract price for "Illumination System and "Traffic SignalSystem _", aad " shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. Page-SP-48 Revision Date: May 19, 1997 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical ShOWA All costs for installing conduit containing both signal and illumination wiring shall be included in the contract prices for the signal system. All costs for installing junction boxes containing both illumination and signal wiring shall be included in the contract prices for the signal system. The unit prices for the items listed below shall be full compensation for furnishing and installing each item and for all labor, materials tools equipment and testing necessary and/or incidental for the full and complete installation as per the contract plans detail sheets and these specifications. "Trench and Backfill ........ wide by........." deep, " per linear foot. The unit contract price for (3) "Trench and Backfill" per linear foot shall be full compensation for excavating, loading, hauling and otherwise disposing of the waste materials, for backfilling and compacting backfll material to specified density and for the restoration of the trench to its pre-existing condition or as shown on the plans or as directed by the Engineer all in accordance with the plans specifications and detail sheets. "Select Trench Backfill,' per ton. (4)"Select Trench Backfill" shall consist of 5/8" minus crushed surfacing top course and the unit per ton price shall include all costs associated with furnishing and installing the material and loading,hauling and disposing of waste materials. "........Foundation, .......," per each.* "Type .... Junction box,' per each. * *The unit per each price for (5)"Foundation" and (6)"Junction Box" shall be full compensation for full and complete installation per the plans_ specifications and detail sheets including enclosing each item in a finished concrete pad which shall be incidental unless a separate pay item is included in the Schedule of Prices for "Concrete Pad.' 'Concrete Pad," per square yard. Measurement for (7)"Concrete Pad" shall be by the square yard of surface area enclosed inclusive of and not subtracting for the area of the function box or foundation enclosed and shall be full compensation for full and complete installation as per the plans, specifications and detail sheets. .' Schedule 40 Conduit, P.V.C." per linear foot.* " Schedule 80 conduit P.V.C., " per linear foot.* * The unit contract price for conduit shall include all conduit, couplings adapters elbows bends reducers bell ends, bushings, and any other material labor or equipment necessary to complete the installation of the conduit. Measurement shall be by linear foot from end of conduit to end of conduit as measured from the top of grade along the middle of the trench line and adding a vertical measurement at the end of each conduit run equal to the design depth of the trench. No payment shall be made for additional conduit used by the contractor due to horizontal or vertical weaving of the conduit within the trench line. "Street Light Standard .......," per each. " ....-watt...Luminaire and lamp," per each. -watt Luminaire and lamp with photocell," per each. " .....AWG....copper wire," per linear foot. "Service cabinet, " per each. The unit per each price for (14)"Service cabinet" shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials labor or costs associated with providing electrical service as required by the electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of riprip ces. "........Signal head......," per each. ".......Signal head mounting hardware," per lump sum. The lump sum price for (16)"....Signal head mounting hardware" shall be full compensation for supplying and installing all traffic or pedestrian signal head mounting hardware in conformance with the plans, specifications and detail sheets. "Pole mounted terminal box,..."x..."x...", and mounting hardware," per each. "2/c shld loop return cable," per linear foot. "3/C shld pre-emption cable,"per linear foot. "...-pair shld interconnect cable," per linear foot. "Traffic signal controller and cabinet," per each. The unit contract price for "Traffic Signal Controller and Cabinet" shall be full compensation for furnishing and installing a fully equipped wired and operational controller and cabinet. "Traffic signal wire," per lump sum. "Signal standard Type..., with ...-foot mast arm," per each. "Induction loop vehicle detector." per linear foot. The unit linear foot contract price for (24)"Induction loop vehicle detector" shall be measured by the linear feet of full depth sawcut required for installation. The unit price shall be full compensation for full and complete installation including wire, sealant and all other labor, materials, tools and equipment required to complete the installation in accordance with the plans, specifications and detail sheets. The unit price shall also include providing and installing conduit stub -outs and soldered splices, splices to loop return cables unless separate pay items are included in the contract schedule of prices for these other items. Sawcutting shall be considered incidental to the loop installation whether or not there is a separate pay item in the contract for sawcutting. Measurement for a standard 6' x 6' induction loop shall be 28 linear feet Sawcutting for loop "Hnme runs" shall be done such as to minimize the total linear feet of sawcutting required by means of proper locating of loop return "Stub -out" by direct routing of "home runs" and by combining up to 4 pairs of loop wires in a single "home run" sawcut Loop and "Home Run" layout shall be approved by the Engineer before sawcutting takes place. ".......Splice kit," per each. "Emergency Vehicle pre-emption detector," per each. "Opticom discriminator card," per each. "Detector amplifier," per each. "Street light fuse kit," per each. "Pedestrian push button with sign, " per each. "Pedestrian push button post," per each. "Pedestrian signal pole Type I 10-feet," per each. "Relocate existing ....... pole," per each. The unit per each price for "relocate existing ....pole" shall be full compensation for removing the pole from its existing foundation removing and salvaging or re -installing existing equipment plugging holes as required and installing the pole on its new foundation and shall include all labor, tools, materials, equipment and any other costs necessary and/or incidental to complete the installation and make the electrical equipment operational all in accordance with the plans specifications and detail sheets. "Remove existing ....... Foundation " per each. Page-SP-49 Revision Date: May 19, 1997 8-22 Pavement Markin a-LIL 1'avement Marking The unit per each price for "Remove existing foundation" shall be full compensation for full and complete removal and hauling and disposal of the foundation. 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description (RC) Skip Center Stripe A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a-4A-feet 24-foot unit consisting of a-10 feet 9-foot line and a 30 foet 15-foot gap. Skip center stripe is used as center line delineation on two lane or three lane, two way highways. Double Yellow Center Stripe Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch ^f- '.�, .�-..,�.�^^� space. Double yellow center stripe is used as center line delineation on multilane, two way highways and for channelization. Germs str+poApproach Stripe A SOLID WHITE line, 8 inches wide, used a; to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash mark stripes shall be placed on 45 degree angle and 10 7A-feet apart. Lane Stripe A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes travelling in the same direction. The broken or "skip" pattern shall be based on a24-foot unit consisting of a 4A-feet 9-foot line and moot 15-foot gap. Drop Lane Stripe(Skip Approach Line) A BROKEN WHITE line, 8 inches wide, used to delineate a lane that en at ^^ off ramp The broken or "skip" pattern shall be based on a 2445-foot unit consisting of a 93-foot line and a 1542-foot gap. No Rms Strom ;AGh Gpac@ based On -. 40 foot unit -QAr;g4;Rg Qf a 10 fQQ& J;A@ -Ad - 30 foot gaP- Two Way Left Turn Stripe A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a40-foot 24- foot unit consisting of a 10 feel 9-foot line and a-34-fee4 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Stripe A SOLID WHITE line,.--IZ 8 inches wide and 10-feet Imo, installed parallel to another crosswalk stripe—itb-s-b-€eet and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.. Stop Bar A SOLID WHITE line,-1-8 12, 18 or 24 inches wide ueloss as noted etherwese OA on the Contract plans. Traffic I atwrLegend A WHITE marking prepersieausing, alphabetical letters., high See contract plans and detail sheets. SECTION 8-22.3(5) IS REVISED AS FOLLOWS: 8-22.3(5) Tolerances for Line Stripes (RC) Length of Stripe: The longitudinal accumulative error within a40 �eet 24-foot length of skip stripe shall not exceed plus or minus 1 inch. SECTION 8-22.3(6) IS REVISED AS FOLLOWS: 8-22.3(6) Installation Instructions (RC) Installation instructions for plastic markings shall be provided for both the Contractor and the Engineer. All materials shall be installed according to the manufacturer's recommendations-and-2 SECTION 8-22.3(7) IS A NEW SECTION. 8-22.3(7) Removal of Traffic Markers (RC) The work to remove all old or conflicting stripes, lines, buttons, or markers as required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other contract pay items and no further compensation shall be made unless a separate pay item or items are provided for such removal. SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-22.4 Measurement (RC) (SA) The measurement will be based on the travel distaaGe ;:nqui;@d of a marking system capable... Ge"Approach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow head defined as a unit. Traffic Jou*"le ends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. Measurement for paint/plastic stripe line removed shall be by the linear foot of "...." wide line or shall be included in the lump sum price for "remove existing traffic markings" unless specified to be paid as a separate pay item. If not specified as a separate pay item then removal of existing traffic markings shall be considered incidental to the payment for other items of work and no further compensation shall be made. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8-22.5 Payment (RC) "Painted Go"Approach Stripe", per linear foot. "Painted Traffic LstwFLegend", per each. "Plastic Traffic Latwl:Legend", per each. "Remove Paint Line ....." wide," per linear foot.' Page-SP-50 Revision Date: May 19, 1997 8-23 Temporary Pavement Narkings 8-23 Temporary Pavement INlarkings "Remove Plastic Line ......" Wide," per linear foot.* "Remove existing traffic "per lump sum.* * The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications and detail sheets If these pay items do not appear in the contract schedule of prices then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools material and equipment necessary for the completion of the work as specified. 8-23 Temporary Pavement Markings SECTION 8-23.5 IS SUPPLEMENTED WITH THE FOLLOW17NG: 8-23.5 Payment (RQ If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under "Traffic Control," if that item is included as a bid item. Page-SP-51 Revision Date: May 19, 1997 9-00 Definitions and tests Y-uIL "numinous Materia Division 9 Materials 9-00 Definitions and Tests SECTION 9-00 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-00(A) Recycled Materials (RC) The City encourages the use of recycled materials whenever practicable provided that those materials meet or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be utilized, the City requires that a Recycled Product Reporting Form be completed by the Contractor. 9-02 Bituminous Materials 9-02.1 Asphalt Material, General SECTION 9-02.1(10) IS A NEW SECTION: 9-02.1(10) Loop Sealant (RC) Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be hot -melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the -penetration, flow and resilience specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's recommendations. The contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing detector loops and shall submit manufacturer cutsheets or other data if requested by the Engineer in order to enable the Engineer to determine the acceptability of the sealant. All loop sealant shall only be installed in thoroughly clean and dry pavement and shall be applied in conformance with the methods required as to temperature and means of application such as to completely fill the sawcut area, encapsulate the loop wires and adhere to the pavement. 9-03 Aggregates SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 9-03.8(6)A Basis of Acceptance (RC) 1. Asphalt Concrete will be accepted based on its conformance to the project job mix formula (JMF). Pop-" No material for payment may be produced for use on a project until i job mix formula has been approved by the engineer. The mixtL_ shall be designed to meet the test criteria listed in Section 9-03 8(2 and remain within the limits set forth in 9-03.8(6). T determination of the job mix formula shall be the responsibility the Contractor. The intermingling of asphalt concrete mixtures produced frorr more than one JMF is prohibited. Each strip of asphalt concr pavement placed during a working shift shall conform to a sin; job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toia the JMF. The JMF shall be submitted in writing by the Contractor the Engineer at least 10 days prior to the start of paving operation and shall include as a minimum: a. Percent passing each sieve size. b. Percent of asphalt cement. c. Asphalt grade. d. Mixing temperature. e. Compaction temperature. f. Anti -strip agent content. The Contractor may not make any changes to the JMF with( prior written approval of the Engineer. Should a change in sour( of materials be made, a new JMF must be approved by t— Engineer before the new material is used. IMP 23. Job Mix Formula Tolerances_ai;d-Ad}usuRwats. a. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specifo in Section 9-03.8(6). Aggregate passing 1", Broad band specification 3/4 5/8 , 1/2", and limits Section 9-03.8(6). 3/8" sieves Aggregate passing 1/4" sieve t 6% Aggregate passing No. 10 sieve t 5% Aggregate passing No. 40 sieve t 4`Yo Aggregate passing No. 200 sieve t 2 %_Note I Asphalt cement f0.5%Note2 For open graded mix: Tolerance limits shall be for aggrega gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asph Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20 RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used Section 5-04.3(8)A to determine acceptance. )• Page-SP-52 Revision Date: May 19, 1997 a in 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures, Culverts, and Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: 9-04 Joint and Crack Sealing Materials SECTION 9-04.11 IS A NEW SECTION 9-04.11 Butyl Rubber (SA) Butyl rubber shall conform to ASTM D2000, M1 BG 610. 9-05 Drainage Structures, Culverts, and Conduits SECTION 9-05.4 IS REVISED AS FOLLO WS: 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type 11. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE FOLLOWING: 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(2)A Basis for Acceptance (RC) All pipe shall be subject to (1) a three -edge -bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) the fleei€lcat;— The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.,Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Q 145 :.wh i 14 inch . id@ by Q AZ-/c_:nGh (minim.lm) coat��. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs) The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch If the sheet between adjacent ribs does not contain a lockseam a stiffener shall be included midway Page-SP-53 Revision Dale: May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9- 05.4(3) and 9-05.4(4) For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corpers of the ribs shall be 0.0625 inch with an allowable tolerance of 10 nercent. SECTION 9-05.12(3) IS A NEW ADDITIONAL SECTION: 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34 Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. SECTION 9-05.14 IS DELETED: SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe (RC) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. I. ;AGh i iS iAch wide by n 4375 ;nGh (..,iniA411m) cauto�. joint@d with Coupling bands For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-06 Structural Steel and Related Materials 9-06.5 Bolts SECTION 9-06.5(4) HAS BEEN SUPPLEMENTED BY ADDING: 9-06.5(4) Anchor Bolts (RC) All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die -cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION. 9-08.8 Manhole Coating System Products (RC) 9-08.8(1) Coating System Specification (RC) The following coating system specifications shall be used for coating (sealing) interior concrete (including the channel) surfaces of sanitary sewer manholes when required. Page-SP-54 Revision Date: May 19, 1997 9-23 Concrete Curing Materials and Admixtures Coating System Specification 9-29 Illumination, Signals, Electrical SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: A. General 1. Buried Manhole Surface Color Paint System a. Buried, and White C-1 exposed concrete surfaces. 9-08.8(2) Coating Systems A. High Solids Urethane Coating System: CI Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Conseal high solids urethane 2.0 D Finish: Two or more coats of Wasser MC-Conseal (min. 4.0 DM 9-23 Concrete Curing Materials and Admixtures SECTION 9-23.9 IS REVISED AS FOLLOWS: 9-23.9 Fly Ash (RC) Fly ash shall not be used around water lines. 9-29 Illumination, Signals, Electrical SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.1 Conduit (RC) The conduit P.V.C. - non-metallic shall be of the two types indicated below: 1 Schedule 80 Extra heavy wall P.V.C. conforming to ASTM Standards to be used in all installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.2 Junction Boxes (RC) Junction boxes shall be reinforced concrete with galvanized steel from anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. The inscriptions on the covers of the junction boxes shall be as follows: 1. Signal only: "Signals" 2. Street Lighting only: "lighting" 3 Traffic Signal and Street lighting Facilities: "TS-LT" The above inscriptions shall not be higher than the top surface of the cover plates 9-29.3 Conductors, Cable (RC) Each wire shall be numbered at each terminal end with a wrap -around type numbering strip bearing the circuit number shown on the plans. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops. The contractor shall provide and install all the necessary wiring fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. 8. Detector loop wire shall be No. 1244 AWG stranded copper wire, Class B, with chemically cross -linked polyethylene type RHH-RHW insulation of code thickness. (11) Communications cable (ACC) shall meet REA specification PE-39 and shall have six -pair -No. 19 AWG wires with 0.008 inch FPAIMPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. The shielded communications/signal interconnect cable shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 2. Insulation: solid, virgin high density polyethylene or polypropylene with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black low density high molecular weight virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. 6 Footage markings: footage markings must be printed sequentially a minimum of 2' along the outer jacket. 7 Filling: the entire cable within the outer jacket is flooded with petroleum -polyethylene gel filling compound including the area between the outer jacket and the shield. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.9 Ballast, Transformers (RC) The Ballast shall be pre -wired to the lamp socket and terminal board. SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.10 Luminaires (RC) The filter shall be charcoal with Blast-omer gasket. Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor. Page-SP-SS Revision Date: May 19, 1997 9-29 Illumination, Signals, Electrical The manufacturer's name or symbol shall be clearly marked on each luminaire. 9-29 lllumination, Signals, Electrical re -energize without change 9-29.11 Control Equipment SECTION 9-29.11(2) IS DELETED AND REPLACED «'ITH 9-29.11(2) Photoelectric Controls (RC) Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn -on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to control the system shall be mounted on the luminaire nearest to the service/contactor cabinet. The photo cell shall be capable of switching "ON" 1.000 watts of incandescent load as a minimum. SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13 Traffic Signal Controllers (RC) The unit shall operate on 120 volt, 60 cycle, single phase alternating current and shall use the power line frequency as a time base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. Components such as resistors, capacitors, diodes and transistors shall be individually replaceable utilizing approved standard soldering techniques. Intergrated—circuitsshall be mounted in sockets and shall be easily replaceable without soldering. All components shall be standard "Off the shelf" items. The traffic signal controller shall be capable of interfacing with the Multisonic real time, master computer. The controller shall be capable of both on-line operation (control by the multisonic [Waster computer) and standby operation. The controller shall establish the sequence of signal phases, including overlaps, in conformance with the signal phasing diagram on the plans. When operating either in a fixed time mode or in a fully -actuated mode with volume density on each phase as required. All clearance timing and pedestrian timing shall be accomplished at the local intersection_ SECTION 9-29.I3(2) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(2) Flashing Operations (RC) 2. Police Panel Switch. When the flash -automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; however, the controller shall "STOP TIME." When the switch is placed on automatic, the signals shall continue to flash for an additional 8 second flash period. At the completion of the continued 8 second flash period, unless otherwise specified, the controller shall immediately resume normal cyclic operations at the beginning of artery green ely low. 4. Power Interruption. On "NEMA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re -energize consistent with No. 2 above to ensure an 8 second flash period prior to the start of artery green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of artery green yellow. 6. Flash unit shall be a two circuit type capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the pre-emption controls shall cause the signals to display the required clearance intervals and subsequent pre-emption intervals. Pre-emption shall sequence as noted in the contract. Pre-emption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. of the pro s@+1aRQ@ shall place a Gall phasv Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack wired to accept 3-M discriminator type units. The pre-emption system operation shall be compatible with the 500 Series 3M company "opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. this optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: a. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. b. Discriminators which shall cause the signal controller to go into internal pre-emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. c. Pre-emption Indicator Lights. Optical Detector a. Shall be of solid state construction. b. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. c. Shall operate over an ambient temperature range of -40°F to + 180OF (-40°C to +85°g. d. Shall have internal circuitry encapsulated in a semi - flexible compound and shall be impervious to moisture. e. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Page-SP-56 Revision Date: May 19, 1997 9-29 Illumination, Signals, Electrical 9-29 Illumination, Signals, Electrical Discriminator Each module shall do the following: a Shall provide for a minimum of two channels of optical detector input. b Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received channel called. Switches shall control system power and simulate detector calls for each phase. SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(4) Wiring Diagrams (RC) The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. At the time of delivery the envelope shall have four complete sets of schematics and manuals for all assemblies and sub -assemblies. SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(6) Radio Interference Suppressors A Comell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(7) Traffic -Actuated Controllers (RC) Traffic -actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. All solid-state electronic traffic -actuated controllers and their supplemental devices shall employ digital timing methods. The traffic signal control equipment, unless otherwise permitted in the contract, must specifically conform to current NEMA specifications. Actuated traffic signal controllers shall be 8-phase control units. Volume -density timing features shall be provided on all controllers. &'wy Pin of Rg plug shall he �A Gon';Q110ps may be by T{ ' f r pa&iminn a gap fF@ a gw@14 st All timing functions and input and output features for fully - actuated volume -density operation shall be provided in accordance with NEMA standards. The controller shall provide for setting each timing interval by means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry and liquid crystal display. For the standby operation, the traffic signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully -actuated mode. Standby operation shall automatically occur upon opening of interconnect lines, failure of central master computer, or when specified by the master. The standby operation shall follow and be coincidental in phase to that phase being displayed at the start of standby operation. Transfer from computer supervision shall not call up a starting yellow. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(7)A Environmental, Performance and Test Standards for Solid -State Traffic Controllers (RC) The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check- out of all timing circuits phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the contractor for the required test demonstrations. The contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the 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 responsibility relative to the proper functioning of all aforestated control gear when field installed. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) TW me —apply to vili�. _.,r pJqStwrs, €lash-CwAs€arF�_yb .7 'I' , IpqAolgwifgWq Page-SP-57 Revision Date: May 19, 1997 9-29 Illumination, Signals, Electrical Power Switches 9-29 Illumination, Signals, Electrical Computer Interface Unit There shall be a main power switch inside the cabinet that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing controllers or load switching devices. Stop Time Bypass Switch There shall be a switch in the cabinet identified as the stop time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the controller shall immediately stop time. The stop time bypass switch shall remove stop time from the controller and permit normal cycling operation while the intersection remains in flashing operation. DETECTOR test switch Each vehicle and pedestrian phase shall have a momentary (spring return) detector test switch. When depressed, the switch shall place a call on its respective signal phase. The convenience outlet and lamp socket A convenience outlet protected with a ground fault interrupter and an incandescent lamp socket shall be furnished in the main cabinet. A door switch for the lamp shall be provided. THIS circuit shall be protected by a circuit breaker rated at 20 amps. Fail Safe Unit Fail safe unit shall meet the NEMA-PLUS specifications and shall monitor both the positive and negative portions of the A.C. sine wave for all green, amber and pedestrian walk indications. The duration of a display of conflicting indications shall not be long enough to be visible to motorists or pedestrians before the monitor initiates flashing operation. There shall be a visual indication that the monitor has preempted normal operation. The fail safe monitor shall be Model SSM-12LE as manufactured by Eberle Design Inc., or approved equal. Surge Protector (Lighting Arrester) The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. Field Wiring Terminal There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case The communication devices shall be used for on-line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit and the interconnect cables. SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(7)D Controller Cabinets (RC, SA) 1. Construction shall be of 0.073-inch minimum thickness Type 304 stainless steel, 0.125-inch minimum thickness 4"4: -Ped+aad—sheet aluminum, or cast aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or aluminum in color. As an alternate to painting the outside and inside of the aluminum cabinets may be clear anodized aluminum. 5. The cabinet door shall be provided with: a. A spring loaded construction core lock capable of accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets shall have a three point latch. b. A police panel door with a stainless steel hinge pin and a lock. Two police keys with shafts a minimum of 1 3/4 inch long shall be provided with each cabinet. Inside the police panel there shall be a signal on -off switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" position. A second switch shall be the auto -flash switch. When placed in the "flash" position, controller power shall remain on and controller shall stop time dependent on switch setting on the auxiliary panel described later. c. Cabinet doors shall be gasketed with one piece, close cell neoprene. They shall be equipped with some type of stops so the door may be held open in either of two - positions at approximately 90 degrees and 180 degrees and be of suitable design to withstand a 40 mph wind.. d. A two position door stop assembly. e. The Controller cabinet shall have a load bay panel with at least the following items mounted on the face of the panel: transfer relays; load switches; and, terminal blocks for termination of all wires contained on a separate panel (the terminal block shall conform to Washington Standard Specifications). This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access to the terminations on the back of the load bay panel. SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.16 Vehicular Signal Heads (RC) Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal plans. Vehicular signal head housings shall consist of separate sections and be expandable type for vertical mounting. Lens shall be glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. Page-SP-58 Revision Date: May 19, 1997 9-29 Illumination, Signals, Electrical 9-29 Illumination, Signals, Electrical Vehicle signal heads shall be cast aluminum. All signal heads shall include a back plate 5 inch square cut border. Signal heads including outside of visors and back of back plates shall be finished with two coats of factory -applied traffic signal yellow baked enamel. The inside of the visors and front of back plates shall be finished with two coats of factory -applied flat black enamel. Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top -mount plumbizer type as shown on the standard plans unless specified otherwise on the plans. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting hardware shall be stainless steel. SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) Eight inch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 130420 volt operation, 595 minimum initial lumen, 665 rated initial lumen, 8,000-hour minimum, 2 7/16-inch light center length, A-21 bulb, medium base, clear traffic signal lamp. Twelve inch traffic signal heads require 420130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center length, 8,000 hour minimum rated life, P-25 bulb and medium base. Bulbs shall be installed with the opening between the filament ends up. SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)B Signal Housing (RC) Each lens shall be protected with a removable visor of pelyr.miWciaw-plzstic aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall have square doors. SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS 9-29.16(2)C Louvered Visors (RC) Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum , and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. SECTION 9-29.16(2)D HAS BEEN DELETED AND REPLACED WITH. 9-29.16(2)D Back Plates (RC) Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S half -hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in back. 9-29.16(2)E Painting Signal Heads (RC) Traffic signal heads, including outside of visors and back of back plates, shall be finished with two coats of factory applied traffic signal gwea- yellow baked enamel. The inside of visors, front of back plates, and louvers shall be finished with two coats of flat black enamel. SECTION 9-29.16(3) (RC) IS DELETED. (RQ SECTION 9-29.16(3)A (RC) IS DELETED. (RC) SECTION 9-29.16(3)B (RC)IS DELETED. Heads (RC) SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.17 Signal Head Mounting Brackets and Fittings (RC) "uings fAr Typo 14 a;id N mountr EWA be ingw"ad eapz+ated—All eta -hardware for etamounts shall be painted with two coats of factory applied traffic signal Federal yellow g**@;i..baked enamel. SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS FOLLOWS: 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or equal - Induction loop amplifiers installed with NEMA controls shall conform to current NEMA specifications. mplifia;s inst^naa R� SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: 9-29.20 Pedestrian Signal (RC) Pedestrian signals shall be either incn-loscant- fiber optic or neon -grid type, or other types as specified in the contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads, 1975). h;gh Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in width. Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal elY lowgf"a enamel. VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING THE FOLLOWING NEW SECTION: 9-29.20(1) Fiber Optic Type (RC) The fiber optics shall be drawn from optical glass of high purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-59 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 53 microns. Each single arm in the harness shall contain approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle shall have a hexagonal bundle format. The common bundle end and each arm end shall be epoxied and optically polished. The light source shall be a halogen incandescent lamp with dichroic reflector. The lamp shall use built-in, lead-in wires instead of pins. The reflector shall be covered with a hard coating capable to withstand a temperature of 400 degrees Centigrade, rapid temperature changes, aggressive chemical attacks. The coating shall he tested by soaking in Oxalic Acid 0.71N for a period of 2 hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp together with the fiber shall produce a light intensity as high as 3800CD. The 115-volt primary, 10-volt secondary transformers, light guides and all wiring shall be enclosed in a sheet aluminum housing. The matrix plate shall be constructed of 0.125 thick aluminum sheet protected by a 0.125 polycarbonate sheet. The signal housing shall be weather tight. Each common end of a bundle shall have a clip -on type color filter, one of Portland Orange and one of Lunar White. The viewing end of the fiber optic display shall not require a cone for magnification, and shall provide a wide viewing angle. Each message shall have a minimum of 82 light points. All components shall be fastened to the flat black matrix plate. When the sign is not illuminated, it shall blank out with no message legible. The low power consumption lamps shall be serviceable without anv tools. SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.20(2) Neon Grid Type (RC) All neon grid heads shall be equipped with Z crate visors made of polycarbonate plastic designed to eliminate sun phantom. Neon tubing shall be enclosed and shockmounted inside a rugged plastic module. The pedestrian signal shall have a solid state message module, electronic ballast, no external transformer, and operate at 30 watts. The heads shall display two symbol messages, "hand" (for the do not walk mode) in Portland orange and "Man" (for the walk mode) in lunar white. The message module shall consist of two neon gas tubes •enclosed in a housing made of polycarbonate plastic. The lens material shall be polycarbonate plastic. The visors shall be flat black in color. SECTION 9-29.24 IS DELETED AND REPLACED BY THE FOLLOWING: 9-29.24 Service Cabinets (RC) The signal/street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. SECTION 9-29.24(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.24(1) Painting (RC) The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 8-20.302). SECTION 9-29.24(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.24(2) Electrical Circuit Breakers and Contactors (RC) The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt-15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: 9-29.25 Terminal and Interconnect Cabinets (RC) The pole mounted terminal box shall be made of molded fiberglass, be grey in color, be approximately 16" high x 13-7/8" wide x 5-7/8" deep and have a minimum of 16 terminals on the terminal blocks. The box shall be weather tight, have a single door with continuous hinge on one side and screw hold downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket and shall have a stainless steel piano hinge. One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier cabinet. Mounting shall be as noted in the contract. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x I1" deep and constructed of cast aluminum and fitted with a Best internal lock. Page-SP-60 Revision Date: May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9-30 N1 ater Distribution materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe SECTION 9-30.1(1) IS REVISED AS FOLLOWS: 9-30.1(1)Ductile Iron Pipe (RC) 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement -mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 5259 or the thickness class as shown in the Plans. 9-30.3 Valves SECTION 9-30.3(1) HAS BEEN REVISED AS FOLLOW: 9-30.3(1) Gate Valves (RC) Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and 1 " bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze -mounted double disc with bronze wedging device and 0-ring stuffing box. RESILIENT SEATED GATE VALVES: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal 0-ring stems seals. The valves shall be equipped with one (1) anti -friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow M&H Style 3067 Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves (RC) Butterflv valves shall be Dresser 450 or Pratt Groundhog. SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts (RC) The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS FOLLOWS: 9-30.3(7) Combination Air Release/Air Vacuum Valves (RC) Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy -Duty," combination air release valve, or equal. Installation shall be per the City of Renton Standard Detail, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the hieh point of the line. SECTION 9-30.3(8) IS REVISED AS FOLLOWS: 9-30.3(8) Tapping Sleeve and Valve Assembly (RC) Tapping sleeves shall be cast iron, ductile iron swipless sty epoxy -coated steel, or other approved material. SECTION 9-30.3(9) IS A NEW SECTION. 9-30.3(9) Blow -Off Assembly (RC) Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow -off permanent blow - off assembly shall be per City of Renton Water Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow -off assembly shall be installed at location(s) shown on the plans. Temporary blow -off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow -off assemblies for testing and flushing of the new water mains will not be included under this item and shall he considered incidental to the contract and no additional payment shall he made. SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5 Hydrants (RC) Fire hydrants shall be Iowa Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion M&H 929 Mueller Super Centurion 200, conforming to AWWA C-502-85. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-61 Revision Date: May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(2) Hydrant Dimensions (RC) Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS FOLLOWS: 9-30.6(3) Service Pipe 9-30.6(3)B Polyethylene Pipe (RC) Polyethylene pipe shall not be used. 9-30.6(3)C Polybutalene Pipe (RC) Polybutalene pipe shall not be used. SECTION 9-30.6(4) HAS BEEN REVISED AS FOLLOWS: Fittings used for copper tubing shall be compression type with gripper ring. SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS FOLLOWS. 9-30.6(5) Meter Setters (RC) Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. Page-SP-62 Revision Date: May 19, 1997 WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 02.AP1 SECTION 1-02, BID PROCEDURES AND CONDITIONS (March 3, 1997) "Irregular Proposals" revised. 04.AP1 SECTION 1-04, SCOPE OF THE WORK (March 3, 1997) "Increased or Decreased Quantities" revised. 06.AP1 SECTION 1-06, CONTROL OF WORK (April 28, 1997) A new Amendment. Section 1-06.2(2) Samples and Tests for Acceptance is supplemented. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) A new Amendment. Sub -section 1-07.9(5) Required Documents is revised. Sub -section 1-07.13(4) Repair of Damage is added. "Required Records and Retention" revised. 09.AP1 SECTION 1-09, MEASUREMENT AND PAYMENT (March 3, 1997) "Payment for Material on Hand" revised. I0.AP1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL (March 3, 1997) A new Amendment. Sub -section 1-10.3(5) Temporary Traffic Control Devices is revised. Sub -section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic Control Labor" and "Payment" have been revised. SECTION 2 03.AP2 SECTION 2-031 ROADWAY EXCAVATION AND EMBANKMENT (March 3, 1997) A new Amendment. Sub -section 2-03.3(2) Rock Cuts is revised. Sub -section 2-03.3(14)K Select of Common Borrow is added. "Embankments at Bridge and Trestle Ends" formula revised. 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION (March 3, 1997) A new Amendment. Sub -section 2-09.3(4) Construction Requirements, Structure Excavation, Class B, Sub -section 2-09.4 Measurement, and Sub -section 2-09.5 Payment are revised. Sub- section 2-09.3(1)E Backfilling, Controlled Density Fill is added. "Measurement" drywells added. SECTION 3 02.AP3 SECTION 3-02, STOCKPILING AGGREGATES (March 3, 1997) "Asphalt Concrete Aggregates" revised. SECTION 5 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub -section 5-04.3(10)B Control is revised. Page-SP-63 Revision Date: May 19, 1997 WSDOT AMENDMENTS SECTION 6 02.AP6 SECTION 6-02, CONCRETE STRUCTURES ��'auyt AMENDMENTS "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. "Standard plan for pipe collars pending. (March 3, 1997) A new Amendment. Sub -section 6-02.3(2)C Contracting Agency -Provided Mix Design, Sub- section 6-02.3.(6)A Weather and Temperature Limits to Protect Concrete, and Sub -section 6- 02.3(24)C Placing and Fastening are revised. Subsection 6-02.3(6)A Temperature and Time for Placement is added. Sub -section 6-02.3(11) Curing Concrete is added. "Face Lumber, studs, Wales, and Metal Forms", and "Field Bending" are revised. 03.AP6 SECTION 6-03, STEEL STRUCTURES (April28, 1997) A new Amendment. Sub -section 6-03.3 Construction Requirements is revised. 17.AP7 SECTION 7-17, SANITARY SEWERS (March 3, 1997) A new Amendment. Sub -section 7-17.3(2)C Infiltration Test is revised. Sub -section 7-17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) SECTION 8 02.AP8 SECTION 8-02, ROADSIDE PLANTING (April28, 1997) A new Amendment. Sub -section 8-02.5 Payment bid item "Water" is revised. l0.AP6 SECTION 6-10, CONCRETE BARRIER 09.AP8 (March 3, 1997) A new Amendment. Sub -section 6-10.5 Payment is supplemented with an additional item. Sub- section 6-10.3(1) Precast Concrete Barrier is added. "Precase Conc. Barrier" curing revised. SECTION 7 4.AP7 SECTION 7-04, STORM SEWERS (April28, 1997) A new Amendment. Sub -section 7-04.3(1)E Low Pressure Air Test - Storm Sewers is revised. Sub- section 7-04.3(1)F Low pressure Air Test for Storm Sewers Constructed of Non Air -Permeable Materials is added. 05. AP7 SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS (March 3, 1997) Revised to include drywells. New standard item 1062 "precast conc. drywell". Revised standard item 7345 "Abandon Existing Manhole". 06.AP7 SECTION 7-06, CONCRETE PIPE ANCHORS (March 3, 1997) This section is deleted in its entirety. 08.AP7 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS (March 3, 1997) A new Amendment Sub -section 7-08.3(1)C Pipe Zone Bedding is renamed to Bedding the Pipe. Sub -section 7-08.3(2)D Pipe Laying -- Steel or Aluminum, Sub -section 7-08.4 Measurement, and Sub -section 7-08.5 Payment are revised. SECTION 8-09, RAISED PAVEMENT MARKERS (March 3, 1997) Anew Amendment. Sub -section 8-09.1 Description is revised. A new section, Sub- section 8-09.3(5) Recessed Pavement Markers is added. Sub -section 8-09.5 Payment is supplemented and revised. Section revised St. Item from plural to singular. 10.AP8 SECTION 8-10, GUIDE POSTS (September 30, 1996) A new Amendment. Sub -section 8-10.2 Materials is revised. Sub -section 8-10.3 Construction Requirements is revised. I LAP8 SECTION 8-11, GUARDRAIL (March 3, 1997) Anchor Installation revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) "Materials", and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS (March 3, 1997) Construction Requirements revised. 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL (March 3, 1997) A new Amendment. Sub -section 8-20.3(4) Foundations is revised. Sub -section 8-20.3(13)A Light standards is added. "Equipment List and Drawings" revised. 21.AP8 SECTION 8-21, PERMANENT SIGNING (March 3, 1997) A new Amendment. Sub -section 8-21.3(6) Sign Refacing is revised. Sub -section 8-21.2 Materials Page-SP-64 Revision Date: May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS is added. Sub -section 8-21.3(9)F Bases is added. Sub -section 8-21.3 Construct —ion Requirements is added. "Construction Requirements", and "Materials" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING (March 3, 1997) A new Amendment. Sub -section 8-22.4 Measurement is revised. "Materials" revised. 23.AP8 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS (April28, 1997) A new Amendment. Sub -section 8-23.2 Materials is revised. SECTION 9 OO.AP9 SECTION 9-00 DEFINITIONS AND TESTS (April28, 1997) A new Amendment. Sub -section 9-00.8 Sand Equivalent is revised. O1.AP9 SECTION 9-01, PORTLAND CEMENT (September 30, 1996) A new Amendment. Sub -section 9-01.3 Tests and Acceptance is revised to reference "Mill Test Report Number". 02.AP9 SECTION 9-02, BITUII11INOUS MATERIALS (March 3, 1997) "Anti -Stripping Additive" revised. 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) A new Amendment. Sub -section 9-03.15 Bedding Material for Rigid Pipe is revised. Sub -section 9- 03.14(2) Select Borrow is revised. "Gravel Backfill", revised to include drywells. 04.AP9 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS (March 3, 1997) "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS (March 3, 1997) A new Amendment. Sub -section 9-05.6(4) Structural Plate Pipe Arch, Sub -section 9- 05.6(8)A Corrugated Steel Plates, and Sub -section 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe are revised. Sub -sections revised and added concerning piping. "Coupling Bands" revised. 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS (March 3, 1997) A new Amendment. Sub -section 9-06.5(3) High Strength Bolts is revised. "High Strength Bolts" and "Anchor Bolts" are revised. Correction to "Bolt, Nut, and Washer Specifications. 09.AP9 SECTION 9-09, TIMBER AND LUMBER (March 3, 1997) A new Amendment. Sub -section 9-09.3(1)B Placing in Treating Cylinders is revised.. 10.AP9 SECTION 9-10, PILING (September 30, 1996) A new Amendment. Sub -section 9-10.1 Timber Piling is revised. Sub -section 9-10.5 Steel Piling is revised. Use message revised. 11.AP9 SECTION 9-11, WATERPROOFING (March 3, 1997) Asphalt waterproofing revised. 12.AP9 SECTION 9-12, MASONRY UNITS (March 3, 1997) Revised. 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS (March 3, 1997) "Concrete Slab Riprap" section deleted. 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL (March 3, 1997) "Posts and Blocks", revised. 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS (September 30, 1996) A new Amendment. Sub -section 9-17.1 General is revised. 21.AP9 SECTION 9-21, RAISED PAVEMENT MARKERS (RPM) (September 30, 1996) A new Amendment. Sub -section 9-21.1(1) Physical and Chemical Properties and Sub -section 9-21.2(2) Optical Requirements are revised. Sub- section 9-29.6(5) Foundation Hardware is revised. 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL (September 30, 1996) A new Amendment. Sub -section 9-29.4 Messenger Cable, Fittings is revised. 33.AP9 SECTION 9-33, CONSTRUCTION GEOTEXTILE (September 30, 1996) A new Amendment. Sub -section 9-33.2 Geoteztile Properties is revised. Page-SP-65 Revision Date: May 19, 1997 WSDOT AMENDMENTS WSDOT AMEN Page-SP-66 Revision Date: May 19, 1997 V. CONTRACT SPECIFICATIONS CITY OF RENTON 2. SPECIAL PROVISIONS N. 30TH ST. & PARK AVE. N. V. CONTRACT SPECIFICATIONS CITY OF RENTON SPECIAL PROVISIONS FOR SCHEDULE A: WATER REPLACEMENT N. 30TH ST. & PARK AVE. N. CITY OF RENTON WATER MAIN REPLACEMENTS PROJECT NO. WTR 27-2768 INTRODUCTION These Special Provisions supplement and modify the Standard Specifications and Supplemental Specifications and are hereby made a part of this Contract. DIVISION 1 GENERAL REQUIREMENTS DEFINITIONS AND TERMS Definitions (APWA Only) Add the following definitions: CITY The City of Renton Substantial Completion Date (APWA Only) The date established by the Contracting Agency or ENGINEER when the contract work is completed to a point that the formal procedures for liquidated damages will no longer be used and liquidated damages thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract time until the Actual Completion Date. Actual Completion Date (APWA Only) The date established by the ENGINEER as the date that all the work the contract requires is complete. Acceptance Date (APWA Only) The date the Contracting Agency accepts the completed contract and items of work shown in the final estimate. AWARD AND EXECUTION OF CONTRACT Consideration of Bids (Additional Section) The contract, if awarded, will be awarded to the lowest responsive, responsible bidder. Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. SPECIAL PROVISIONS PAGE 1 SCOPE OF THE WORK Hours of Work (Additional Section) General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. CONTROL OF WORK Conformity with and Deviations from Plans and Stakes (Revised Section) Delete the first sentence of this section and replace with the following: The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes, cross -sections, and curve elevations. Construction Stakes (Supplemental Section) The CONTRACTOR shall be responsible for securing the services of a professional land surveyor registered in the State of Washington who shall provide all required survey work, construction staking and as-builting including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As-Builts" per lump sum, as described in the Measurement and Payment section of the special provisions. This staking shall consist of, but not limited to: Utility Construction limits Alignments and Grade Stakes (w/offsets, 50' max. interval) Valve location, horizontal and vertical bends, air -vac. assemblies, manhole location. Grading Limits and Grades Monuments (Reference and Restoration) Right -of -Way and Easement Limits Locating and Resetting of Key Landscape Features, Fences, etc. The CONTRACTOR shall supply the CITY with required survey notes and notify the CITY for inspection of the staking at least two working days in advance of the work taking place. The CONTRACTOR shall assume,full responsibility for the accuracy of the staking and shall provide all replacement staking or re -staking as needed. The CITY will provide the contractor's surveyor with the horizontal and vertical control needed to perform the construction surveying. The CONTRACTOR'S surveyor shall provide the ENGINEER the original field notes and a set of the field notes which shall contain as -constructed locations of the improvements constructed under this CONTRACT. SPECIAL PROVISIONS PAGE 2 These notes shall contain as a minimum the center line station and offset and cut to each cut stakes and offsets, and all other changes in alignment or grade as may be needed to draw accurate as constructed records of the project. These notes shall be kept legibly, in a format conforming to good engineering practice in a hard covered field book supplied to the CONTRACTOR'S surveyor by the CITY on request. It shall be the CONTRACTOR'S responsibility to record the location, by centerline station, offset, and depth below pavement or finish grade of all existing utilities uncovered or crossed during his work as covered under this project. CONTROL OF MATERIAL Source of Supply and Quality of Materials (Supplemental Section) No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. Shop Drawings and Submittals (Additional Section) 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 tha approved through the review process furnished, all at the Contractor's expense SPECIAL PROVISIONS PAGE 3 t have been installed in the work but have not been shall be removed and an approved product shall be 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. Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/z"xl I", 11"xl7", or 22"04" sheets and shall contain the following information: Project Contractor Engineer Owner Applicable specification and drawings reference. 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. A place for the Engineer to place a 3 inch by 4 inch review stamp. Shop or equipment drawings, dimensions, and weights Catalog information Manufacturer's specifications Special handling instructions Maintenance requirements List of contract exceptions Other information as required by the Engineer 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 re -submittal 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. Substitutions (Additional Section) Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. Prior to Bid Opening (Additional Section) Before opening bids, Owner will consider written requests from product suppliers or prime bidders for substitutions. All requests must be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be SPECIAL PROVISIONS PAGE 4 included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in his proposal, all costs for modifications required to adopt the substitute. 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. Contractor waives all claims for additional costs related to substitutions which consequently becomes apparent. 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. Substitutions Asphalt Concrete Pavement Materials Concrete Anchor Blocks Pipe Foundation and Bedding Materials Backfilling of Trenches Ductile Iron Pipe and Fittings Gate Valves Fire Hydrants, Combination Air -Vac. Release Assemblies Waste Material Control (Additional Section) The contractor is cautioned that there is very little room on the site for storage or stockpiling of excavated material. Any material that must be temporarily storedon-site shall be stored within the construction limits shown on the plans. Heavy equipment and materials shall not be stored on the Seattle Water Pipelines right-of-way. Adhere to all requirements of federal, state and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. At all times, keep the construction area clean and orderly and, upon completion of the work, leave structures clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Remove all miscellaneous unused material resulting from work and dispose SPECIAL PROVISIONS PAGE 5 of it in a manner satisfactory to Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. The Contractor shall follow all requirements and guidelines of the Puget Sound AirPollution Control Agency (PSAPCA) and other associated agencies. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely effects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Archaeological Discoveries and Historic Preservation Clause (Additional Section) 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: 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. 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. SPECIAL PROVISIONS PAGE 6 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 re sources 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. Suspension of work at the location of the find shall not be grounds for any claim by the CONTRACTOR unless the suspension extends beyond the contract working days allowed for the project, in which case the ENGINEER will make an adjustment for increased time and/or cost of performance of the contract. Temporary Water Pollution/Erosion Control (Additional Section) The CONTRACTOR shall provide to the City of Renton, prior to the Pre -construction Conference, a "red line" erosion control plan for review and approval. Said plan should be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. Protection and Restoration of Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, 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 to near original location in as near original condition as possible. For the purpose of this contract, all property not within the Right of Way, including property owned by the City of Renton, will be considered private property. 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 with sod, after trench is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the following guidelines: Topsoil shall be placed at a depth of 3 inches. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade without low areas to trap water and compacted, all as approved by the ENGINEER. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and shall have the end joints staggered. The sod shall be rolled with a smooth roller following placement. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic from access to the newly placed lawn during the establishment period. The watering schedule of all newly laid sod shall be four times a week for three weeks. The watering shall be such duration as to soak the replaced sod thoroughly and promote good root growth. SPECIAL PROVISIONS PAGE 7 Such removal, complete restoration and maintenance of the lawn shall be considered incidental to other items of work and no further compensation will be made. The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction in front of each property. Utilities and Similar Facilities (Supplemental Section) The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. 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 as follows: RCW 19.122 UNDERGROUND UTILITIES 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.] Definitions Unless the context clearly requires otherwise, the definitions in this section apply throughout this chapter. A "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. "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. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. SPECIAL PROVISIONS PAGE 8 "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 flowline. "Excavator" means any person who engages directly in excavation. "Identified facility" means any underground facility which is indicated in the project plans as being located within the area of proposed excavation. "Identified but unlocatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. "Locatable underground facility" means an underground facility which can be field -marked with reasonable accuracy. "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. "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. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. "Underground facility" means any item buried or placed below ground for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cable vision, 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. "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.] Notice of excavation to owners of underground facilities — One -number locator service — Time for notice — Marking of underground facilities — Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to; all owners of underground facilities through a one -number locator service. All owners of underground facilities within a one -number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one -number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business SPECIAL PROVISIONS PAGE 9 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 butunlocatable 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 c 99 § 1; 1984 c 144 § 3.] Underground facilities identified in bid or contract — Excavator's duty of reasonable care — Liability for damages — Attorney's Fees. 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: An underground facility not identified as required by this chapter or other provision of law; and 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. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: Determine the precise location of underground facilities which have been marked; SPECIAL PROVISIONS PAGE 10 Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 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. 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 excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. [1984 c 144 § 4.] Damage to underground facility — No notification by excavator — Repairs or relocation of facility 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. 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. [1984 c 144 § 5]. 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.] Civil penalties — Treble damages — Existing remedies not affected Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. 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. SPECIAL PROVISIONS PAGE 11 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.] 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.] 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.] PROSECUTION AND PROGRESS Time for Completion (Additional Section) Failure to complete the work prior to the established deadline date as defined by the Notice to Proceed 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. SPECIAL PROVISIONS PAGE 12 MEASUREMENT AND PAYMENT Payment Schedule GENERAL - Scope 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 U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. Bid Item 1- Mobilization/Demobilization, Site Preparation and Clean-up The lump sum price shown shall cover the complete cost of furnishing and installing, complete and in -place all work and materials necessary to move and organize equipment and personnel onto 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, provide protection of existing utilities, provide component and system testing, final clean-up of the site, and move all personnel and equipment off the site after contract completion. Payment shall be lump sum. No more than 50% of the bid amount will be paid prior to the final payment request. This bid item may not be more than 10% of the total amount of the project. Bid Item -2 Construction Staking, Survey and As -Built The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment, travel, and other surveying needs to construct the improvements to line and grade as shown on the project plans and specifications, pavement markings indicating stationing along the project alignment, and for providing the required construction and as -constructed field notes delineating modifications of pipe alignment and fitting location, as required in the contract specifications. No more than 50% of the bid amount will be paid prior to the final payment request. Payment for as-builts shall be made with the final payment request, after the review and SPECIAL PROVISIONS PAGE 13 acceptance of the as-builts by the Engineer. As -built payment shall be 50% of the total bid amount. Payment shall be per lump sum. Bid Item -3 Traffic Control The lump sum price shown shall cover the complete cost for preparing a Traffic Control Plan for approval by the Transportation Engineer, and for providing all labor, materials, and equipment for installing, removing, and maintaining all temporary traffic and pedestrian control systems, signs, barricades, sequential arrow boards, delineators, striping, concrete barriers, reflectors, lights, flagging, and other traffic control devices, clean-up, etc., conforming to the approved Traffic Control Plan and contract documents. Bid Item 4 Erosion, Sedimentation Control The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment to furnish, install, and maintain erosion and sedimentation control systems restore as required by the project plans and specifications, including construction entrances, truck washing, dust control, filter -fence, catch basin sediment control, straw mulch, slope stabilization measures, and maintenance. Bid Item -5 Trench Excavation Safety Systems The lump sum price shown shall cover the complete cost for providing all labor, materials, equipment, planning, design, engineering by a registered professional engineer, submittals, assembly, maintenance, removal, and disposal of shoring items, and all other work necessary to support trench and excavation areas as required by the project specifications and State and Federal Law, OSHA and RCW Chapter 49.17. Measurement for trench excavation safety systems will be based on a percentage defined as the amount of safety trench for pipe installed divided by the total length of pipe shown. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid. Bid Item 6- 8-inch, Class 52 Ductile Iron Water Main Pipe & Fittings The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and joining of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per lineal foot of pipe based on the actual lineal footage measured along the centerline of the pipe. SPECIAL PROVISIONS PAGE 14 Bid Item 7- 12-inch, Class 52 Ductile Iron Water Main Pipe & Fittings The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and joining of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per lineal foot of pipe based on the actual lineal footage measured along the centerline of the pipe. Bid Item 8- 8 Inch Diameter Gate Valve Assembly The unit price shall cover the complete cost of providing all labor, materials, equipment, valve, valve box and cover, operating nut extension, saw cutting, excavation, dewatering, haul disposal of waste material, bedding material, bedding, backfill, compaction adjustment to finished grade and cleanup. Payment shall be per each. Bid Item 9-12 Inch Diameter Gate Valve Assembly The unit price shall cover the complete cost of providing all labor, materials, equipment, valve, valve box and cover, operating nut extension, saw cutting, excavation, dewatering, haul disposal of waste material, bedding material, bedding, backfill, compaction adjustment to finished grade and cleanup. Payment shall be per each. Bid Item 10- Fire Hydrant Assemblies The unit price shown shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, polyethylene encasement, pipe, fire hydrant assembly, main line tee and gate valve, valve box and cover, operating nut extension, Stortz adapter, shackle rods, concrete blocking, handling, bedding materials, as shown on the plans and standard details, bedding, back filling, compaction, testing, flushing, pigging, disinfecting, cleanup. Payment shall be per each fire hydrant assembly. Bid Item 11- Connection to Existing Water Mains The unit price shall cover the complete cost for providing all labor, materials, equipment, saw cutting, excavation, dewatering, haul disposal of waste, removal and disposal of existing pipes, wet - tapping the existing water mains by a City approved wet -tapping contractor, pipe, shackle rods, couplings, cleaning, chlorinating, final connection, bedding material, replacement of bedding, backfill, compaction, and other items necessary to complete this connection to the existing water mains per contract plans and specifications. Payment shall be per each connection to existing water main. SPECIAL PROVISIONS PAGE 15 Bid Item 12 and 13- %" Water Service Connection The unit price per each for water service connection with pipe size as shown shall be full pay for all work to install service connection of existing size piping, including but not limited to excavating or "hoe hogging", tapping the main, laying and jointing the new copper pipe and fittings and appurtenances, new meter setter and meter box, backfilling, testing, flushing, and disinfection of the service connection and all work and materials required to reconnect the new service line to the existing private water service line behind the meter, restoration and clean-up. This shall include final adjustment and relocation of new meter box within new sidewalk. Bid Item 14- Select Trench Backfill for Water Main The unit price shown shall cover the complete cost of providing all labor, materials, equipment, select backfill, placing, and compaction of select backfill and disposal of unsuitable native materials. No payment shall be made for over -excavation and subsequent backfill unless the Engineer determines that the over -excavation could not be avoided. Over -excavation is defined as trenching outside the limits as set forth on the construction plans. Additionally, no payment shall be made for necessary compaction to correct backfilled areas which are not compacted in accordance with these specifications. Payment shall be per ton of select backfill material. Select backfill material weight shall be verified by providing a copy of certified truck tickets which accompany each truck load. Bid Item 15- Foundation Material for Water Main The unit price shown shall cover the complete cost of providing all labor, materials, equipment, excavation, haul disposal of waste materials, dewatering, foundation material, placing, and compaction of foundation material. Payment shall be per ton of foundation material. Foundation material weight shall be verified by providing a copy of certified truck tickets which accompany each truck load. No payment shall be made for foundation material placement due to unnecessary over -excavation. Bid Item 16- 1 Inch Air -Vac Assembly The unit price per each 1-inch air -vac assembly shall be for all labor, equipment and materials to furnish and install complete air -vac assembly per standard details in the contract plans and specifications. Bid Item 17- 2 Inch Air -Vac Assembly The unit price per each 2-inch air -vac assembly shall be for all labor, equipment and materials to furnish and install complete air -vac assembly per standard details in the contract plans and specifications. SPECIAL PROVISIONS PAGE 16 Bid Item 18- Asphalt Concrete Patch, Including Crushed Surfacing Top Course The unit price per ton shall cover the complete cost of labor, materials, equipment, removal of existing asphalt concrete pavement, temporary patching (cold mix), haul, aggregate, tack coat, installation, preparation of the subgrade, sawcutting, providing and installing crushed rock base course, placement of asphalt concrete, roller compaction, joint sealing, and cleanup. Payment shall be per ton of asphalt concrete pavement as measured by the engineer within the pay limits as shown on the construction plans. All crushed surfacing top course material will be incidental to this pay item. No tickets shall be received for payment for crushed surfacing top course material. No additional payment will be made for work necessary to correct ACP not installed in accordance with the specifications. Bid Item 19- Concrete for Thrust Blocking, Dead -Man Anchor Blocks The unit price per cubic -yard shall cover the complete cost of providing all labor, materials, equipment, excavation, haul disposal of waste, dewatering, concrete vertical and horizontal blocks, dead -man anchor bolts, reinforcing steel, shackle rods, clamp assembly, anchor bolts, and necessary form work. Payment shall be per cubic -yard. Concrete material weight shall be verified by providing a copy of certified truck tickets which accompany each truck load. Bid Item 20- Removal of existing fire hydrants, valve boxes and other appurtenances The unit price per lump sum shall cover the complete cost of providing all labor, materials, equipment, dewatering, excavation, replacement and compaction of backfill materials, capping existing pipes to be abandoned, removal and disposal of existing pipes as shown on the plans, removal and disposal of valve boxes , removal and delivery of existing salvaged hydrants to the City Shops, and final clean-up. Payment shall be per lump sum. Bid Item 21 - Remove and Restore Lawn, Landscaping, and Surface Improvements Measurement for removal and restoration of lawn landscaping, and surface improvements will be based on a the number of properties restored to the satisfaction of the property owner times the number of properties. No more than 50% of the bid amount will be paid prior to the final pay request. Payment for removal and restoration of lawn, landscaping, and surface improvements will be made at the estimated percentage amount for the pay period times the lump sum bid amount. Payment will be complete compensation for all labor, materials, equipment, sawcutting, notification of property owners, removal replacement, repair and restoration of all surface improvements disturbed by construction such as plants, shrubs, trees, topsoil, lawn sod, fences, rockeries, mailboxes, planters, edgings, concrete driveways, sidewalks, and park strips, including all base and surface courses, etc. to their original location and grade and/or satisfaction of the property owner, backfill, compaction, watering, fertilizer and clean-up required, etc. to complete the work in accordance with the contract documents and construction plans. SPECIAL PROVISIONS PAGE 17 V. CONTRACT SPECIFICATIONS CITY OF RENTON SPECIAL PROVISIONS FOR SCHEDULE B: SIDEWALK REPLACEMENTS N. 30TH ST. & PARK AVE. N. CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS DIVISION I 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Modify the order of precedence to the following: 1. Addenda 2. Proposal Form 3. Special Provisions 4. General Special Provisions 5. Contract Plans 6. Amendments to the Standard Specifications 7. Standard Specifications 8. Standard Plans 1-04.3 Waste Sites Add the following: Unless otherwise specified, waste sites are the responsibility of the Contractor. Waste sites shall be operated in such a manner as to meet the safety and health requirements of the State, County and local political subdivision. Sites, operations, or results of such operations, which create a definite nuisance problem, or which result in damage to public or private properties will not be permitted. The Contractor will be required to obtain a "Clearing and Grading Permit" from the City for waste sites within its boundaries. The Contractor's attention is also drawn to Section 2-03.3(7) of the Standard Specifications and Special Provisions. Copies of permits for borrow and waste sites and reclamation plans for pits shall be furnished to the Engineer by the Contractor. 1-04.4 Changes in the Work (Extra Work) Add the following: Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated \\bigb\proj ect\l 267\M ISC-DOC\rentonspec.doc 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS compensation includes payment for the work or alteration plus all payment for the interruption of schedules, extended overhead, delay, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. 1-04.7 Changed Conditions (Differing Site Conditions) Add the following: The Contractor shall be deemed to have waived any and all claim for additional time or claim for extra compensation for additional work and material required because of the alleged changed conditions if the Contractor disturbs the condition before the Engineer has indicated to the Contractor that he has completed his field evaluation of the situation. Changed conditions as a result of any negligence or inattention on the part of the Contractor or his subcontractor shall not be considered eligible for extra payment. 1-04.10 Use of Materials Found on the Project Add the following: Except for items shown or specified to be reused in the work or to be salvaged, all pipe, valves and other facilities removed by the Contractor in the construction shall become his property and shall be removed from the site at his expense. Items to be salvaged or reused shall be removed with extreme care to avoid damage and shall be cleaned, protected from dirt and elements, and stored by Contractor until they are reinstalled. Damage caused by the Contractor to equipment or material shown or specified to be reused shall be replaced or repaired by the Contractor, at the Contractor's own expense. 1-05 CONTROL OF WORK 1-05.3 Plans and Working Drawings Supplement with the following:, Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items indicated in various sections of these contract plans, Standard Specifications, and Special Provisions. A minimum of three (3) copies shall be submitted for the Owner and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The Contractor's copies will be returned to him with the appropriate action. Add the following: \\bigb\proj ect\1267\M ISC-1)00rentonspec.doc 03/24/99 CITY OF RENTON N. 30TIl STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS 1-05.3A Record Drawings (New Section) The Contractor shall be required to maintain two sets of drawings and Specifications for the Contract on site during the construction. The Contractor's superintendent or authorized representative shall update the documents with as -built information on a daily basis. As -built information shall include, but not be limited to, the final location of all new materials incorporated into the work and all existing improvements encountered such as water lines, underground power, telephone, and gas lines with such dimension, depths, nature of composition, and locations shown so as to be able to identify and locate the improvement in the field from the Control Centerline Stationing or other permanent structure which is to remain. The record drawings shall be made accessible to the Engineer at all times and one set shall be submitted to the Engineer monthly along with the Contractor's request for progress payments. Failure of the record drawings to reflect the above information in a clear and concise manner shall be basis for withholding the Contractor's Progress Payments until such time as they are completed to the satisfaction of the Engineer. Upon completion of his review of the drawings, the Engineer shall return the set of record drawings to the Contractor for his continued use. Upon completion of all the work for each phase for the Contract, one or both of the sets of record drawings and specifications shall be delivered to the Engineer and at his discretion, he may return same for the Contractor's continued use, or be may return new unused sets of documents for the Contractor's use. 1-05.4 Conformity with and Deviations from Plans and Stakes Delete this section and replace with the following: The Contractor shall be responsible for laying out and setting any construction stakes and marks needed to establish the lines, grades, slopes, cross -sections, and curve superelevations. Prior to commencing work, the Contractor shall receive written approval of the layout and stakes from the Engineer and these stakes and marks will govern the Contractor's work. The Contractor shall take full responsibility for detailed dimensions, elevations, and slope measured from them. All work performed shall be in conformity with the lines, grades, slopes, cross sections, superelevation data, and dimensions as shown in the plans or as staked by the Contractor and approved bythe Engineer. If the plans, special provisions or these Specifications state specific tolerances, the work shall be performed within those limits. The Engineer's decision on whether the work is in conformity shall be final, as provided in Section 1-05.1. 1-05.5 Construction Stakes Delete this section and replace with the following: \\bi gb\proj ec t\ 1267W ISC-DOC\ren ton spec.d oc 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS The Contractor shall be solely responsible for retaining a Professional Land Surveyor registered in the State of Washington to set all construction stakes and marks establishing lines, slopes, and grades as stipulated in Section 1-05.5(2), and prior to commencing work shall receive written approval of the layout from the Engineer. The Contractor shall provide at least 48 hours for the Engineer to approve the layout. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these stakes and marks. Stakes, marks, and other reference points, including existing monumentation, set by the City shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. The Contractor shall be liable for any error in alignment or grade from the Contract Plans. 1-05.5(1) Roadway and Utility Surveys Delete this section and replace with the following: The Contractor shall be fully responsible for all lines, grades, and measurements deemed necessary for completion of the Work. Add the following: 1-05.5(4) Construction/As-Built Survey The construction survey work shall include providing as -built drawings certified by a Professional Land Surveyor licensed in the State of Washington. The drawings shall be provided in reproducible mylar film. The drawings shall be accurately referenced to the City of Renton coordinate system by field ties to at least two City of Renton Survey Control Network monuments. All elevations shall be referenced to the City of Renton Vertical Datum. The as -built survey drawings shall include accurate locations, elevations and sizes of all features as provided under this contract, including, but not limited to, installed franchised utilities, storm and sewer improvements, water system improvements, street improvements and signalization improvements. All underground improvements as provided in this contract shall be located and documented by the surveyor prior to backfilling of trenches. \\bigb\project\1267\M 1SC-1)00rentonspec.doc 4 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS In addition to locating the constructed improvements as provided under this contract, the as - built survey shall include information on existing underground facilities as discovered during the Contractor's operations and as directed by the Engineer. 1-05.5(5) Payment The unit contract price per lump sum for "Construction/As-Built Surveying" shall be full compensation for furnishing all tools, equipment, labor, materials and supplies necessary to accomplish the work. 1-05.6 Inspection of Work and Materials Add the following after the second paragraph: If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority requires any work to be specially tested or approved, the Contractor shall give 2 working days notice of its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made and, where practicable, at the source of supply. 1-05.7 Removal of Defective and Authorized Work Add the following: If any part of portion of the work done or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the work dangerous or unsuitable, or if the removal of such work will create conditions which are dangerous or undesirable, the Owner shall make such deductions in the final payment therefore as may be just and reasonable. 1-05.10 Guarantees Add the following: Contractor shall guarantee workmanship on labor and materials for a period of one year from date of final acceptance of the work, if not expressly covered by manufacturer's warranties. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.6 Permits and Licenses \\bigb\project\1 267\M1SC-D0C\rentonspec.doc 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Supplement with the following: The Contractor shall ensure that all necessary permits are obtained. The Contractor shall review any permits that were obtained by others in order to be familiar with the requirements of the permits. All specific permits, licenses, inspections, etc., which may be required, shall be obtained and paid for by the Contractor. Payment for permits, licenses, inspections, etc. is considered incidental to the contract and as such included in the various bid items, and therefore no separate payment will be made. 1-07.14 Responsibility for Damage (INDEMNIFICATION OF CITY) Delete in. its entirety and replace with the following: The Contractor shall indemnify, defend and hold harmless the City, its officers, agents, employees, engineers, and consultants from and against any and all claims, losses or liability, including attorneys fees, arising from injury, sickness, death to persons or damage to property occasioned by any willful or intentional misconduct or negligent act, omission, error, or failure of the Contractor, its officers, agents and employees, in performing the work required by these Contract Documents or in consequence of any negligence regarding the work, or the use of improper materials in the work. With respect to the performance of this contract and as to claims against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries, death or sickness to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Contractor. This industrial insurance waiver is mutually negotiated by the parties. This paragraph shall not apply to any claims, suits or actions which result from the sole negligence of the City, its officers, agents or employees. If such claims, suits or actions were caused by or result from the concurrent negligence of the City, its officers, agents or employees, the indemnity obligation contained within this paragraph shall be valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents, and employees. The Contractor shall bear sole responsibility for damage to completed portions of the project or to property located off the project caused by erosion, siltation, run-off, or other related items during the construction of the project. The Contractor shall also bear sole responsibility for any pollution of rivers, streams, groundwater or other waters which may occur as a result of construction operations. The Contractor shall ' exercise all necessary precautions throughout the life of the project to prevent pollution, erosion, siltation, and property damage.. Add the following: \\bigb\project\ 1267N ISC-DOC\ren tonspec.doc 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS 1-07.15(1)A Dust and Mud Control The Contractor shall be responsible for controlling dust and mud within the project limits as well as on all streets used in the execution of this contract. The Contractor shall be prepared to furnish and use watering trucks equipped with high velocity water jets and low head sprinkling devices, street sweepers, and any other pieces of equipment necessary to render the project site free of dust and the streets free of all dust, mud, debris, and foreign materials. Any damage caused by dust and/or mud accumulation on the streets or in the storm sewer system shall be the sole responsibility of the contractor. Payment for dust and mud control is considered incidental to the contract and as such included in the various bid items, and therefore no separate payment will be made. Add the following: 1-07.15(1)B Street Cleaning The Contractor shall provide for cleaning all surfaced roadways which have become dirty as a result of the execution of this project. This shall be done at the completion of each day's activities or more often if so directed by the Engineer. Street sweepers shall be the only acceptable method used to clean. Flushing and power brooming shall not be used. Street sweepers shall have sufficient dust control wetting nozzles such that street cleaning results in no visible dust cloud. Payment for street cleaning is considered incidental to the contract and as such included in the various bid items, and therefore no separate payment will be made. 1-07.16(1) Private/Public Property Supplement with the following: The Contractor shall not trespass upon private property and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from his operations in completing this Work. He shall comply with the laws and regulations of the Owner, County, and State and Federal governments, relating to the safety of persons and property, and will be held responsible for and required to make good any injury or damage to persons or property caused by carelessness or neglect on the part of the Contractor or subcontractor(s), or any agent or employee of either during the progress of the Work and until its final acceptance. All existing survey monuments and property comer markers shall be protected from movement by the Contractor. All existing markers and/or monuments that must be removed \\bigb\project\1267\MISC-DOC\rentonspec.doc 7 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property comer markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a Professional Land Surveyor registered in the State of Washington. Any of these monuments damaged, must be reset to second order, first class specifications. Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads, new pipe heads and connections, and testing of the system. All work shall be done in conformance to acceptable standards. This shall be incidental to the contract. The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. 1-07.17 Utilities and Similar Facilities Section 1-07.17 of the Standard Specifications is further supplemented and/or amended by the following: Underground utilities of record will be shown on the construction plans insofar as it is possible to do so. These, however, are shown for convenience only and the Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, as shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. The Contractor shall call the Utility Location Request Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555, \\bi gb\proj ect\l 267 WI ISC-DOC\ren ton spec.d oc 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS The Contractor is also warned that there may be utilities on the project that are not part of the One -Call System. They must be contacted directly by the Contractor for locations. The following addresses and telephone numbers of utility companies known or suspected of having underground and/or overhead facilities within the project area are supplied for the Contractor's convenience: City of Renton Street Field Maintenance Division 425-235-2615 Bill Wressell U.S. West Communications (Frank Forest) 253-345-2968 7235 So. 228th St., Kent, WA 98032 Puget Sound Energy (power) (Karen Sharp) 425454-6363 PO Box 90868 M/S SKCNCS, Bellevue, WA 98009 TCI Cable of Washington (Steve Underwood) 206433-3434 15241 Pac. Hwy. S., Seattle, WA 98188 Pugetr Sound Energy (gas) (Joe Jainga) 206-622-6767 PO Box 1869 MIS Mercer 4, Seattle, WA 98111 METRO - Bus Routes (Mary Malcolm) 206-684-2732 KC DOT, 8212nd Ave., MIS QS, Seattle 98104 Rainier Disposal (Terry Bickell) 206-255-8411 6350 S. 143rd, Tukwila, WA 98168 ext. 861 Renton School District (Marsha Lammer) 425-2044476 Trans. Dept., 1220 N. 4th St., Renton 98055 Post Office (Richard Beatty) 425-255-8920 17200 116th SE, Renton, WA 98058 The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The Contractor shall be responsible for any breakage of utilities or services resulting from his \\bigb\project\1267WISC-DOC\rentonspec.doc 9 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS operations, and shall hold the City and its consultants and agencies harmless from any claims resulting from disruption of or damages to same. 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. Existing utilities for telephone, power, gas and television cable facilities shall be adjusted by the appropriate utility company unless otherwise noted in these Plans. 1-07.18 Public Liability and Property Damage Insurance Supplement with the following: In addition to the amounts required by RCW 60.28 to be withheld from the progress or retained percentage payments to the Contractor, the Owner may, in its sole discretion, withhold amounts sufficient to pay any property damage claim of which the Owner may have knowledge and regardless of the informalities of notice of such claim, arising out of the performance of this contract, provided that the total amounts withheld for such purposes shall not exceed three (3) percent of the contract price. The term "property damage claim" shall not include any claim for personal injuries or any claim by persons furnishing supplies or materials or performing labor for the Contractor. The amount withheld will not be paid to the claimant by the Owner but will be held until either the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgement in favor of the claimant on such claim. 1-07.23 Traffic Control 1-07.23(1) Public Convenience and Safety Supplement with the following: Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded at all times. \\bigb\project\1267\MISC-DOC\rentonspec.doc 10 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Traffic control devices shall conform to WSDOT standards and the Manual on Uniform Traffic Control Devices. The Contractor shall prepare traffic Control plans to be submitted to the Engineer for approval before beginning work. At utility crossings a temporary patch or steel plates shall be placed over unfinished portions of work that will affect traffic in any way at the end of each working day. Material for these temporary patches shall be asphalt concrete. The cost for temporary cold patches or steel plates shall be incidental to the other unit prices in the contract. 1-07.23(2) Construction and Maintenance of Detours When street closures are planned, supplement with the following: At least one-way local traffic shall be maintained on all existing roadways within the project limits during working hours. At the end of each working day, provisions for the safe passage of local traffic during non -working hours shall be made. The Contractor shall notify the local fire and police departments, the Renton School District, and the U.S. Postmaster in writing before the beginning of the operations so that these agencies may reroute their vehicles around the construction zone. If rerouting is not possible, as determined by the fire or police departments, the Contractor shall provide reasonable access through the construction zone at all times. All cost and expense in connection with handling and protecting traffic and maintenance material (except as noted herein), including flagging, temporary signing, barricades, etc., shall be included in the contract price for the item "Traffic Control". If the work requires delays or limited term street closure beyond that provided for herein, the Contractor shall request in writing the approval of the Engineer a minimum of forty-eight (48) hours in advance of the anticipated delay or closure. Such request shall state the reason, the location, the time and date, and the duration of the required delay or closure. The Contractor shall be required, at the Contractor's own expense, to remove all excess materials, debris, or other obstruction caused by project operations from the streets or alleys as the work progresses, whether within the project limits or along haul routes. If, at anytime, the Contractor neglects to remove such materials or obstruction and place streets, sidewalks, driveways, and roads in suitable condition for traffic within twenty-four (24) hours after having received written notice from the Engineer, the work may be done by the Owner, and the cost therefrom charged to the Contractor and deducted from money due the Contractor. The Contractor shall repair or replace any streets, curbs, sidewalks, roads, or culverts damaged by project operations, to the satisfaction of the Engineer and parties concerned. \\bigb\project\1267WISC-DOC\rentonspec.doc 11 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS The Contractor shall maintain convenient access for local traffic to driveways, houses, and buildings along the line of work. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. The Contractor shall notify all property owners and tenants of street and alley closures, or other restrictions which may interfere with their access. Notification shall be at least twenty-four (24) hours in advance for residential property, and at least forty-eight (48) hours in advance for commercial property. When the abutting owners' access across right-of-way line is to be eliminated and replaced under the contract by other access, the existing access shall not be closed until the replacement access facility is available. 1-07.23(3) Flagging, Signs, and All Other Traffic Control Devices Supplement with the following: The Contractor and the Contractor's surety shall be liable for injuries and damages to persons and property suffered by reason of the Contractor's operations or any negligence in connection therewith. All equipment, reflective vests, and other apparel used by flaggers shall be supplied by the Contractor and the costs thereof shall be at the Contractor's own expense. All flaggers working on this project shall have completed a City -approved instructional course in flagger procedures. Prospective flaggers shall possess a valid flagger card attesting that they have satisfactorily completed an instructional course conducted by the Department of Transportation or other approved course by an entity of government within Washington. 1-07.23(3)F Construction Signs Delete the first sentence and replace with the following: All construction signs shall be furnished by the Contractor. After sign removal, all signs shall remain the property of the Contractor and shall be removed from City right of way. 1-07.23(5) Measurement and Payment for Traffic Control Delete the entire section and replace with the following: The item "Traffic Control" will be considered for an equitable adjustment only when the total contract price increases or decreases by more than 25 percent. The measurement and payment for the items included in the bid proposal for traffic control \\bigb\project\1267\MISC-1)00rentonspec.doc 12 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS costs will be made to the Contractor by the Owner as described below. Measurement No specific unit of measurement will apply to the lump sum item of "Traffic Control". Payment 1. "Traffic Control" per lump sum. The lump sum contract price shall be full pay for all costs associated with providing traffic control in accordance with the contract specifications, the detour schematic sign layout included in the Standard Plans, the traffic control plan as required to conform with established standards to warn and protect the public at all times from injury or damage, and to create the least possible disruption or inconvenience as a result of the Contractor's operations. Included in the lump sum contract price shall he all detour signing, temporary striping, flaggers, barriers, barricades and other items necessary to accomplish the work. Progress payment for the lump sum item "Traffic Control" will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. 1-07.26 Personal Liability of Public Officers Delete reference to "Commission" and "Secretary" and revise reference to "State" to read "Contracting Agency." 1-07.27 No Waiver of Contracting Agency's Legal Rights Revise all references to "State" or "Secretary" to read "Contracting Agency." \\bigb\project\1267\MISC-DOC\rentonspec.doc 13 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS DIVISION 2 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.3 Construction Requirements Supplement with the following: The Contractor shall be responsible for the protection and preservation of all existing trees and vegetation as noted in the plans and as directed by the Engineer. Any existing plant material damaged or destroyed during construction other than designated to be removed, shall be replaced by the Contractor in like type and size as directed by the Engineer at no cost to the City. Clearing and grubbing on this project shall be performed in accordance with Section 2-01. The limits of clearing shall be as shown in the Plans and as described in this special provision. The maximum limit of clearing shall be the Plan's outermost cut or fill limit, except where filter fence will be installed. The clearing limits shall be increased 2' to allow for the filter fence. The Contractor shall clear only those areas needed for construction activities. The Contractor shall not disturb or damage areas outside of the clearing limits without the approval of the Engineer. The Contractor shall not store materials and equipment outside of the clearing limits without the approval of the Engineer. Any vegetation damaged by the Contractor's operations outside of the clearing limits shall be replaced by the Contractor in like type and size as directed by the Engineer at no additional cost to the City. 2-01.3(1) Clearing :;Add the following: 10. No trees shall be removed anywhere without prior approval by the Engineer. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement with the following: \\bigb\project\1 267\M ISC-DOC\rentonspec.doc 14 03/24/99 CITY OF RENTON N. 30T'-' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS The Contractor shall backfill voids resulting from the removal operations by placing and compacting structure excavation materials from adjacent project areas to the lines and grades as staked by the Contractor's Surveyor, utilizing Method B compaction. If the structure excavation material is deemed unsuitable by the Engineer, gravel borrow shall be utilized and paid for as described in Section 2-03.5. Add the following: 2-02.3(4) Obliteration of Pavement Markings Where shown in the Plans or where designated by the Engineer, the Contractor shall remove pavement markings. The -pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If, in the opinion of the Engineer, the pavement is materially damaged by pavement marking removal, such damage shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Sand or other material deposited on the pavement as a result of removing stripes and markings shall be removed as the work progresses to avoid hazardous conditions. Accumulation of sand or other material that might interfere with drainage will not be permitted. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description Supplement with the following: All excavation work, whether for ditches, roadway, driveways, etc., shall be paid for as "Roadway Excavation Including Haul".. The Contractor has the option of accepting the quantities identified in the Schedule of Prices or using a Professional Land Surveyor who is registered in the State of Washington to determine excavation quantities by cross -sectioning. If the Contractor chooses to utilize the cross -sectioning option, cross sections shall be taken at a maximum interval of 50 feet and all costs shall be included in the costs of other work involved in the project, furthermore, if the Contractor chooses to utilize the cross -sectioning option, cross -sections shall be taken prior to the beginning of construction to establish existing ground. At the completion of excavation, cross -sections shall again be established to determine the quantity of material removed. Add the following: 2-03.2 Pavement Removal \\bigb\project\1267\M ISC-1)00rentonspec.doc 15 03/24/99 CITY OF RENTON N. 30" -' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Where shown in the Plans or where designated by the Engineer, the Contractor shall remove bituminous pavement. The approximate thickness of the pavement varies from 2" to 6". Prior to removal, the Contractor shall use a full depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The equipment and procedures used to make the full depth sawcut shall be approved by the Engineer. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2-03.3(7) Disposal of Surplus Material Delete the last sentence and supplement with the following: No waste site has been provided for any material. The Contractor shall make his/her own arrangements for disposal of surplus material and all costs for such disposal shall be considered to be incidental to the respective bid items of the contract. No additional compensation will be made. 2-03.3(14)E Unsuitable Foundation Excavation Supplement with the following: The cavity created by the unsuitable excavation shall be backfilled with Gravel Borrow and .paid for as described in Section 2-03.5. 2-03.4 Measurement Add the following: Removing Bituminous Pavement will be measured by the square yard for removal and disposal, regardless of depth. Sawcutting will be measured by the linear foot. 2-03.5 Payment \\bigb\project\1267NISC-DOC\rentonspec.doc 16 03/24/99 CITY OF RENTON N. 30T1 STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Add the following: The unit contract price per square yard for "Removing Bituminous Pavement" shall be full pay to perform the work specified including disposing of the removed pavement. The unit contract price for "Sawcutting" shall be full pay to perform the work specified including flushing of saw cuts with high pressure water as well as pollution control. No waste water shall be released into the storm system or drainage ditches. 2-06 SUBGRADE PREPARATION 2-06.3(2) Subgrade for Pavement Add the following: The Contractor shall prepare the subgrade for the restoration of driveways. This includes providing a surface to maintain access each property while the driveways are being reconstructed and otherwise minimize interruptions to access. 2-09 STRUCTURE EXCAVATION 2-09.3(2) Classification of Structure Excavation Amend as follows: Structure Excavation, Class B shall consist of excavating all materials encountered within the limits necessary for the construction of culverts, storm sewers, sanitary sewers, drain pipes, underdrain pipes, conduits, drainage structures, manholes, and other pipes and similar structures as shown on the Plans; removing and disposing of native material not suitable for backfill, which will be determined by the Engineer, all in accordance with these specifications and in reasonably close conformity with the lines, grades, and dimensions shown on the Plans, Standard Plans, or as staked by the Engineer. All costs for structure excavation Class B will be incidental to and included in the unit contract price for the installation of each type, depth, -,and size of culvert, pipe, structure, or conduit as specified. \\b igb\proj ect\1267\M ISC-DOC\rentonspec.doc 17 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.4 Measurement Delete the fifth paragraph and replace with the following: All asphalt concrete pavement utilized for the project will be measured by the ton with no differentiation made for where the material is placed. No deduction will be made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Add the following: The preparation of subgrade and other work incidental to restoring driveways and maintaining access to adjacent properties during construction will be measured by the square yard of asphalt driveway surface placed. 5-04.5 Payment Add the following: The square yard unit contract price for "Asphalt Driveway Subgrade Reconstruction" shall constitute full pay for all materials, labor, and equipment necessary to construct subgrade for asphalt driveway reconstruction, maintaining driveway access, and work other than asphalt that is incidental to restoring driveway access. 5-05 CEMENT CONCRETE PAVEMENT 5-05.4 Measurement Supplement with the following: i "Cement Conc. Approach for Commercial Driveway" and "Cement Conc. Approach for Residential Driveway" will be measured by the square yard for the completed driveway. 5-05.5 Payment Supplement with the following: \\bigb\project\1267WISC-DOC\rentonspec.doc 18 03/24/99 CITY OF RENTON N. 30TI STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS "Cement Conc. Approach for Commercial Driveway", per square yard. "Cement Conc. Approach for Residential Driveway", per square yard. \\bigb\project\1267\MISC-DOC\rentonspec.doc 19 03/24/99 CITY OF RENTON N. 30TI STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-02 CULVERTS 7-02.5 Payment Modify with the following: Where culvert pipes are to be removed, all costs in connection with the removal shall be included in the pay item "Removal of Structures and Obstructions". 7-04 STORM SEWERS 7-04.2 Materials Modify with the following: Ductile iron pipe materials used for storm sewers shall meet the requirements of Section 7-17.2. 7-04.5 Payment Modify with the following: All costs for testing storm sewers in accordance with this section will be incidental and shall be included in the unit contract price for the installation of each type, and size of pipe. All costs for excavation, shoring, pipe bedding, and backfill necessary to construct storm sewers in accordance with this section will be incidental and shall be included in the unit contract price for the installation of each type, and size of pipe. Payment for ductile iron pipe used for storm sewers will be in accordance with Section 7-17.5 and this special provision. \\bigb\project\1267\MISC-D0C\rentonspec.doc 20 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Add the following: 7-05.3(5) Removing and Replacing Metal Castings Where shown on the Plans or where directed by the Engineer, the existing iron frame and grates on catch basins or inlets shall be removed, delivered to the Owner for salvage, and replaced with new frame and grate or solid cover as noted in the Plans. The existing frame and grate shall first be removed and thoroughly cleaned for delivery to the Owner. The new frame and grate or solid cover shall be installed immediately and adjusted to the required alignment and elevation. The materials and method of construction shall conform to the Section 7-05 and requirements of the Standard Plans. Add the following: 7-05.3(6) Adjusting Valve Boxes and Meter Boxes to Grade Where shown on the Plans or where directed by the Engineer, the existing valve boxes and meter boxes shall be adjusted to grade as staked or as otherwise directed by the Engineer. The body and cover shall be raised or lowered to the required elevation without disturbing the pipes or internal equipment. The materials and method of construction and finished structure shall conform to the Standard Plans except as approved by the Engineer. 7-05.4 Measurement Add the following: "Remove and Replace Frame and Grate", will be measured per each. "Solid Metal Cover for Catch Basin", will be measured per each. "Adjust Valve Box", will be measured per each. `.`Adjust Meter Box", will be measured per each. 7-05.5 Payment Add the following: "Adjust Valve Box", per each. "Adjust Meter Box", per each. "Remove and Replace Frame and Grate", per each. "Solid Metal Cover for Catch Basin", per each. \\bigb\project\1267\M ISC-DOC\rentonspec.doc 21 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS The unit contract price per each for "Adjust Valve Box", "Adjust Meter Box", "Remove and Replace Frame and Grate", and "Solid Metal Cover for Catch Basin", shall be full pay for all costs necessary to make the replacement including restoration of adjacent areas in a manner acceptable to the Engineer. \\bigb\project\1267\M1SC-D0C\rentonspec.doc 22 03/24/99 CITY OF RENTON N. 30TI STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement with the following: This work also consists of installing catch basin filters, straw bale barriers, and filter fences in accordance with Section 1-07.15, and as specified herein. The Contractor shall install and maintain the catch basin filters, straw bale barriers, and filter fences, as necessary to prevent pollution and as directed by the Engineer. Catch basin filters, straw bale barriers, and filter fences, shall be removed at the physical completion of construction unless directed otherwise by the Engineer. Where shown on the Plans, or where designated by the Engineer, the Contractor shall perform roadside seeding operations. 8-01.2 Materials Supplement with the following: Straw bales shall be either wire -bound or string tied. The straw shall be free of noxious weeds and reed canary grass seed. Construction geotextile for filter fence shall be in accordance with the requirements for Section 9-33 for Construction Geotextile for Temporary Silt Fence. Quarry spaIls shall be in accordance with Section 9-13.6. Wire mesh and support posts for the filter fence shall be as recommended by the manufacturer of the filter fence geotextile. The fasteners shall be heavy-duty wire staples at least 1 inch long, tie wires, or hog rings, as recommended by the manufacturer of the filter fence geotextile. 8-01.3 Construction Requirements 8-01.3(4)A Seeding Supplement with the following: Areas seeded for erosion control shall be seeded with Mix Type 1. \\bigb\project\1267WISC-DOC\rentonspec.doc 23 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Mix Type 1-Erosion Control Seed Mix: Apply at a rate of 3 pounds per 1,000 square feet on all disturbed areas within the project limits that is not surfaced with pavement or crushed rock. Kind and Variety of Seed in Mixture Percent by Wei ht Minimum % Pure Seed Minimum % Germination Barclay Perennial R e ass Lolium erenne 20 19.00 90 Elka Perennial R e ass (Lolium erenne) 50 49.00 90 Creeping Red Fescue (Festuca rubra vac rubra) 20 19.60 90 Creeping Bentgrass (Agrostis ratensis) 10 9.80 90 Weed seed 0.30 Inert and other crop 1.70 8-01.3(4)B Fertilizing Supplement with the following: Fertilizer: The Contractor shall apply a fertilizer consisting of 10 percent available nitrogen, 20 percent phosphoric acid, and 20 percent soluble potash, 35 to 80 percent of slow -release nitrogen, at a rate of 10 pounds per 1,000 square feet. Fertilizer shall be applied on areas seeded with seed mix Type 1, or as indicated on the Plans. 8-01.3(5) Mulching .Supplement with the following: Mulching: Contractor may use one of the following mulches: Straw mulch applied evenly at 1/2-inch depth. Wood cellulose fiber spread at 2,000 pounds per acre or manufacturer's recommended rate. Mulch shall also be applied for, temporary erosion control on disturbed areas where no further work will be done for 15 days or when rainy weather is forecast during the period the soil will be exposed. Mulch for temporary erosion control shall be at the rates indicated in this section. Mulch applied for temporary erosion control shall be removed prior to seeding the area. 8-01.3(7) Dates for Application of Seed, Fertilizer, and Mulch \\bigb\project\1267\MISC-1)00rentonspec.doc 24 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Supplement with the following: Unless otherwise approved by the Engineer, seeding, fertilizing, and mulching shall be performed during March 1 to May 15 and September 15 to October 1. Add new section: 8-01.3(12) Temporary Water Pollution/Erosion Control This work shall conform to the requirements of Section 1-07.15 and this special provision. Filter fences shall be installed in accordance with Section 2-12.3(5) Temporary Silt Fences, and with this special provision. Filter fences shall be installed at the locations where disturbed earth will remained exposed for more than 15 days and is subject to concentrated or sheet flow runoff from the paved street surface and as directed by the Engineer. Filter fences shall be installed prior to starting earth -disturbing activities upslope of the fence. The use of filter fences may be avoided by constructing an acceptable means of diverting sheet flow runoff and concentrated runoff from paved surfaces away from any exposed slope. The exposed slope shall be temporarily mulched as specified. The temporary mulch rate may be modified by the use of acceptable soil binders or tackifiers in accordance with the Manufacturer's recommendations. The filter fences shall prevent soil carried by runoff water from going beneath, through, or over the top of the filter fence, but shall allow the water without soil to pass through the fence. Damaged and otherwise improperly functioning portions of filter fence shall be repaired or replaced at no cost to the Owner. All filter fence shall be removed after the upslope area has been permanently stabilized and cover vegetation is established. Any sediment deposits remaining after the filter fence has been removed shall be immediately dressed to conform to the existing grade. Then prepare and seed the graded area. All temporary dams or diversions shall be removed as soon as they are no longer needed. No curing cement concrete shall be allowed to come in contact with rainfall or with runoff. Plastic sheeting shall be in place to prevent contact. Cement concrete washing and waste shall be prevented from entering runoff or storm drainage systems. The Contractor's plan shall describe how construction materials, waste, equipment fluids, and fuel will be stored, and handled to prevent contamination of stormwater, groundwater, \\bigb\project\1267WISC-DOC\rentonspec.doc 25 03/24/99 CITY OF RENTON N. 30TH STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS and surface waters. The plan should include routine and emergency measures to avoid, contain, and clean up accidental spills. 8-01.4 Measurement There will be no specific measurement of "Erosion/Sedimentation Control." Erosion/Sedimentation Control completed and accepted in accordance with these specifications will be included in the lump sum item, "Erosion/Sedimentation Control." 8-01.5 Payment Supplement with the following: Payment for installation, maintenance, and removal of filter fence, catch basin filters, straw bale barriers, temporary mulching, temporary application soil binder, temporary application tacking agent, and temporary dams or diversions shall be included in "Erosion/Sedimentation Control" per lump sum. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(5) Wheel Chair Ramps Add the following: Ramps shall be constructed where shown on the Plans in conformance with the Standard Plans. The work includes sawcutting and removing existing sidewalks where necessary. 8-14.4 Measurement Add the following: Ramps installed in new cement concrete sidewalk will not be measured separately from cement concrete sidewalk. Ramps installed in existing cement concrete sidewalks will be measured per each. 8-14.5 Payment Add the following: The per each unit contract price for "Wheelchair Ramp and Cut" shall constitute full pay for all materials, labor and equipment necessary to sawcut and remove existing cement concrete sidewalk, and to install wheelchair ramps in existing cement concrete sidewalks, at the locations shown in the plans. \\bigb\project\I267NISC-DOOrentonspec.doc 26 03/24/99 CITY OF RENTON N. 30TI STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS 8-21 PERMANENT SIGNING 8-21.3(45) Sign Relocations Supplement with the following: If it is not possible to relocate a existing regulatory or warning sign to its final location immediately after its removal from its original location, a temporary sign shall be located as necessary to protect the public until the permanent relocation can be made. The relocation of the flashing warning sign on N. 30th Street will require the de -energizing of the electrical system and conduit, electrical wire, junction box, and other items to make the flashers operational again. The Contractor shall make the approved revisions to the electrical system and demonstrate to the Engineer the complete and satisfactory operation of the reconnected system all in accordance with the requirements of Section 8-20. 8-21.4 Measurement Add the following: "Relocate Sign and Post", will be measured per each from original position to final position. Temporary relocations will not be measured. 8-21.5 Payment Add the following: "Relocate Flashing Warning Sign", lump sum. "Relocate Sign and Post", each. 8-22 PAVEMENT MARKING 8-22.2 Materials Approved materials and sources for paint and plastic pavement marking materials are as follows: Plastic -Sprayed Materials Manufacturer: Morton International. \\bigb\project\1267NISC-DWrentonspec.doc 27 03/24/99 CITY OF RENTON N. 30TI STREET AND PARK AVENUE-N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS Name Brand: Dura-Stripe AC-40 mil. Manufacturer addresses are as follows: Brite-Line Industries, Inc Prismo Universal Corporation 81 Hartwell Avenue 300 Lanidex Plaza Lexington, MA 02173-3127 Parsippany, NJ 07054 Pave -Mark Corporation Cataphote Inc. 1855 Plymouth Road NW P.O. Box 2369 P.O. Box 94108 Jackson, MS 39205 Atlanta, GA 30318 Seibulite of America Inc. Bauer Coatings & Chemical Division 3136 East Victoria Street Whittaker Corporation Rancho Dominguez, CA 90221 1021 North Mission Road Los Angeles, CA 90033 Lafrentz Road Services Ltd. Edmonton, Alberta T6E4N7 Pervo Paint Company CANADA 6624 Stanford Ave. Los Angeles, CA 90001 Swedish A.B. Cleanosol Kristianstad, Sweden Daniel Boone Paints, Inc. 15701 Nelsen Place South Tukwila, WA 98188 Morton International 1675 Commercial Street NE P.O. Box 2023 Salem, OR 97303 3M Company 3M Center St. Paul, MN 55101 Add the following: \\bigb\project\1267WISC-DOC\rentonspec.doc 28 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS 8-30 Restoration 8-30.1 Description This work shall consist of restoring plantings, fences, steps, and rock walls to conditions equal or better than before construction activities began. Unless otherwise directed by the Engineer, this work is limited to work outside the public right of way including the right of way line. 8-30.2 Materials 8-30.2(1) Fence The fence materials shall replicate the section of fence to be removed, unless directed otherwise by the Engineer. Only competent materials shall be reused in the reconstruction of the fences. Rotting wood posts shall be replaced with treated wood posts. 8-30.2(2) Landscape Materials 8-30.3 Construction Requirements 8-30.3(1) Fences Fences shall be temporarily removed at the locations shown in the plans to allow for the other construction. These fences shall be reset at their original horizontal location at final grade. The Contractor will have the option of replacing the existing fence with new fence materials. The new fence shall be identical in appearance, net height, and function to the fence removed. Damage to paint and other materials during removing and resetting of the fence shall be repaired to the satisfaction of the Engineer before acceptance. 8-30.2(2) Landscaping Landscape materials including plantings, rock walls, stepping stones, and similar appurtenances shall be temporarily removed from the locations where the plans show the limits of work extending beyond the right of way. These materials shall be restored to conditions equal or better than before construction began. The Contractor will have the option of replacing the existing materials with new materials. The new materials shall be identical in type, size, spacing, and number to that removed. The Contractor shall make photograph record prior to commencing clearing and grubbing \\bigb\project\1267\M ISC-1)00rentonspec.doc 29 03/24/99 CITY OF RENTON N. 30TI STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS after grade stakes and right of way stakes are set. The photograph record shall show the existing fences, trees, plantings, and other features with the slope stakes and right of way stakes clearly visible. A log attached to the photographs shall clearly indicate the property address, the view direction and location, and a brief description of materials by type, size, and spacing. The Contractor shall submit the photograph record and his plan for restoration to the Engineer for approval. The clearing and grubbing in an area shall not proceed until the photograph record and plan for the restoration of that area are approved by the Engineer. Damaged plants and materials shall be replaced. Existing plant materials to be reused shall be removed, stored, maintained, and replanted in an acceptable manner to assure survival through the guarantee period. New plant materials shall be stored, maintained, and planted in an acceptable manner to assure survival through the guarantee period. The Contractor shall replace plant materials that die or are dying during the guarantee period. 8-30.3 Measurement Fence will be measured per linear foot. The measurement along the ground line will be for completed fence, excluding openings. There will be no specific measurement of "Landscape Restoration." Landscape restoration completed and accepted in accordance with these specifications will be included in the lump sum item, "Landscape Restoration." 8-30.4 Payment The per linear foot unit contract price for "Remove and Reset Fence" shall constitute full pay for all materials, labor and equipment necessary to remove and to reset the fence, or to replace the fence similar to the fence removed, at the locations shown in the plans. Payment for removal, storage, replacement materials, installation, and maintenance of landscape materials including plantings, rock walls, stepping stones, and similar appurtenances shall be included in "Landscape Restoration" per lump sum. 8-31 Modular Unit Wall 8-31.1 Description This work shall consist constructing modular unit wall systems at the locations shown in the plans or directed by the Engineer. The modular unit wall system consists of manufactured interlocking concrete masonry units set on leveled base of crushed surfacing. \\bigb\project\I267\MISC-D0CVentonspec.doc 30 03/24/99 CITY OF RENTON N. 30' STREET AND PARK AVENUE N. SIDEWALK IMPROVEMENT PROJECT CONTRACT DOCUMENTS 8-31.2 Materials The Modular concrete wall units, cap units, interlock pins, and masonry adhesives shall be provided by a single Manufacturer and shall be completely compatible for installation and architecturally appealing. The system units shall be produced by Keystone Retaining Wall Systems, or by an approved equal. The system shall be suitable for installation of near vertical wall face with height less than 5'without need for tensile reinforcement of the retained soil. Face Units Keystone Standard 105 lb Straight Split Face, Straight Side, Sand Color Cap Units Keystone 4" Cap Straight Split Face, Straight Side, Sand Color Leveling Base Crushed Surfacing Base Course Unit Core Fill Crushed Surfacing Base Course Interlock Keystone Fiberglass pins Adhesive Keystone Ka seal Submit samples and the Manufacturer's Catalog Cuts and Installation Instructions to the Engineer for approval prior to delivery. 8-31.3 Construction Requirements The Contractor shall excavate in accordance with Section 2-09 and to the lines and grades shown on the Plans to place the leveling pad base. The leveling pad base shall be compacted to 95% of maximum density as determined by the Compaction Control Test, Section 2-03.3(14)D. The modular units shall be installed in accordance with the Manufacturer's Installation Instructions. 8-31.4 Measurement ".Modular Unit Wall" per the square foot will be measured from the completed wall face above the ground line. 8-31.5 Payment The per square foot unit contract price for "Modular Unit Wall" shall constitute full pay for all materials, labor and equipment necessary to construct the wall, at the locations shown in the plans or where directed by the Engineer. \Wgb\project\1267NISC-DOC\rentonspec.doc 31 03/24/99 V. CONTRACT SPECIFICATIONS CITY OF RENTON 3. DEPARTMENT OF ECOLOGY REGULATIONS N. 30TH ST. & PARK AVE. N. UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King County Ordinance No 800, No 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76,04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning U.S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902_ Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816). Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S. Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. H: forms/envirpolft Page 2 of 4 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. H:forms/envirponh Page 3 of 4 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation 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. Wforms/envirpolft Page 4 of 4 APPENDIX A - HOURLY MINIMUM WAGE RATES CITY OF RENTON APPENDIX A HOURLY MINIMUM WAGE RATES N. 30TH ST. & PARK AVE. N. STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE' m PO BOX 44540, OLYMPIA, WASHINGTON -4540 360 902-5335 FAX (360) 902-gr - `u 1999 ( ) EBB CITY �`F .��•= -:.': * * *NOTICE*** The Washington State Supreme Court ruled in Everett Concrete v. Department of Labor and Industries that workers employed in the fabrication or manufacture of items specifically produced for public works projects are covered under Chapter 39.12 RCW. The law establishes that the applicable prevailing wages which must be paid to laborers, workers and mechanics are the wages that have been established for the county in which the actual physical work is performed. Because the fabrication or manufacture is performed off -site, this may not be the same county in which the job site is located. Because contract awarding agencies must include the prevailing wages in their contract or bid specifications for all -potential bidders, the off -site wages for every county in the state must be included. This insures that manufacturers located in other counties will be provided with the wages that apply to them. The following is a list of work that may include the fabrication or manufacture of items produced specifically for a public works project. This list is not intended to include standard items that are always available and may be purchased on the general market. Questions regarding whether the production of a specific item is covered should be directed to the office of the Industrial Statistician. Cabinet, Sash, Door and Furniture Making (wood) Fabricated Precast Concrete Products (Structural, Architectural and Utility concrete) Industrial Engine and Machine Mechanics Metal Fabrication (In -shop) - (Ironworkers, Boilermakers) Modular Buildings (Including customized prefabricated housing) Sheet Metal Work (Air ducts, ventilation systems, except round flex hose) Sign Making and Installation (Electrical and non -electrical) o � 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 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, BRIDGE, DOCK & WARF CARPENTERS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL ELECTRICIANS - INSIDE CABLE SPLICER $26.50 1 M 5D $33.93 1 B 5N $31.67 1 H 5A $30.93 1 M 5D $30.77 1 M 5D $30.87 1 M 5D $30.77 1 M 5D $30.90 1 M 5D $30.90 1 M 5D $30.90 1 M 5D $31.77 1M 5D $30.77 1 M 5D $30.97 1 M 5D $30.90 1 M 5D $30.90 1 M 5D $30.90 1 M 5D $30.90 1M 5D $31.69 1 M 5D $66.30 1 M 5D 8A $32.98 1 M 5D $31.2-2 1T 5D 8L $30.78 1T 5D 8L $31.22 1T 5D 8L $31.27 1T 5D 8L $32.66 1T 5D 8L $30.78 IT 5D 8L $31.22 1T 5D 8L $30.86 1T 5D 8L $30.88 11 5A $9.37 11 5A $38.66 11 6H Page 1 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CABLE SPLICER (TUNNEL) $53.20 11 6H CERTIFIED WELDER $37.25 11 6H CERTIFIED WELDER (TUNNEL) $51.13 11 6H CONSTRUCTION STOCK PERSON $19.99 1J 6H JOURNEY LEVEL $35.83 1J 6H JOURNEY LEVEL (TUNNEL) $49.04 1J 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $36.05 4A 5A 8E CERTIFIED LINE WELDER $33.15 4A 5A 8E GROUNDPERSON $23.83 4A 5A 8E HEAD GROUNDPERSON $25.05 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $33.15 4A 5A 8E JACKHAMMER OPERATOR $25.05 4A 5A 8E JOURNEY LEVEL LINEPERSON $33.15 4A 5A 8E LINE EQUIPMENT OPERATOR $27.97 4A 5A 8E POLE SPRAYER $33.15 4A 5A 8E POWDERPERSON $25.05 4A 5A 8E ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $28.45 4A 61 MECHANIC $38.49 4A 61 MECHANIC IN CHARGE $42.49 4A 61 PROBATIONARY CONSTRUCTOR $14.88 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE - All Classifications $10.20 1 ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 1 B 6S ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1 B 6S ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 113 6S ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 18 6S ALL OTHER CONCRETE PRODUCTS - Maintenance $18.77 16 6S ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1 B 6S ALL OTHER CONCRETE PRODUCTS - Welder $18.24 1 B 6S ALL OTHER CONCRETE PRODUCTS - Wet Pour $17.99 1 B 6S ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 1 B 6S FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $21.82 1M 5D GLAZIERS JOURNEY LEVEL $29.51 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $32.33 1 F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 11 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 Page 2 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INLAND BOATMEN DECKHAND $23.30 1K 5D ENGINEER-DECKHAND $25.19 1K 5D OPERATOR $26.08 1K 5D INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.25 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEYLEVEL $27.67 1M 5D IRONWORKERS JOURNEY LEVEL $33.07 1 B 5A LABORERS ASPHALT RAKER $26.98 1M 5D BALLAST REGULATOR MACHINE $26.50 1M 5D BATCH WEIGHMAN $21.82 1M 5D CARPENTER TENDER $26.50 1M 5D CASSION WORKER $27.34 1 M 5D CEMENTDUMPER/PAVING $26.98 1M 5D CEMENT FINISHER TENDER $26.50 1M 5D CHIPPING GUN (OVER 30 LBS) $26.98 1M 5D CHIPPING GUN (UNDER 30 LBS) $26.50 1M 5D CHUCK TENDER $26.50 1M 5D CLEAN-UP LABORER $26.50 1M 5D CONCRETE FORM STRIPPER $26.50 1M 5D CONCRETE SAW OPERATOR $26.98 1M 5D CRUSHER FEEDER $21.82 1M 5D CURING LABORER $26.50 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $26.50 1M 5D DITCH DIGGER $26.50 1M 5D DIVER $27.34 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $26.98 1 M 5D DRILL OPERATOR, AIRTRAC $27.34 1M 5D DUMPMAN $26.50 1M 5D FALLERIBUCKER, CHAIN SAW $26.98 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $19.50 1M 5D construction debris cleanup) FINE GRADERS $26.50 1M 5D FIRE WATCH $26.50 1M 5D FORM SETTER $26.60 1M 5D GABION BASKET BUILDER $26.50 1M 5D GENERAL LABORER $26.50 1M 5D GRADE CHECKER & TRANSIT PERSON $26.98 1 M 5D GRINDERS $26.50 1M 5D GROUT MACHINE TENDER $26.50 1M 5D HAZARDOUS WASTE WORKER LEVEL A $27.34 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $26.98 1M 5D HAZARDOUS WASTE WORKER LEVEL C $26.50 1M 5D HIGH SCALER $27.34 1M 5D HOD CARRIER/MORTARMAN $26.98 1M 5D Page 3 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Ove r PREVAILING Time Holiday Note Classification WAGE Code Code Code JACKHAMMER $26.98 1M 5D LASER BEAM OPERATOR $26.98 1 M 5D MINER $27.34 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $26.98 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $26.98 1M 5D PILOT CAR $21.82 1 M 5D PIPE RELINER (NOT INSERT TYPE) $26.98 1 M 5D PIPELAYER & CAULKER $26.98 1M 5D PIPELAYER & CAULKER (LEAD) $27.34 1M 5D PIPEWRAPPER $26.98 1 M 5D POTTENDER $26.50 1M 5D POWDERMAN $27.34 1 M 5D POWDERMAN HELPER $26.50 1 M 5D POWERJACKS $26.98 1 M 5D RAILROAD SPIKE PULLER (POWER) $26.98 1 M 5D RE-TIMBERMAN $27.34 1 M 5D RIPRAP MAN $26.50 1 M 5D SIGNALMAN $26.50 1M 5D SLOPER SPRAYMAN $26.50 1M 5D SPREADER (GLARY POWER OR SIMILAR TYPES) $26.98 1M 5D SPREADER (CONCRETE) $26.98 1M 5D STAKE HOPPER $26.50 1 M 5D STOCKPILER $26.50 1 M 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $26.98 1 M 5D TAMPER (MULTIPLE & SELF PROPELLED) $26.98 1 M 5D TOOLROOM MAN (AT JOB SITE) $26.50 1 M 5D TOPPER-TAILER $26.50 1M 5D TRACK LABORER $26.50 1 M 5D TRACK LINER (POWER) $26.98 1 M 5D TUGGER OPERATOR $26.98 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $26.50 1M 5D VIBRATOR $26.98 1 M 5D WELDER $26.50 1M 5D WELL -POINT LABORER $26.98 1M 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $26.50 1M 5D PIPE LAYER $26.98 1 M 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 JOURNEYLEVEL $30.88 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16 84 1 METAL FABRICATION (IN SHOP) FITTER $15.86 1 LABORER $g 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11.10 1 WELDER $15.48 1 Page 4 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $25.40 2B 5A PLASTERERS JOURNEY LEVEL $31.78 1 R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $39.56 1 B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $29.39 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $31.85 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $32.29 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $32.79 1T 5D 8L BACKHOES, (75 HP & UNDER) $31.49 1T 5D 8L BACKHOES, (OVER 75 HP) $31.85 1T 5D 8L BARRIER MACHINE (ZIPPER) $31.85 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $31.85 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $31.49 1T 50 8L BOBCAT $29.39 1T 5D 8L BROOMS $29.39 1T 5D 8L BUMP CUTTER $31.85 1T 5D 8L CABLEWAYS $32.29 1T 5D 8L CHIPPER $31.85 1T 5D 8L COMPRESSORS $29.39 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $29.39 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $31.85 1T 5D 8L CONCRETE PUMPS $31.49 1T 5D 8L CONVEYORS $31.49 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $31.49 1 T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $31.85 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $32.29 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $32.79 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $33.29 1T SD 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $29.39 1T 5D SL CRANES, A -FRAME, OVER 10 TON $31.49 1T 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $33.52 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $31.85 IT 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $32.29 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $32.79 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $32.79 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $33.29 1T 5D 8L Page 5 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRUSHERS $31.85 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $31.85 1T 5D 8L DERRICK, BUILDING $32.29 1T 5D 8L DOZERS, D-9 & UNDER $31.49 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $31.49 1T 5D 8L DRILLING MACHINE $31.85 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $29.39 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $31.49 1T 5D 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $31.85 1T 50 8L FORK LIFTS, (3000 LBS AND OVER) $31.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $29.39 1T 5D 8L GRADE ENGINEER $31.49 1T 5D 8L GRADECHECKER AND STAKEMAN $29.39 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $31.49 1T 5D 8L HORIZONTALIDIRECTIONAL DRILL LOCATOR $31.49 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $31.85 1T 5D 8L HYDRALIFTSIBOOM TRUCKS (10 TON & UNDER) $29.39 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $31.49 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $32.29 IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $32.79 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $31.85 1T 5D 8L LOCOMOTIVES, ALL $31.85 1T 5D 8L MECHANICS, ALL $31.85 1T 5D 8L MIXERS, ASPHALT PLANT $31.85 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $31.85 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $31.49 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $32.29 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $29.39 1T 5D 8L OPERATOR . PAVEMENT BREAKER $29.39 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $31.85 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $31.49 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $29.39 1T 5D 8L POWER PLANT $29.39 1T 5D 8L PUMPS, WATER $29.39 1T 5D 8L QUAD 9, D-10, AND HD-41 $32.29 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $32.29 1T 5D 8L EQUIP RIGGER AND BELLMAN $29.39 1T 5D 8L ROLLAGON $32.29 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $29.39 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $31.49 1T 5D 8L ROTO-MILL, ROTO-GRINDER $31.85 1T 5D 8L SAWS, CONCRETE $31.49 1T 5D 8L SCRAPERS, CONCRETE AND CARRY ALL $31.49 1T 5D 8L SCRAPERS, SELF-PROPELLED ( UNDER 45 YD) $31.85 1T 5D 8L SCRAPERS, SELF-PROPELLED (45 YD AND OVER) $32.29 1T 5D 8L SCREED MAN $31.85 1T 5D 8L SHOTCRETE GUNITE $29.39 1T 5D 8L SLIPFORM PAVERS $32.29 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $31.85 1T 5D 8L SUBGRADE TRIMMER $31.85 1T 5D 8L TRACTORS, (75 HP & UNDER) $31.49 1T 5D 8L Page 6 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRACTORS, (OVER 75 HP) $31.85 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $31.85 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $32.29 1T 5D 8L TRENCHING MACHINES $31.49 1T 5D 8L TRUCK CRANE OILERIDRIVER ( UNDER 100 TON) $31.49 1T 5D 8L TRUCK CRANE OILERIDRIVER (100 TON & OVER) $31.85 1T 5D BL WHEEL TRACTORS, FARMALL TYPE $29.39 1T 5D 8L YO YO PAY DOZER $31.85 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $27.16 4A 5A SPRAY PERSON $25.69 4A 5A TREE EQUIPMENT OPERATOR $26.06 4A 5A TREE TRIMMER $24.08 4A 5A TREE TRIMMER GROUNDPERSON $17.52 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $38.01 1B 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $21.85 1 N 5D RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $31.69 1M 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $15.21 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.14 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.59 1 RESIDENTIAL LABORERS JOURNEY LEVEL $7.96 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $22.67 1 B 5A RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $38.01 1 B 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $23.66 1J 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $27.01 1B 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $29.03 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $32.03 1R 5A SHEET METAL WORKERS JOURNEY LEVEL $35.28 11 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 1 Page 7 KING COUNTY Effective 03-03-99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code STOCK PERSON $10 39 1 SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) CONSTRUCTION CONSTRUCTION "B" PRODUCTION SILK SCREENER SHOP PERSON SIGN HANGER SIGN PAINTER SILK SCREENER SOFT FLOOR LAYERS JOURNEYLEVEL SOLAR CONTROLS FOR WINDOWS JOURNEYLEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEYLEVEL TRUCK DRIVERS DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER $18.05 1 $10.33 1 $10.24 1 $7.41 1 $18.05 1 $20.81 1 $14.58 1 $27.01 1 B 5A $12.44 1 5S $37.30 1 B 5C $13.23 1 $9.35 1 $11.40 1 $13.40 1 $22.71 2B 5A $12.13 2B 5A $21.73 2B 5A $21.04 2B 5A $22.71 2B 5A $22.24 2B 5A $22.71 2B 5A $21.04 2B 5A $11.44 2B 5A $15.65 2B 5A $18.88 2B 5A $16.85 2B 5A $21.04 2B 5A $30.08 1 H 5A $24.37 1 H 5A $24.69 1 K 5A $29.62 1T 5D 8L $30.20 1T 5D 8L $30.20 1T 5D 8L $26.46 1 $17.71 1 $12.97 1 $17.68 1 Page 8 BENEFIT CODE KEY - EFFECTIVE 03-03-99 OVERTIME. CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONF AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY- EFFECTIVE 03-03-99 -2- I. 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. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). BENEFIT CODE KEY- EFFECTIVE 03-03-99 062 H. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING 1R. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS' DAY. BENEFIT CODE KEN - EFFECTIVE 03-03-99 -4- 6. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL. DAN': INDEPENDENCE DAY: THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY (8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THAN DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. THE LAST WORKING DAN, BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY. PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - S5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- S 1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - S1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A WAGE SUPPLEMENT OF TWENTY-FOUR DOLLARS (S24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. I L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: S0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, ' LEVELS C & D: S0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: SI.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: S0.25. 1. JLJ i V I 12d I N 1 " 11 11 N I Ed iN I Prtyaihng Wage PO Box "540 Olympia WA 9&504-4540 TO PAY PREVAILING WAGES THISFORM MUST BE TYPED OR -PRINTED IN INK Public Works Contract Jacornylere forms caimf be Processed and will be returned without apyroyal, $25.00 Filing Fee Required miucxaroru on oacK of ionn- 2 Proy= Name --To- C, �_—>'ALL FORMS :.WILL BE MAILED TO THIS ADDRESS'.: Coaa= A —rd- z A g --y Org anintion some, address, city. state & W + 4 ................................................................................................................................... ................ Cay Stale 21P + 4 ................... ..................................................................................................... . ........... C—cy whet wat± -till be pcda=nod Coy where wodc will be pcdocrned Bid due date Date contract awarded Prime contractor L&I Corr. Rcgist on No.. Do you imcod to use vabcoctramon? Do you intend to use app===? Yee No (D Yes (D No Indicate wW dollar amount of your wntraa —om-- Is 3 Craftt=dc/occupadcn 4 Rate of 5 Rate of Hourly 6 Estimated Number I Hourly Ply Fringe, Benefits of Workers g, & X:: eZ I . .. ....... -P V -ax kXx XXI, X'. K R0' .......... Imq p I hereby certify that the above i-fannstion is ooacct and that an wore m 1 8 Company name employ cc this Public Wodu Project will be paid Do'lect than the Prcvaamg Wage Rates) as deLocminod by the LklusmW StatisdcUm of the l3cparoxient Andrus of Labor and InduaxieL I understand that cootractors who violate Prcv&aing Wage IAWS, i.e., incocrect clanification/scope of wock of wadccm improper payment of prevailing wagea, ctc, are subject to fines and/or debarmcoL and Lay State ZIP + 4 will be required to pay any back wages due &o warkcat. RCW 39.12.050 7 NOTARY: Complete all 4 copies and notarize each Phone number L&I Corr.kegistration No. Subscribed and sworn to before me this date-- My commLssion expircs on Notary Public in and for the State signatum Title of Signature; Amami: Owck Numb-cr. Issued By: For L& I Use Only APPROVED: Department of Labor and Industries F- LAI U. 0.11 By L F700-02$-0010.uae�o(—vwFmy 677 [)um-bau Wk--A—d=jA4—y C—ry - LAJ psk - P— Cmuwo. G.Ld—d - S.brn.a+aa INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT TO PAY PREVAILING WAGES Incomplete forms cannot.be processed and will be returned without approval.. This form must by TYPED OR PRINTED IN INK, completed in its entirety, and aft 4 copies submitted with the processing fee of $25.00 to: Note: Please fold in thirds using marks along the left edge so the address will show in a window envelope. MANAGEMENT SERVICES DEPARTMENT OF LABOR AND INDUSTRIES PO BOX 44835 OLYMPIA WA 98504-4835 approval of this Intent wiU be based on the information provided by the contra=1subcontracsa' it does not signify approval of the classifications if tabor used by the contractor/subcontractor. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages, the department will return 3 copies to the organization indicated on the form Please can (206) 956-53.35 if you have questions. gOTE: Please do not submit this form to our office if the 'Awarding Agency' Is a federal entlty. Complete the form as follows: NOTE: Numbers on instructions match large bold numbers on trout of form. 1. The company name and address to which your forms should be mailed. 2 Project Name - The name of the project contractor Contract Number - This Is the number of the contract between the > � �� tract tthe wo the prime contractor. Contract Awarding Agency - This is the name of the public agency Address, City, State, ZIP +4 - This Is the address of the contract awarding agency. County where worst was performed - Thus is the county in which the actual work will be performed. City where work was performed - This is the city In which the work will be performed If the work will be performed outside the limits of any city, write 'n/a' in this space. to the contract awarding agency. Bid Due Date - This is the data that the bids tram prime contractors were due for subrttfssion Date Contract Awarded - This is the date the contract was awarded to the prime contractor by the awarding agency. Prime Contractor - This is the company that signed the contract with the contract awarding agency Do you Intend to use subcontractors? - ktd+cate 'Yes' or -No'. Do you Intend to use apprentices? - Indicate 'Yes' or 'No'. it -Yes", please see Not, at the bottom of this page. NOTE: Wages we tied io the Bid Due Date': It the -Oasis Conaaa Awrarded- is stir months Or more alter the bid due date. wages w it be teased on that award date. 3. list each craWtrade/occupation of workers to be employed on this project it this is residential. landscape, or underground sewer and water consructlon, please state so on the form If operating engineers and/or truck drivers will be used, describe the type, and Est the size or rated capacity of the equipment. if the work win be performed by owners/partners, state 'Owner/operator' under the 'Craft' section, and sections 4, 5 and 6 need not be completed. (Individuals who own less than 301*1 of the company are not considered to be owrlets/operators, and must be paid prevaWng wage.) 4. Enter the rate of hourty pay for each cratV adetoccupation classification. This is the wage you win actually pay to the workers. 5. Enter the rate of hourly fringe benefits. This Is the cost of fringe benefits, as defined by RC e39.12-010 Ithaa that you willst actuqualally r exceed the y to the workers. The amount listed for 'Rate of Hourly Pay' plus the amount fisted for 'Rate of Hourly Fringe y, prevailing rate of wage. 6. Enter the estimated number of workers for each craft/trade/occupation. 7. 'Notary' - Ensure this area is completely filled out and each copy notarized. 8. Indicate your company's name, address, phone number and the signature of an authorized representative. Forms without signatures will be returned. Industrial Statistician NOTE: Do not list apprentices or apprentice wages on this Statement of Intent if you Intend to use ESAC Division apprentices on this project, they must be listed on the Affidavit of Wages Paid (F70O-007-000), and registered PO Box 44540 and Training Council. Any workers not registered as such must be Olympia WA 98504-4540 with the Washington State Apprenticeship paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and 26 956-5335 Training Council within 60 days of hiring, must be paid prevailing Journeyman wages for the time preceding the ( ) date of registrat)on. To verity apprenticeship registration and status, can (206) 9565324. hastmeat of I,bor and Ir,dwuio--s "' AFM AVIT OF WAGES PAID railing Watt Box," 10 Public Works Contract aMpia WA 9550"SQ TIES FORM MUST BEnTED OR PRIN17ED IN INK $25.00 Filing Fee Required [r c2mizlet., forte ranw( be ernee*sed and will be rrtur ed without annroval, t.wjc. bold awnbers match insauWons on back of form 2 Pmjoa ?lame w..r.as. a miimw arid wi"Io *" hr/nI aaisw ratsrloraa :'< .: e Lt,:FORMS"'MLL7'BE-MAILED,TO" r TFUS'ADDRESS:;Y; Date Irstau Mod or=amracon sumo. W&M-, city. auu a MP ♦ 4 �\ CmdractAwar+diasAgency s Addst i....... ...... _..... ......................................... ....................... ........... _ i i i.... .............................. .,..................................................„....................................... ! ............. Gry Stara 21P+4 County where wodt was perforroed Cry where vest was pa-fodmod tssx eomm or t.AI Ca=. Rrcistration No. Sid due date Bate contraa awardcd Date.•a& complctcd Indi—te total dollar am mt of your contract —o— $ 1 4 Ni—b« ! 3 CraftAr&dc/oczxrpation i of wwk. 5 Taal M hrs wonted-ca trade E 6 Rue of Hourty Pay 7 Rase of liourty Fringe Bcncfits 8 Apptmtk= ts_ as an b.at of ftas■1 rc....`� < Qi ffirl, 04��•»6..,-..y>"r;` tom' %,�-. `'Z'Sti'.� '•pM���C q X F :\ MM�}tn(fLys✓�,c;,,.1r,.s�. ��y</(;(,`, .t-:5�����@•- s.; k. 4` mC� S. Y)t >` •Y .S /F Y..`ti.`tx.VA£;i<.:.h�cYa QG�i'Gl+tf� h.Yo` � ..x �. �i3�t•>rYrii a� .�'� ,W, .:G; k.K' £rS 'WF �4?`ae�� �-hk FM L, rt .I ti hacby ratify that the above laath focmam is coea and a an wa&m I 9 Company mum employed on this Public Wodts Project wet paid so U= thaw the Psevul Wags Rau(s) as daetLned by tba t, an—W Stadrdciaa of the Depar=cct Addre= of Labor and Indund- I andcnxxod that cooaacrco w-bo viotua Prevaliag Wage Lawa, i - h=oaect of watt of wadrs:a, imptope to Sea aad/ar debaant Lad pay �� .ta.uit.,;..PR,,1`'�i gages, ac-, am subjoa mCity wM ba "''� to Pay any barn wxm dua to wodcs. R.CW "1ZQ50 + t NOTARY: Complete all 4 copies and notarize each Phone number ( ) gsstrauoa Subscribed and sworn to bcfom me this due: My commission expires on Title t otary Public in and for the Slue of Signamm t,�ock Ntanbcc IsauedBy. A• £:r:-.'..":r..<-.:,.:,.£;.. RrIAlWa C ERTUgED: Department of Labor and Industries F. us ►V. s... u. o.y By F70o-=-MO "3 D..Q— v11w • d • J L—y • A—,*n tiV—ry r%" . r, INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID NOTE: Please do not submit this form to our office If the "Awarding Agency" Is a federal entity. Certification of this affidavit will be based on the information provided by the con tractor/suboon tractor. It does not signify approval of the ciassifhcaboru of labor used by the contractor/subcontractor. After the Industrial Statistician has certified the Affidavit of Wages Paid, the department will return 3 copies to the organization indicated on the form_ Please call (206)956-S335 if you have questions. Incomplete forms cannot be processed and will be returned without certification. This form must by TYPED OR PRINTED IN INK, and all 4 copies submitted with the processing fee of $25.00 to: Note: Please fold in thirds MANAGEMENT SERVICES using marks along the left DEPARTMENT OF LABOR AND INDUSTRIES edge so the address will PO BOX 44835 show in a window envelope. OLYMPIA WA 98504-4835 Complete fie form as toibws: NOTE Numbers on Instructions match large bold numbers on front of this form. 1. The -company name and address to which your forms should be mailed. 2 Project Name - The name of the project Contract Number - This is the number of the contract between the awarding agency and the prime contractor Date Intent Filed - This.is the data that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval. Contract Awarding Agency - This is the name of tie public agency that awarded the contract to the prime contractor. Address, City; State, ZIP +4 - This is the address of the contract awarding agency. County where work was performed - This is the county in which the actual work was performed. City where work was performed - This Is the city In which the work was performed. If the work was performed outside the Emits of any city, write 'n/a' In this space. Bid Due Date - This is the data that the bids from prime contractors were due for submission to the contract awarding agency. Date Contract Awarded - This is the date the contract was awarded to the prime contractor by Vv awarding agency. Date Work Completed - This is the date your portion of the contract was completed. Prime Contractor - This is the company that signed the contract with the contract awarding agency. NOTE: Wages are tied to the 'Bid We Date% If 'Date Contract Awarded- is six months or more after the bid due date. wages will be based on chat award dare. 3. list each craft/trade/occupation of workers employed on this project If this is residential, landscape, or underground sewer and water construction, please state so on the form. ff operating engineers and/or truck drivers have been used, describe the type, and Est the size or rated capacity of the equipment If the work was done by owners/partners, state "Owner/operator' under the 'Craft" section. Sections 4, 5, 6, 7 and 8 need not be completed. (Individuals who own less than 309E of the company are riot considered to be owners/operators, and must be paid prevailing wage.) 4. List the actual number of journey -level workers employed in the craft/trade/occupation indicated on this project —5. Ust the total number of hours worked by each craft/trade/occupation, 6. Enter the rate of hourly pay for each craft/tradeloccupadon classification. This is the wage you actually paid to the workers. 7. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by ROW 39.12.010, that you actually paid to the workers. The amount fisted for 'Rate of Hourly Pay' plus the amount listed for 'Rate of Hourly Fringe Benefits', if any, must equal or exceed the prevailing rate of wage. 8. If apprentices have been employed on this project, Est each by name, registration number, stage of progression, date of hire by the company. craft, and rate of hourly pay and fringe benefits. This Information must be Indicated for each craft listed for each apprentice. If you need more space to fist apprentices, use additional forms. Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of registration. To verify apprenticeship registration and status, call (206) 956-5324. 9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be returned. 10. 'Notary' . Ensure this area is completely filled out and each copy notarized. RETAINAGE: Contractors are responsible for ensunng that subcontractors obtain and file Affidavits of Wages Paid. This is required by law; retainage can not lawfully be released until such affidavits are filed. Project CERTIFICATION OF PAYMENT OF PREVAILING WAGES CAG No. Date: This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through I 1n 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. Title: Company Name 11ADIVISION.S\UHAT1E.S\WATER\RICK\B1DSPEC DOOM APPENDIX B - STANDARD PLANS CITY OF RENTON APPENDIX B STANDARD PLANS N. 30TH ST. & PARK AVE. N. PAY L 'I SEE DETAIL 11 FOR STREET RESTORATION REQUIREMENTS • • . MAINUNE f WATER HYDRA • ,-,w . ..;. *09� TIVE IF � •a.RRRRRRrRR.�'rR�rrR�RrRRRrR��R�RRRaR�f�� APPROVED OR IMPORT PER SECTION 9 lic ••....♦•.♦6 ♦♦.••9 IgoGRAVEL BORROW •••❖•♦.•...•.♦.`•. PROPOSED WATER MAIN WITH POLYWRAP 00 \80011 r6.` PIPE ZONE MATERIAL PER SECTION 9-03.12(3) GRAVEL BACKFILL FOR PIPE ZONEBEDDING Ilk (INCIDENTAL TO PIPE BID ITEM) i\\�\\\�\� • • :BACKFILL f • •rrrrrararauaawoawoawruar: BY ENGINEER •rauaooaauvuuawurauaa� DEPTH AS APPROVED DEPTH AS auourraarurauuurwauws • • urraarrroouasrurrrsruraa�MATERIAL SHALL MEET SECTION •raasrwuuwoausawaaaorao� aruruauuoauuaoaawrrua� • WATER MAINZ WATER SERVICES TYPICAL TRENCH E3-EDDING BAQKFILL SAWCUT FINAL ,fO1NT TYP. EACH SIDE r EXIST. ASPH. CONC. PAVEMENT. TYP. 12' 6- Cl 'B' ASPHALT CONCRETE PATCH TYP (2 UFTS) 6" CRUSHED SURFACING TOP COURSE TRENCH SUBSEOUENT BACKFILL (SEE BEDOING/BACKFILL DETAIL) PAY OMIT OF TRENCH 1 PATCH PAYMENT 5'-0" FOR MAINLINE 3'-0" FOR WATER SERVICES do HYDRANT LATERALS ASPHALT CONCRETE PAVEMENT RESTORATION DETAIL NOT TO SCALE 1 e appo o. v One - 13 Bar Two - 13 Bar •3 Bar each corner e3 Bar each side top and bottom One -•3 Bar ' across bottom A j* NOTES Frame and grate 1. If wire mesh is used as on alternate to rebor, it shall (See Standard Plan not be placed in the knockouts. for details) 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. 3. Knockouts may be either round or "D" shape. F-pe to be installed in factory supplied knockouts. Hole size shall be equal to pipe outer diameter plus concrete inlet wall thickness, 18" MAX. 6" Riser Section 4. The taper on the sides of the precast base section and riser section shall not exceed 4%. 5. Frame and grate may be installed with flange down or cast into riser. 12" Riser Section Precast Base Section (Measurement at the top of the base) 1-3-95 1 Revised Precast base section and notes FP 10-I1 93 Revises notes and resigned. SJD I DAZE REYISIOi� 0't AFPR'D CONCRETE INLET ADOPTED ti`tY O CITY OF RENTON * nn + Standard Plans '��IV`1�� Last Date 1/03/1995 SP PAGE BO 10 Plan No B -26 I - e3 Bar 2 - 03 Bar hoop e3 Bar each corner e3 Bar each side 13 Bar each way NOTES: Frame and grate Isee Standard Plan 1. If wire mesh is used as an alternate to rebar, it shall for details) not be placed in knockouts. 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. 3. Knockouts may be on all four sides, either round or "D" shape. Pipe to be Installed in factory supplied knockouts. Hole size shall be equal to pipe outer 6" Riser Section diameter plus catch basin wall thickness, 20" MAX. 4. The maximum depth from the finished grade to the pipe invert is 5'-0 5. The toper on the sides of the precast base section and riser section shall not exceed 4%. 6. Frame acid grate may be installed with flange down or cast into riser. 12" Riser Section Precast Base Section (Measurement at the top % of the base) CATCH BASIN TYPE 1 �11.1�10� $?"t KPOW T 1111.1e1A�.Tle• lAlh —lam ADOPTED ti`tY O CITY OF RENTON e� « Standard Plans s-26-95 Revised precost Dose section and notes. FP �� Last Date 5/26/1995 S-7-93 Revised notes and reslyned. c.lo R 1 DATE REVISION •IIT sPPR'D plan No B -01 SP PAGE B012 FOR SLOT DETAIL SEE STD DETAIL DWG D-7 23 3/4" 2" 2 3/8" 2 3/8" LEVELING PAD (8) 1/8"X 3/4"X 2 1/4" 5/8" 17 3/4" r --'I 1/4' + 2 1/2" NOTES: 1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. 3. COVER MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 4. SHALL CONFROM TO SEC. 7.05 OF THE STANDARD SPECIFICATIONS. 5. COVER SHALL HAVE THE WORD 'DRAIN" IN 2-INCH RAISED LETTERS. 1 /8.1 SURFACE WATER UTILITY SOLID LOCKING COVER ADOPTED CITY OF RENTON M M1 ~ 1 1/4' FOUNDARY NAME �1/2' LETTERS RECESSED TO BE FLUSH -- III D \� I i i I O I O S1NVlnl10d ON dmnO VIV381S 01 lltl r--� r TOP VIEW 23 3/4" 7/16" i L-:: I 1/16" R=7 1/4" " 1 3/4"-� 1 3/8 7/8" 3/4., 23 1 /2" SIDE VIEW 2" 7 1 /4" FOR MACHININ^ CLEARANCE BAR 1" THICK TYP. 4 PLACES BARS 1 5/8" THICK THIS AREA BARS 1 3/8" THICK THIS AREA BOTTOM VIEW LEVELING PADS 8 - 3/4"X 1 3/4"X 1 /8" /," END VIEW 7/8" TYP. SLOT 1 1 /4" 6,1111 �_ ROUND ELLIPTICAL TANGENT BETWEEN --� TWO RADII T L- 3/4" OPTIONAL DESIGN FOR GRATE OPENING ENDS 1 /2" --I 5/8" NOTES: SLOT DETAIL 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD (ALLEN HEAD) BOLT. 2. GRATE SHALL BE DUCTILE IRON. 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD SPECIFICATIONS. - 4. USE VANED GRATE IN CURB LINE, 5. USE FRAME SHOWN IN STANDARD DETAIL D-7. 6. GRATE IS OLYMPIC FOUNDRY OSM50G OR EQUAL. 1 12 96 IREFORMAT TO 11"07 DC DT HATE I RFVICION I RY APPR' SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS (SHEET 1 OF 2) U*t4voi� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DWG. NAME: BR-18 SP PAGE: B02 LEVEL PADS (16) 3/4"X 2 1 /4"X 1 /8" r 25" _ I PLAN 18"x24" T 9/16^ 1 1 /2„ CEMENT CONCRETE CURB :A '• GUTTER 4 �� �---- 16"x22" ---� 3/4" 17 3/4"x23 3/4" (+1 /32", -0" TYP) 25"x31" NOTES: ELEVATION 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. I. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. ,. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. 3. FRAME IS OLYMPIC FOUNDRY #SM5O OR EQUAL. pATF REVISION I AY JAPPAr VERTICAL CURB EXTRUDED CURB I GUTTER I • CATCH BAS WALL CATCH BASIN WALL EXTRUDED CURB SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS (SHEET 2 OF 2) tiSY p ADOPTED CITY OF RENTON STANDARD PLANS �� N tCrZ LST DATE: 12/96 DWG. NAME: BR-18A SP PAGE: B02 FILTER FABRIC MATERIAL 60" WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE. 2" BY 2" 14 GA. WIRE FABRIC OR EQUIV. II I II I 2'-0" I I I II I II 5'-0" BURY BOTTOM OF FABRIC MATERIAL IN 8" BY 12" TRENCH 2'-6" I I I u I I I- 6' MAX II u FILTER FABRIC MATERIAL 2" BY 2" BY 14 GA. WIRE FABRIC OF EQUIV. 1 PROVIDE 3/4" - 1.5" WASHED GRAVEL BACKFILL IN TRENCH AND ON BOTH SIDES OF FILTER FENCE FABRIC ON THE SURFACE. 2" BY 4" WOOD POST -� ALT: STEEL FENCE POSTS. BRUSH BARRIER N TS 91 2' - 0" 12" i -8" MIN. NOTES: 1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A SEDIMENT TRAP OR POND. 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE LINE IS 1:1. 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO THE FENCE OF 100 FT. 4. IF 50% OR LESS OF THE SOIL, BY WEIGHT, IS FINE PARTICLE SMALLER THAN THE U.S. STANDARD SIEVE NO. 200, THE EC SHOULD BE EQUAL TO OR SMALLER THAN THE SIEVE SIZE THAT 85% OF THE SOIL CAN PASS THROUGH. 5. THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM DIAMETER WASHED GRAVEL. 5. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY HAS SERVED THEIR USEFUL PURPOSE, BUT NOT BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. 6. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING PROLONGED RAINFALL. ANY REPAIRS SHALL BE MADE IMMEDIATELY. FILTER FABRIC FENCE DETAIL tiSY p ADOPTED U • CITY OF RENTON 4 f ""'�����■��` STANDARD PLANS M DATE: 12/96 DWG. NAME: BR21 SP PAGE: B066 CONCRETE BLOCKING Sl2iNG PROC£Dl1RE A CENCRAL The amount of conar le r.quir d le anchor herirpntaf bends, toes, and deed ends depends 0" the siren9th of the see. The mdnoM e! olocIng tontr•te to ke•P the pint aecessidt h shown In Flgw* 1. The - IM=ool-the trench 1. found b7 dh4dng the nry,a bed l_lt in of sThe sot of shown In Tshown in Table by IoWe 2he f • 6. �$L�e 1, TM slrY�q prOCtdure fv for hmlzwtci Of *eight f the t1 Mlyt 2 to o,l of Ith Ih1/2 block d must be thud to a lest then 1%2 the depth ham the Or" hd surfoce to the block base. 3, The thrust block Dearing foes Is oppro:tnalNy rectongulor. APWA 4. TM Cahcrole Dlockirhe tfhd be Oe per $p•dneotbn 74-2.1ji. c �S d 0u1sldo ga*eter of Pipe n Feel T - Th_t In Pounds at the Filtiny (Tad. 1) Sat-- Sale Bearing Land InPaends/Sq. FL (Table 2) h ppte�pth of Trench In Feet W 114dih of Trent, In r•.t A - Mao of Concrete which must bw against the Sid• of the Trench 11 SQ. FL H, - Depth the ht of l h T ZThr! t&xk k n feet to B-afig Surfoc* In Feet Lm - No.rf.wn Length of the Thrust Block in Foot h d Hm='� BLOCK BASE D� D. r• inn Anon EOUAt10N5 Th"t In round- T 1. Area of Concrete (A) - Sole Bearng Load n Pounds Sy Ft. - Depth of Tr!;LIn Feel 2. Mo,4mhan Height of Thrust Block (Mm) - e 2 (Wbth of irMch n feet) - Ovtsld. Dbmdr of Pipe n Feel) w-d 3, Depth of Concrete Thnhsl Block - 2 - -�- A,-e of Conde A 4. Ma.nkmh Lehglh of Thrvsl Block (Len) - Mo,i num Height . Fin S, Repaired Amount of Cahn-te (Cu. rd) - (Height . Depth . Length) . 0,03704 (Hm . lm . Dc) . 0.03704 E. Exam 1. Probi Cdcvlaticn of the amount of concrete required 10 block o 90' bend n on 6' C.I. voter main: the __d operolnq pr__, In the pipe wll be 65 psi and the sal condition In the area indicates sond and grovel. 2. 5aluli90: Moo_,rn telling pressure (See TOW* 1) • 300 pppsi. - 0.75 ft. Outside dian.lw at B' pipe - 2.05 n. - 9.0V2- Go to Tdhle t: The testk+y pressure of 300 pall •see that the thrust on o 90T bend h 21,360 pounds. - Go to ToWt 2 Table 2 gives the soft bearing load for send and grovel: 3.000 Ibs./tow ft. - Co to Figure 1: ngh,r- 1 Indicate* the position Of the cancrHe for blocking the 90? bend. - Go to the p-IfIc liars of the pro)Kt and find depth of trench h - 4 It-t - Widt h of trench - 3 feel With the above ossernWed nlormollon, we proceed to the fend eoleutatlons: Tl Area of Concrete (A) - wvst - 21,360 7.12 o0 It. Safe Owing Load 3,000 p.plh of Trent" In Feet - Modmvm Height of Thrvol Block (Hm) 1 2 2 2 - 2.0 ft. - Depth of COr Cr-tt Thrust Block (Oe) Width of Trench In Feet (W) - oh,t*k1- Diameter al Pipe (d) 2 - 3- 0.75 -1.13 ft. 2 Area of COMCrete - Mo,M+xhm Length of Thnrst Block (Lm) - Height of Cancrds _ A _ 7.12 - 3.56 ft. Hm IFS - RegW-d Amount of Caned- . (Height ■ Depth a Length) ■ 0.03704 . �Hm . Lm ■ Dc) * 0.03704 2.0 ■ 3,56 . 1.13) . 0.03704 0.30 cu. yd. Sir. Pressure P51 Thrvst of Fittngs In Pounds T- 90' 45' 22-1/2 d IBMd4 Dead Ends Bend Bend Ben 3' 300 2,120 3.000 1.630 630 4' 4' 300 3.780 5 370 2,910 1.470 750 6' 300 300 6 So0 1M. 1l 000 21.380 6 510 11.550 3.320 5.850 1,700 3.020 6' 10' 275 21,620 30,570 I6.540 8 430 11260 4.330 6,760 12' 14' 250 250 31930 46.2DO 48.000 65.370 25,950 35,340 10.030 9.240 16' 225 45.250 64.000 34,620 17,650 9 O50 "080 le- 20' 200 200 30,9DO 62,840 72.ODO 88 900 36.940 46.oeo 19.6e0 24.520 12.580 24' 200 90460 12'/,960 199.960 69200 10K150 35,320 55,140 1&100 26.280 30'1 315'1 200 200 141370 203.580 287.950 155.740 79.400 40.720 TABLE 2 5alL8eaelra Lads in h 1SQF The safe bwk+y foods Alvan In the following table are far horizontal thrusts whin the depth of cover aver the pipe e.ceed. 2 reel. Sol. Bwnq Load sm th oer Sn FL •Muck, peot, eta 0 Soft coy 1,000 Send 2.000 Sand and Grovel 3.000 Send and Grovd Cemented with Cloy 4.000 Had Shot- 10.000 .In muck or pool, an thrusts shoe be restrained by olles Or ltt rods to sOld foundolbns a m by reovol of m c4 a pcal and reepplocefntnl with beast of suffkltnt of oil, to re.lat thrvstt. CAP 22-1/20 45aBEND TEE 9 11-1/4 0 BEND FIGURE 1 NOTE: FOR CONVEX VERTICAL BENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. CONCRETE BLOCKING SIZING PROCEDU ADOPTED G CITY OF RENTON ♦ �!+ k�m ��� STANDARD PLANS LSP DATE:10/29/96 CORRECTED COLUMN HEADINGS A-m-.� DWG. NAME: BR26 SP PAGE: BC N f ve T.ro fie rods .It" turnbuckles Thread 6" o • 17 17 ° O •. ° ° �kk d i E 'Cement Concrete ° ° a ° . I. S J r TYPE A BLOCKING FOR 11 1/4e — 221/2' VERTICAL BENDS Typt A Blocking for 111/4 221/i' Vertical Sends VS S d L g S ♦ o. 4' ;A •' mw oh am yyX♦ oe �g_♦ aE ♦ bb ♦ ; C N O 4 250 11'/. IT 22%: 12 2.3 6 250 11'/4 14 2.4 1 7 22'/7 27 3.0 e 250 11'/s 25 2.9 17 22'/r 48 3.6 f0 250 11'/, 3e 3.4 IT 22%= 75 4.2 12 250 111/4 SS 3.e 17 22'/k 10e 4.e 111/i 75 4.2 17 I4 230 22'/= 147 5.3 20 111/4 911 4.6 17 16 250 221/= 192 1 5.e t 24 NOTES, 1. Steel tle rods to b♦ heovily coated •tih asphalt of Installation. i our tie rods VB with turnbuckles \ Thrtod C" 9� \ �a v v • ° Cement Concrete ' TYPE B BLOCKING FOR 45' VERTICAL BENDS 7 yyppe B Slacking for 45' V♦rticnl Bends VB S d L it .� o.� o h �� Em • - o o s r & a� d`a o • to � O_— �u_ U N 250 1 45 22 2.e 17 6 250 45 so 3.7 I7 e 250 43 89 4.5 IT 10 250 45 139 5.2 20 12 016 250 45 200 5.e 24 14 250 45 272 6.5 1 2T 250 45 355 7.1 1'/k 30 -- e — M flap. e.ai�w.. SJk e.n 1ktnsla n ..r'o BLOCKING FOR CONVEX VERTICAL BEND .Ue1.eT♦1 SUTT eVwTetn OF teeat011a1lM otwei4 easeleGTm i ,LDorT•eD MT OF RFNIUN Sm.1" Mae Li Dam &3011995 Man N. B -22 sp pAoE B 086 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star Notional Products, 1323 Holly Avenue, PO Box 258. Columbus, Ohio 43216 unless on equal alternate is approved in writing by the Engineer. Moteriols Steel Twes: Hi strength low—alloyy Steel (car —ten , ASTM A242 heat—treoted: Superstar Si series HI99h strength low—alloy"steel (cor—ten), A& A242, Superstar SS series 1. Tiebolt: ASTM A242, Type 2, hot—dipped'galvanized. SST 7: 5/8' for 2" and 3 mechanical joints, 3/4' for 4 to 12' mechonicd joints ASTM A325, Type 30. except tensile strenggth of full —body threaded section shall be Increased to AIM lbs. minimum for 5/8" and 60.000 lbs. minimum for 3/4: by heat treotina (quenching and tempering to Manufacturer's reheat and hardness speci(Icotions. SST 756: 3/4 for 14' to 24" mechanical )oints. Some ASTM specification as ,SST 7. SST 747: 3/4' some as SST 7, except 1' eye for 7/8" rod. Some ASTM speciricotion as SST 7. 2. Tienut: HeavHex Nut for Each Tlebolt. SSB: 5/8" and 3/4", MYA563, Grade C3, hot —dip galvanized. 3. Tiecouplin Used % exg:tend continuous threaded rods and are provided with Grade C3. center stop to aid Installation, hot —dip galvanized. SS 10: for 5/8' and 3/4' tierods, ASTM A563, 4. Tierod: Continuous threaded rod for cutf,ing to delired lengths, hot —dip galvanized. SS 12: 5/8 and 3/4 diameter, ASTM A242, Type 1 or Type 2; ANSI B1.1. 5. Tiewasher: Round flat washers, hot —dip galvanized. SS 17: ASTM A242. F436. Pressure Force Size PSI Pounds 2 3 4 6 8 10 12 14 15 24 3' 300 2.120 2-3/8" 4' 300 3,780 3 8' 6' 300 8,500 5/8- 1 2' 3/8- 8- 300 15,100 3/4- 5/8" 1/2- 10' 275 21,62 3/4' 5/8- 1/2- 12" 250 33,930 3/4- 5/8- 14- 250 46.200 3/4" 16" 225 45,250 3/4- 5 8' 18" 200 50,900 3/4' S 8' 20' 200 62.840 3/4' 5/8- 24' 200 90,480 3/4" 30" 200 141,370 7 8' 36" 200 203,580 7 8 Galvanized ASTM A153 for galvanizing Iron and steel hardware ASTM A123 for golvanizin rolled, pressed and forged steel shapes. Joint Restrainer System Components: Installation: Install the joint restraint system in accordance with the Manufacturer's instructions so oil joints ore mechanically locked together to prevent int separation. Tiebolls shall be installed to pull against the mechanical joint body and not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. ' Where a Manufacturer's mechanical joint valve or fitting is supplied with slots for "T' bolts instead of holes, o fionged valve with a flonge by mechanical joint adaptor shall be used instead, so as to provide adequate space for locating tiebolt. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 0 feel In length betwee fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each int. Where pot(y wrapping Is not required, oil t abolls, lienuts, tiecouplings, tierods shall be galvanized. All disturbed sections will be pointed, to the inspector's satisfaction, with ATCO 12221, or approved aquof. Where poly wrapping is not required, all tiebolts, tienuts, tiecouplings, tierods, and tiewashers may be galvanized, as specified above, or plain and pointed in their SHACKLE RODDING AND TIE BOLTS ADOPTED e.s�r,&M CITY OF RENTON STANDARD PLANS LST DATE: 10/29/96 DWG. NAME: BR27 SP PAGE: B089 A A PLAN VIEW WATER VALVE BOX LID WITH EARS IN DIRECTION OF WATE MAIN AND WORD "WATT CAST INTO IT SEE DETAIL �— 2 PIECE CAST IRON VALVE II BOX, RICH-SEATTLE TYPE II OR OLYMPIC FOUNDARY II II SECTION A —A VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MININMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. �- 2" SQUARE OPERATING NUT 4-1/4" DIA. 1 /8" MIN. THICKNESS ;TEEL NTH AS REQUIRED 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER 62" 24 VALVE MARKER POST WHITE POST VALVE MARKER POST TO BE USED FOR ALL VALVE OPERATING NUT EXTENSION MAIN LINE VALVES OUTSIDE PAVED AREAS AND VALVE MARKER POST ADOPTED U • �� CITY OF RENTON . . STANDARD PLANS LST DATE: 12/96 10/132 Ca1.e 1.1 ' SP PAGE: 8090 •6 DATF REVISION BY APPR' DWG. NAME: BR46 2" BEEHIVE STRAINER CUT OPENING AS REQUIRED, AFTER INSTALLATION, GROUT 1 AROUND PIPE. 2"x 2"x 1" TEE, 1" CLOSE — NIPPLE BETWEEN TEE & BEND. 2" OPEN PATTERN, RETURN BEND 2" GALVANIZED IRON PIPE FIELD LOCATE 1" CLOSE NIPPLE 1" UNION 6" MAX 1" NIPPLE 1" UNION-1 71 / 1" 90' ELBOW 4.- 2" GALVANIZED IRON PIPE 18" LONG 6" MIN.-II0012 MIN. o ° 2" CAP WITH 1 /8" HOLE / FOR DRAIN. Y 17"x28" CONCRETE METER BOX WITH 3/8" STEEL DIAMOND PLATE COVER EQUAL TO FOG—TITE METER SEAL CO. N0.2 METER BOX. FIELD LOCATE. 1" BRONZE GATE VALVE, SCREW EQUAL TO RED -WHITE VALVE CORP. FIG NO.280 COUPLING COPPER TO MALE IRON PIPE -FORE, C28-44 OR EQUAL. °. 1" TYPE "K" SOFT COPPER TUBING Co oo. 0 0 0000� 1" IRON PIPE THREAD CORPORATION STOP NTH 0. 000 �� 90' BEND FOR COPPER. FORD TYPE F1000 PACK JOINT CTS. 1" GALVANIZED IRON PIPE TO FIT 1" 90' ELBOW L 1" COMBINATION AIR RELEASE & VACUUM VALVE, WASHED GRAVEL, PASSING SCREWED. APCO NO. 143C OR EQUAL. 1 -1 /2" AND RETAINED ON 1 /4" MESH FOR DRAIN NOTE: AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. DOUDLE STRAP SERVICE CLAMP WITH 1" IPS TAP TO FIT, EQUAL TO MEULLER CO. 1" AIR & VACUUM RELEASE VALVE ASSEMBLY '( C*�t! ,� ADOPTED CITY OF RENTON (� 1. / STANDARD PLANS �� LSi DATE: 10/29/96 DWG. NAME: BR50 SP PAGE:8094 2" OPEN PATTERN, RETURN BEND 2" BEEHIVE STRAINER 2" GALVANIZED IRON PIPE FIELD LOCATE 2" UNION *2"LOSE NIPPLE 17"x28" CONCRETE METER BOX WITH 3/8" STEEL DIAMOND CUT OPENING AS REQUIRED, 18"T NIPPLE PLATE COVER EQUAL TO FOG-TITE METER SEAL CO. NO.2 AFTER INSTALLATION, GROUT 2" UNION METER BOX. FIELD LOCATE. AROUND PIPE. 2"x2"x2" TEE 2" 90' BEND WITH CLOSE NIPPLE BETWEEN BEND AND TEE 'BRONZE GATE VALVE, SCREWED EQUAL TO RED -WHITE VALVE CORP. 2" 90' ELBOW FIG N0. 280 2" GALVANIZED IRON PIPE TO FIT o 2-2" 90' BENDS WITH CLOSE NIPPLE BETWEEN BENDS 0 0 0 0 2" GALVANIZED IRON PIPE �— o oo`boo�o 0 0 0°�0.0°0� CLOSE NIPPLE 18" LONG 12" MIN. o ° o°� °o° o. o 0 o CORPORAPON STOP 90' BEND, I.P. THREAD o 8 �B , 0 ° 0 0 o 0 TO COPPER, EQUAL TO FORD FB 500. 2" GALVANIZED IRON PIPE TO FIT 2" CAP WITH 1/8" HOLE 2" 90' ELBOW DOUDLE STRAP SERVICE CLAMP WITH 2" !PS TAP' TO FIT, EQUAL TO MUELLER CO. FOR DRAIN. AIR AND VACUUM VALVE 2" ASSEMBLY - APCO NO. 1452C OR EQUAL. WASHED GRAVEL, PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN NOTE: 2" AIR & VACUUM RELEASE AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED VALVE ASSEMBLY AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION oe ADOPTED WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH CITY OF RENTON OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. STANDARD PUNS LST DATE: 10/29/96 nwn N.kmF- BR51 SP PAGE: BO95 FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M do H 929 AND MUELLER SUPER CENTURION 200 WITH 6" MECHANICAL JOINT 'NLET WITH LUGS. J-1/4" MAIN VALVE OPENING. TWO 2-1/2- HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORTZ ADAPTOR, 4" SEATTLE THREAD x 5" STORTZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. PRESERVATIVE PAINT No. 43-655 SAFETY YELLOW OR APPROVED EQUAL. MAX 4" PUMPER CONNECTION TO FACE ROADWAY ASSEMBLY. MIN 2 FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. LEVEL ALL GROUND MIN 3' RADIUS 1 /- 5" STORTZ �6 1 ONE MAN ROCK - aln)_kow� 1 6� HYDRANT LOCATION IN CUT OR FILL CONCRETE BLOCKING 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION W1 REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO-WAY BLUE. 42" MIN /- CONCRETE BLOCKING BURY I / \�� CAST IRON TEE. WITH 6" FLANGE SIDE OUTLET. • _ 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT N ' 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT TWO 3/4" STEEL TIE RODS. SEE STD DETAIL FOR TIE. RODS. 16" x 8" x 4" MININUM CONCRETE BLOCK UNDER HYDRANT 1/3 CU. YD. WASHED DRAIN ROCK (3" TO 3/8") FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND MIN 3' RADIUS s EU FIRE HYDRANT ASSEMBLY DETAIL tiSY p ADOPTED U CITY OF RENTON + _■ + �� • STANDARD PUNS 15 9 Edited text odded valve nut extension DCV DT N tCv� LST DATE: 10/15/95 18 95 Revised Pumper Port I DCV DT /15 9 Corrected text d Chonged point color I RTM DT �ATG pnncinAi ❑v All DWG. NAME: BR24 SP PAGE: B1 MARKER MARKER MARKER I i I TWO LANE ROAD ON SIDE STREETS OFFSET MARKER TO WHERE THE HYDRANT INDICATE WHICH SIDE IS WITHIN 20' OF A OF STREET HYDRANT MAIN TRAVELED STREET, IS ON (4" FROM DOTS THE MARKER IS TO BE OR PAINTED LINE) INSTALLED ON THAT MAIN STREET MARKER MARKER :A FOUR LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) HYDRANT MARKERS FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED 'LANE DIVIDER) RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO-WAY (BLUE) HYDRANT MARKERS U�SY p� ADOPTED CITY OF RENTON STANDARD PLANS ��N T LST DATE: 10/29/96 DWG. NAME: BR24A SP PAGE: B1 36" MIN COI vEW DUCTILE IRON WATERMAIN FINISH GRADE 2-1/2' MODIFIED DETAII. FOR N. 30'h STREET & PARK AVE. N. 12"x 22" CONCRETE METER 9OX WITH 3/16" STEEL DIAMOND PLATE COVER EQUAL TO FOG T1TE METER SEAL CO. B-10 METER BOX. 6" MIN SIDEWALK —1 9" MAX LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER SERVICE LINE TO METER. CORPORATION STOP. FORD TAPERED THREAD (CC). PACK JOINT (3/4" F1000) (1 F1000) 21" MIN COVER wI Z �7 °C I �I 12" WATER METER TO BE / SUPPLIED BY THE CITY 36" MIN COVI — TYPE "K" SOFT COPPER TUBING FORD COPPERSETTER'•' VH 72-15W-44-33G (FOR 518" x 3/4" METER; VH 72-15W-44-44G (FOR 1 METER) BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. PADLOCK WINGS ON KEY VALVE SINGLE CHECK VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH GRIPPER. 22-1 /2' _ F FOR SERVICE FROM EXISTING STEEL XISTING CAST IRON ASBESTOS CEMENT OR PVC WATER MAINS OR DUCTILE IRON INSTALL DOUBLE STRAP SERVICE CLAMP WATERMAIN EQUAL TO MUELLER CO. IF SERVICE LINE TO HOUSE IS TO BE INSTALLED IN THE FUTURE INSTALL FORD C14-33 OR 44 FIDT x COMPRESSION COUPLING Connect to existing private service line 3/4" do I" WATER SERVICE 4n,\ �ADOPTED CITY OF RENTON STANDARD PUNS gev 1 slo N To c•fo2T� t W SST StDti o� �-p 1�! '?� [ST DATE: 12/95 0 Fjy DWG. NAME: BR41 SP PACE: B106 naTr �r FnginN RY APPR'q I OR FLATTCII G u u � .n cc oc z 14AX. FACE J VOID 6" z 00 1.4 � o oc �i W 2 O J 12" 11111. M ��,r �.I Iltl �lill�ll G" of 5/0" (-)—) c ur i ia��cr Crushed Rock / III -6" QUARRY SPALLS APPROVED FILTER I'AORIC MAY RE REQUIRED UNDER CERTAIN SOIL CONDITIONS CHINK VOIDS, G" 011 GREATER 12" 1-111111.111M 6" PERFORATED DRAIN PIPE, RUN TO STORM SEWER OR AS DIRECTFO BY THE ENGINEER \— UNDISTURBED SOIL OR COMPACTED FILL THE LONG DIMENSION OF THE ROCKS SHALL EXTEND INTO TIIE EARTH TO PROVIDE IIAXIIIIIII STABILITY. THE ROCK SHALL BE PLACED SO AS TO LOCK. INTO TWO ROCKS IN THE HER.. 1 HAN ROCKS 150 LOS. MIN. 300 LDS. MAX. SIZE 10" IN ITS LEAST DIMENSIO11 2 IIAII ROCKS 300 LBS. 000 I.BS. " SIZE 13" TO IB" 3 MAN ROCKS 000 LOS. 1500 LOS. " SIZE 10" '10 24" 4 UAN ROCKS 1500 LOS. 2100 LDS. " SIZE 24" TO 32" 5 HAN ROCKS 2100 LOS. 3000 LOS. " SIZE 30" TO 30" 'AI1Y ROCKERY GREATER THAN 0 FEET IN MIGHT IIIIST BE DESIGNED AND INSPECTED By A LICENSED ENGINEER WITH GEOTECIINICAL EXPERTISE. THE ENGINEER MUST CERTIFY TO THE CITY THE ROCKERY WAS INSTALLED IN ACCORDANCE WITH PLANS AND SI'ECIFICAIIoNS. ROCKERIES 7 FEET AND LOWER SHALL BE CONSTRUCTEII OF 4 MAN TO 2 MAN ROCKS FROM BOTT014 TO TOP. ROCKERIES Z FEET AND HIGHER SHALL BE CONSTRUCTED of 5 MAN TO 2 MAII ROCKS FROM BOTT014 TO TOP. ry Details - a ADOPTED ITY OF RENTQN STANDARD PLANS BLr--- —--}IB SIDEWALK AND ORRIS II' MIN I RAM- DESIGN A Typical Plontlnq Sir ip I see note el II rot C-6•• 1 � jS" Expansion Joint S' min. I. SIDEWALK AND CURB RAMP DESIGN B AL— --- -- —!A O/ 3' MI SLk--- -a-- 4—/---1B � Back of sidewalk SIDEWALK AND CUM RAM- DESIGN C Two or o„ walks share. May alsa De used wlth single arms walk to traffic Island. y' In. to edge of S, Min. 1 aM w S' Min. 10, Max. Optional founda,lon for signal Dole. SIDEWALK AND CUM RAMP DESIGN 0 For use With Jorge radius (35, MIN, Intersections. NOTE, Curb Romp Designs A and B ore the preferred designs. Use Curb Ramp Design C only Shen nel,her design A nor S will work. Use Curb ROM Design D only with large radius Intersections Igred,er than 35'1. sign RT-501 TYP _ l5ee Rote 6) Precast Cement — Concrete Dumper Curbs TIP !" Painted stripes, .. X spaces at 16'-0" (see contract Plans) !.• 0 q2'/ft. SECTION A -A " Expansnon Joint !0 Ot,/ft. li MAX 1 �' I/" SECTION B-B ihlcken edge to full depth of adjacent curb 7- Expansion Joint O.Oi'/ft. !.. SECTION C-C %- Exponsion joint ITYPI Rasp texture TYP r (see detall \ Note 71 Landing 45' MIN). Ynln landing Is less tr.an S' use Curb Romp Alternate. 1 1� M!N ,a exceed %i see Mce 61 CURS RAMP MOTE, Area may be graded to match existing grade. `--4411 s Expansion Joint 0`02'/ft. L !.." Expanfion jolts ITYPI �s•• SEGf ION 0-D ZTnict en edge fo full depth of adjacent Curb ACCESSIBLE PARKING SHOWN WITH CONTINUOUS CURB RAM- 1 Flush loot fo exceed I�,". fee Note 6) CURS RAM- ALTERNATE A" i 0 )0� iN Nominal dimensions RAM- TEXTURE DETAIL CEMENT CONCRETE SIDEWALK AND APPROACH DETAILS ,ASNINCTON STATK DFPMmt,seT OF ymAMvamTATIDM anetA,-SHING1. u ADOPTED t CITY OF RENTON e Standard Plain e Lest Uste 6/10/1995 PIMn Nn F -fit 1 SP PAGE F005.1 J H -I 1 e' MIN 1 r 1� 12 �:� >; Min. = 31 a 1 Accessible tout• v 1 jfs" Expansion Joint Cement concrete curb and gutter section Brown ISee Stondand Plan! 1 for other curb do lgnsI I STANDARD APPROACH - HALF PLAN H r 21_6" MIN i'-3" MIN /=' MAX IBevel STANDARD APPROACH - HALF ELEVATION Mere possible) Transition ones C—t can .—tlan sh for at?, - STANDARD APPROACH - HALF ISOMETRIC " Expansion Joint MIN Thickened edge of approach fo full depth of curb SECTION N-N Plontirq Sir 1p 7' MIN 1 1 1 i 1 1 v jrk" Expwrslon Joint 1 Cement concrete orb and gutter section shown IS** Standard Plans 1 for other curb 4es19ns1 OPTIONAPPROACH - HALF PLAN G 2'•$" MIN 2'•6" MIN OPTIONAL APPROACH - HALF ELEVATION /a'MA% IRevel .here possible) Hofer Use nal Approach only M1M a sldew011 Is wed Dpf !a dt Pro back of the approach and the sidewalk Is set DacR a minimum of 6 feet from Curb. Cement concrete curb and gutter sectlan Brown (See Standand Plans for other curb des I") OPTIONAL APPROACH - HALF ISOMETRIC " Expansion Joint 6" MIN #Th.�.'�d edge of approach to full depth of curb SECTION 0-0 Win. 6" thick sidewalk — — — — — In opproaeh area. � - _ _ Sidewalk R IS' Optional a I MIN Pe- 12' MIN. �1 APPROACH PLAN \— Optional Approach NOTES I A minimum 3' ride occessible route !hall be mintoined In oil pedesirion accessible areas. 2 Contraction Joints shall be placed olong.sidewalks at IS' maximum spocing. All Joints snail be cleaned and caged. 3 Inlets shall be located so that runoff does not flow post curb romps. H This area may ols0 incorporate the followings Decanotl ve paving. graded paving. Raised or reveled planters. Benches or leating areal. S Curb romps srolI be poured as o separate unit from the sidewa:k. isolated by expansion joint material on all sides except of end of rop next to 1M roadway. 6 Changes In level up to I/," may be vertical and wl tiwut edge treatment. Changes In level between I/" Ond I/i' Shall be beve i ed with a slope no greater than Is2. 7 Pap fextur IN Is to be dorm with on expanded octal grate placed and removed from wet concrete to sexY a diomond pattern as shown. TM long Oxls of tlx di ariond pattern Thal l De perpendl CU l Or to the curb. Grooves !roll be Via" dew and I/." wide. 1 Mounting height for sign 147-601 !roll be 46". 9 Cement concrete opprooches shall of constructed of alr-antr0lrttd concrete Class 3000 and may be poured In egrol with curb. CEMENT CONCRETE SIDEWALK AND APPROACH DETAILS eASNIMTON STATt bVMTWM as TRAN"TATla oLTVIA. w.1541lrarto d Nam* P ADOPTED CRY OF REN ON SOW.rd Plw -{` t lea Dare V11YI995 Plea No F -031 SP PACE F005.2 ALTERNATE 1 SIDEWALK AND PLANTER STRIP r� ALTERNATE 2 SIDEWALK NEXT TO CURB (NO PLANTER STRIP) D ( TYP) oP P j-fc ��o�� w, DRIVEWAY OR ALLEY v 6' MIN U SEE ZONING CODE FOR Q O Q FOR MAX do MIN WIDTHS tl 0 2 (TYP) Y m Of Q CL 1.. D m 1 — 10" COMMERCIAL ZONE 6" RESIDENTIAL ZONE 2 (TYP) `2 A '�-' I' Ali .sy 10" COMMERCIAL ZONE 6" RESIDENTIAL ZONE �{' � 18" ON COMMERCIAL APPROACH CURB AND GUTTER SHOWN SEE DETAIL "A" HOWEVER, OTHER CURBS FOR MONOLITHIC CURB MAY BE USED. (SEE STANDARD PLANS) SECTION A -A THICKENED BASE OF CURB do GUTTER TO MATCH APPROACH THICKNESS ON COMMERCIAL APPROACHES. (TYP) NOTES; 1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE 2-1/4" DEEP. 2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS. 3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. 4. ALL JOINTS SHALL BE CLEANED AND EDGED. 5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE POURED INTEGRAL WITH STANDARD CURB (SEE DETAIL "A"). 6. SUBGRADE COMPACTION SHALL BE 95% MODIFIED PROCTOR. 7. APPROACH CENTERLINE TO MATCH THE DRIVEWAY/ALLEY CENTERLINE. (THE APPROACH WIDTH WILL BE 10' WIDER THAN THE DRIVEWAY/ ALLEY WIDTH.) 10/22/9e Edited graphics, text. Added note 7. 6" JOINT 3/16" SCORE LINE Elt:��, DETAIL A APPROACH WITH MONOLITHIC CURB SEE NOTE 5 CEMENT CONCETE APPROACH FOR DRIVEWAYS AND ALLEYS 8y p ADOPTED G 6 CITY OF RENTON _■ - STANDARD PLANS ��N �O� LST DATE: 12/96 DWG. NAME: FRO1 N SP PAGE: FOOf 1 /2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS SCORE LINES TO BE RADIAL TO CURB AND GUTTER 1/2"X4" EXPANSION MATERI 1/4"R AT JOINTS "W"-WIDTH OF SIDEWALK 1/2"X4" EXPANSION CEM. CONC. CURB AND GUTTER MATERIAL 1/4"R AT JOINTS —\ ' W a W 3 In 3 -- -- z -�- SCORE LINES ? DUMMY JOINTS NERAL NOT CURB & GUTTER JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C, THEY SHALL NOT BE LESS THAN 3/16- IN THICKNESS AND SHALL BE EXTENDED 2- BELOW THE GUTTER LINE, 1/2- THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1' BELOW CONCRETE. WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER, THE JOINT SHALL BE A COLD JOINT. 1/2-X 5- EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P,T.'S AT ALL CURB RETURNS. 1/2"X4' EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL. THE CONCRETE MIX FOR SIDEWALK SHALL CONFORM TO THE REQUIREMENTS OF CLASS B (3/4-) WITH AIR ENTRAINMENT. THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 21/2' TOOLED FINISH SUBGRADE COMPACTION SHALL BE 90% (MODIFIED PROCTOR) SEE CITY CODE 4-34 FOR SIDEWALK AND PLANTING STRIP WIDTH. 1 /2"X5" EXPANSION MATERIAL CURB RETURN ONLY 1 /4"/FT. SLOPE 1 /2"R 1 /4"/FT. SLOPE 1/2"R 4 1/2'R PAVEMENT AS PER PLANS 4" I PAVEMENT AS PER PLANS 1 STANDARD CEM. CONC. STANDARD GEM. CONC. CURB AND GUTTER CURB AND GUTTER SECTION A -A PLANTING STRIP SECTION B-B TYPICAL SIDEWALK �SY p ADOPTED U A "� CITY OF RENTON STANDARD PLANS 8�FN.tO� LST DATE: 12/96 DWG. NAME: FR-02 SP PAGE: F00' EXISTING ASPHALT 1.0'+ NEW CURB_ PAVEMENT MIN. & GUTTER SAWCUT -------------- a ARTERIAL STREET MINIMUM 3" CLASS "B" A.C. 4" A.T.B. 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" CLASS "B" A.C. 6" CRUSHED ROCK • I NOTES: MUST MATCH EXISTING THICKNESS IF GREATER. • OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT CURB & GUTTER REPLACEMENT DETAIL p� ADOPTED G�ty CITY OF RENTON ♦ j STANDARD PLANS LST DATE: 12/96 DWG. NAME: FRO5 SP PAGE: F00 EI ROAD YORII � y0 G20-2a 118 Ko y0 / CHANNELIZING DEVICE SPACING (FT) MPH Taper Tangent 35/50 30 60 25/30 20 40 LEGEND e o e Channel !zing Devices I' FIagger 8 Type A Flashing warning Light NOTES i. Floodlights sholl be provided to mark flogger stations at night. 2. If entire work area is visible from one station, one flogger -may be used, otherwise two (loggers and signing will be required each direction. 3. Sign sequence Is the some for both directions of travel. 4. See 8uffer Data Table. Use of buffer vehicle is recommended. It may be a work vehicle. If buffer vehicle is used, minimum from end of taper to work area shall be total of "R'" (roll ahead distance) plus length of vehicle, plus "B" (buffer space). If buffer vehicle is not used, minimum distance shall be "B". 5. Steady burning warning lights (Type C. MUTCD) should be used to mark channelizing devices at night as needed. A tit 6. Either reverse cone taper or sign G20-20 may be used to Show end of work area. yo• M20- Ta BE • e n k I PREPARED TO STOP (optional) 4, W20-7b (opt iono ll ORE LANE Ro►o j AHEAD M20- 4 SIGN SPACING TABLE Speed R 45/50 MPH 500'± 35/40 MPH 350'1 25/30 MPH 200'3 Typical application of traffic control devices on a two -lone highway where one lone is closed and flogging is provided. BUFFER DATA Buffer Space Speed (MPH) 25 1 30 35 40 45 50 8 (FT) 55 1 85 120 170 220 280 Buffer vehicle Roll Ahead Distance 4 Yard Dump Truck 24.000 LBS Stationary Operation R (FT) = 100 (opt Iono II ROAD HEAR AHEAD 4K W20-1 FOR LOCA A Q E H C V pow TRAFFIC CONTROL PLAN =ASAIWON STAR KPAA1161n a TAAN"WIM CLT I__AA.�...yyV�h�SS__MI ACTd bald. . 1 A ADOPTED t� CRY OF RENTON e SmndArd PIAm N LAsT D=Ie 10n0/1995 Phn No K -02 SP PAGE K002 W20-1 1 I SHOULDER WORK W21-5 CHANNELIZING DEVICE SPACING (FT) MPH Toper Tangent 35 30 60 25/30 20 40 SIGN SPACING TABLE Speed x 35 MPH 350't 25/30 MPH 200'± LEGEND coo Channel izing Devices Typical application - shoulder work on urban street with minor encroachment on traveled lane. NOTES Z 1. See Buffer Data Table. Use of buffer vehicle is recommended. It may be a work vehicle. If buffer vehicle is used, minimum distance from end of toper to work area stroll De total of o (roll one ad distance) plus length of vehicle, plus 1 o B�" buffer space. if vehicle is not used, minimum distance shot I be "B". L 2' MIN Buffer vehicle with beacon (optional) (See Note 1) 500 MAX J\ G20 20 ENO ROAD WORK or reverse cone taper to show end of work area MINIMUM TAPER LENGTH = L IN FEET Lone Posted Speed Width (MPH) 25 30 1 35 (feet) 10 105 150 205 11 115 165 225 12 125 180 245 BUFFER DATA Buffer Space Speed (MPH) 25 30 35 B (FT) = 55 BS 120 Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck 24.000 LBS Stationary Operation R (FT) = 100 FUG L U(:AL AULNCY USE TRAFFIC CONTROL PLAN VAVIMCTON STATE DDPMTWAT Or TAUSTOOTATIO. OLYWIA. ■ASHI=OTW ADOPTED CITY OF RENTON �© SundaTd Plam 'p j` • last D.w 1020/199r5� Plan No K -1 t SP PAGG KO 17 TRAFFIC CONTROL PLAN CITY OF RENTON TRANSPORTATION SYSTEMS —TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: ADDRESS: CONSTRUCTION SUPERINTENDENT: PROJECT LOCATION: WORK TIME: WORK DATE: N/E/S/W OF: APPROVED BY: _ APPROVAL DATE: APPL. DATE: _ PERMIT PHONE: MOB./CEL. FAX 1: NOTES: 1) CALL 911 (USING LOCAL PHONE) OR (253) 852-2121 (USING CELL PHONE). FIRE do POLICE DEPARTMENTS BEFORE ANY CLOSURE. 2) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY—FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 3) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 4) APPROVED TRAFFIC CONTROL PLAN MUST BE AT WORK SITE DURING WORK HOURS. COMMENTS: SKETCH FNE E COPY I have been informed of my responsibilities for traffic control andRACTORagree to comply with all traffic regulations of the City of Renton.CTORESIGNATURE: DATE: NORTH T- NEIL WA71t,/ DENNIS GERBER -.. 1, ni IFFY & STA. /11 0 \TRAMC CeERATTOHS\TCP\CTRPll11 1, , 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 parry 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: SSJ#: HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: hAdivision.s\ttanspor.tat\opetatio\tra f-con\fines ENo Roeo voaA o '. h° G20-2o 1 \ CHANNELIZING DEVICE SPACING (FT) MPH I Toper ITongent 50/65 40 80 15/45 30 60 25/30 I 20 40 LEGEND ego Chonnelizing Devices (' F l cgcer NOTES 1. Floodlights shall be provided to mark flogger stations of night. 2. If entire work area is visible from one station, one flogger may 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, it may be a work vehicle. 1f buffer vehicle is used, minimum from end of toper to work area shall be total of "R" (roll ahead distance) plus length of vehicle, plus "B" (buffer space). If buffer vehicle is not used. minimum distance shall be "B". 5. Steady burning warning lights (Type C. MUTCO) should be used to mark channelizing devices of night as needed. 6. Either reverse cone toper or sign G20-2a may be used to show end of work area. M20-7o eE .t PREPARED / To / STOP M20-801 / (opt iono I ORE LANE ROAD / AHEAD N20- 4 y SIGN SPACING TABLE Roadway Type I Speed x Freeways and 55/65 MPH (or5cs per Expressways MUi ) Rural Roods 45/55 MPH 500': Urbon Arte-iols 35/40 MPH 35C'_ Urban Streets ;esidentol 25/30 MPH 200't and Business Districts Typical appl!cot ion of trGffic control devices on a two-lane highway where one lone i5 closed and flogging is provided. BUFFER DATA Buffer Space Speed (MPH) 25 1 30 1 75 1 40 1 45 1 50 55 60 65 B (FT) 55 1 85 1 120 170 220 280 335 415 1485 Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck 24.000 LBS Stotionory Operation Moving Operation B (FT) ■ 100 175 Roll Ahead Stopping Distance Assumes 65 MPH Speed and Dry Pavement ROAD HOAR AHEAD d w21-4 Inecrpororea gnomes to Cnapter 6 of WYCD and resigned SJD DATE I REVISION et APPR'D (FOR LOC&L ,%QEHCV USEJ TRAFFIC CONTROL PLAN MASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLTMPIA. WASHINGTON APPROVED MONTH DAY, YEAR STANDARD PLAN K-2 M4-8 DETOUR M3-4 WEST 512 MI-601 M6-3 a NOTE: 5igrit one d 4—� IRK RE ROAD _ _ ttOSED R11-2 x j ROAD CLOSED AHEAD NOTES 1. Regulatory traffic control devices to be modified as needed for the duration of the detour. 2. flashing warning lights (Type A, MUTCO) shall be used to mark barricades at night as needed. 3. Detour trailblazers shall be installed as necessary throughout detour route. W20- 3 ROAD CLOSED xx MILES LOCAL TRAFFIC ONLY RI1-3a * DETOUR M4-IOL Ei x LEGEND ® Type 111 Borricode Typ;Col opplicotion - Roadway closed beyond detour point DETOUR M4-8 WEST M3-4 DETOUR 144-8 WEST M3-4 MI-601 MS-I(LI SIGN SPACING TABLE Roadway Type I Speed x freewa s and Exeewopr esZsoan 55/65 MPH 1500't (or as per MUTCD) Rural Roads 45/55 MPH 500'± Urban Arterlols 35/40 MPH 350'1 Urban Streets Residentol 25/30 MPH 200'± and Business Districts Ineorporoted changes to Chopter 6 of MUTCO and resigned SJO DATE I REVISION I IAPPR'O FOR LOCAL &REHCV USE TRAFFIC CONTROL PLAN WASHINGTON STATE DEPARTMENT Of TRANSPORTATION OLYMPIA. WASHINGTON APPROVED MONTH DAY, YEAR STANDARD PLAN K-3 SIGN SPACING TABLE Roadway Type Speed X 1500't Freeways and Expressways 55/65 MPH for as per MUTCD) Rural Roods 45/55 MPH. 500't Urban Arterlols 35/40 MPH 350't Urban Streets Residental 25/30 MPH 200't and Business Districts ti 1 F� ♦O O O y� e o a P ?� Fad o� h�( C�'Cy 0 LEGEND oda ChanneIizing Devices ® Type III Barricade 11picol application of traffic control devices on a two -lone highway where the entire roodAoy is closed and o bypass detour is provided. o" �P NOTES 1. Sign sequence is the some for both directions of travel, adjusted for direction of roadway curves. 2. Flashing warning lights and/or flogs may be used to call attention to the advance warning signs. 3. Conflicting pavement markings no longer applicable shall be removed. Temporary markings shall be used to delineate bypass detour. 4. Reflective delineation devices ore used on bypass where needed. 5. Steady burning warning lights (Type C, MUTCD) shall be used to mark channelizing devices at night as needed. 6. Where advisory speeds ore 30 MPH or less, reverse turn signs (WI-3) shall be used. Other curve or turn warning signs may be substituted to depict roadway alignment as appropriate. ' r�o / / P o � 7 CHANNEL121NG DEVICE SPACING (FT) MPH Taper Tangent 50/65 40 80 35/45 30 60 25/30 20 40 FOR LOCAL yUSIE Incorporoted cnonges to Cndpter 6 of MUTED and resigned S.ID DATE REVISION BY I APPR•D TRAFFIC CONTROL PLAN WASHINGTON STATE DEPARTMENT Or TRANSPORTATION OLYMPIA. WASHINGTON APPROVED MONTH DAY, YEAR STANDARD PLAN K-4 rui W4-2(L) W20-5(R) W21-4 NOTE Block on Orange I ROAD EHo a1GH7 LAH V11EAD 1. If Buffer Vehicle is not used see tLosEo Buffer Data TabIe for required or reverse cone taper to AHEAD buffer space distance. show end of work area G20-2o Soo Buffer Buffer Vehicle with TMA (optional) L x x x 100' -►�Rr+- C'-B—'1 17 WORK AREA LIJ I o ii Imo_ I I I BUFFER DATA Buffer Space Speed (MPH) 25 30 1 35 1 40 45 1 50 1 55 1 60 65. 8 (FT) = 55 1 85 1 120 170 220 1 280 1 335 1 415 1 485 Buffer vehicle Roll Ahead Distance 4 Yard Dump Truck 24,000 LBS Stationary Operation Moving Operation 8 (FT) = 100 175 Roll Ahead 65 MPH Stopping Distance Assumes Speed and Dry Pavement LEGEND a Chonnel;zing Devices DOS Sequential Arrow Sign SIGN SPACING TABLE Roadway Type Speed x Freeways and Expressways 55/65 MPH cor5os per MUTCDI Rural Roads 45/55 MPH 500'? Urban Arterlals 35/40 MPH 350't Urban Streets Residentol 25/30 MPH 200't and Business Districts MINIMUM TAPER LENGTH = L IN FEET Lone Width Posted Speed (MPH) (feet) 25 F3OT35 40 1 45 SO 55 65 10 105 150 205 270 450 SOO 550 11 115 165 225 295 495 550 605 12 125 1 180 245 320 540 600 660I 750 CHANNELIZING DEVICE SPACING IFTI MPH Taper Tangent 50/65 40 80 35/45 30 60 25/30 20 40 FOR rr��^^nn LOCAL Aa1EHC ll USE TRAFFIC CONTROL PLAN WASHINGTON STATE DEPARTMENT OF'TRANSPORTATION OLYMPIA. WASHINGTON Typicoloppllcatlon - doytime operation Of short duration on o four -lone divided roadway where one lone is closed. Incorporated changes to chopter 6 of �uTCO one reslgnee SJOI APPROVED MONTH DAY, YEAR DATE REVISION eY ;::?R D STANDARD PLAN K- 7 a look G20-2o END ROAD ■ORK Or reverse cone taper to snow end of work area I M4 - 2(L) BLAC✓. ON ORANGE ►=oo=3 0 0 u, _ Buffer Vehicle with beacon (optional) LEGEND 0 0 0 CHANNELIZING DEVICES M(> SEOUENTIAL ARROW SIGN Typical Application - CIOSIna two lanes of a multi -lone highway o !Cos 11 a7 11 V 0 - SIR) ee Note 1) W21-4 ROAD (See Note 1) — WORK AHEAD NOTES 1. Flashing warning tights and/or flags shall be used to coil ottention to early warning signs when specified in contract. 2. Buffer vehicle may be o work vehicle. 3. If buffer vehicle is not used see Buffer Data for required buffer space distance. SIGN SPACING TABLE ROADWAY TYPE SPEED I X FREEEEMATS ► EXPRESSWAYS 5/65 MPH (ERSNUTCO E RURAL ROADS +5/55 MPH 500': URBAN ARTERIALS 35/+0 MoH 350'. URBAN S5EE STRELLET$ BUSlrDifSSIDISTRICiS 25/30 MPH 200't CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 50/65 +0 so 35/+5 30 60 25/30 20 +0 Incorpor otea Changes to Chapter 6 of MUTCO and resigned. ASH PATE I REVISION I BY I APPR'D MINIMUM TAPER LENGTH (L) IN FEET Lane Posted Speed (mphl Niath 25 30 35 +0 +S SO 55 65 (feet) I105 150 205 270 450 500 550 kI 1156S 225 29S +9S 550 6052 1 2 S 180 2+5 320 $40 600 660 TBO BUFFER DATA BUFFER SPACE SPEED (MPH A 25 1 30 1 35 1 +0 1 +S 150 1 55 1 601 65 B. (FT) 1551 Es 120 ITO 220 2B0 335 +IS +65 BUFFER VEHICLE ROLL AHEAD DISTANCE + YARD DUMP TRUCK, 24.000 LOS STATIONARY OPERATION MOVING OPERATION R. 100' 175' ROLL AHEAD 65 MPH STOPPING DISTANCE ASSUMES SPEED AND DRY PAVEMENT. FOR LOCAL A"ENCv USA TRAFFIC CONTROL PLAN WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA. WASHINGTON APPROVED MONTH DAY, YEAR STANDARD PLAN K-8 ROAD ROAD CL08ED AHEAD CLOSED LOCAL TRAFFIC ONLY 46'X30' HO"X30" ILK.ON SILVER(REFL-) BLK.ON SILVER (REFL ROAD DETOUR CONSTRUCTIOI AHEAD AHEAD 48'X 48 40'X48' ELK. Ott ORANGE (REFL) BLK.ON ORANGE (REFL.1 TYP. SIGNS � BARRICADES USED IN ROADWAY CONSTRUCTION AREAS =IDITCLMO 60"X 30' J OLK_ON SILVER (REFL.) ROAD CLOSED AHEAD 48' X 404 OLK.ON ORANGE (REFL) FLAOOER AHEAD 48"X24" 48"X24' 40' X 46" ELK. Ott ORANGE BLK. ON ORANGE BLK. ON ORANGE III EFL.i (REFL.) (REfL) ED 6O'X24" BLK_ 011 ORANGE (REFLI DETOUR 48"X 184 BLK.OH ORANGE IRE FLI DETOUR X X 11.P.H. • 48" X 18" BLK. ON ORANGE 24"X24" (REFLj BLK.011 ORANGE . LOCAL, (REFL) TRAFFIC ONLY 30")(38" BLK. ON ORANGE (REFL.) ROAD CLOSED E 4 LOCAL TRAFFIC ONLY TYPE III BARRICADE TYPE It BARRICADE ORANGE Ott SILVER (REFL) VERTICAL PANEL ORANGE ON SILVER 1B" TRAFFIC (REFL) CONE ORANGE TYPE III BARRICADE ORANGE ON SILVER (REFL-) TYPE I BARRICADE QRANGE ON SILVER (REFL.1 PORTABLE DELINEATOR ORANGE ROAD N STRUCTIO AIIEAD / 25 M.P.N. j, � M�11-1"- �-� fT �t ��i�� • -M Il/�. - 25S-0864 - N s°�-�'