Loading...
HomeMy WebLinkAboutContract Award Date: 52FT, 11' 2.00 G CAG 06—)41 Awarded to: FURY &s MITKUCU gQ-.I-.LC po ibie ItgA fiewil dWb -wA W" �Y „ Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract,Plans and Specifications N �O City of Renton May Creek Bank Stabilization Edmonds-Avenue Stormwater Replacement Project Project No. SWP-27-303*6 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 Project Manager: 425-430-7205 Steve Lee ® Printed on Recycled Paper rr CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the May Creek Bank Stabilization Edmonds Avenue Stormwater Replacment System Project PROJECT NO. SWP-27-3036 August 2006 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS J. ST O��oF wAS,y� y 27 Q ass/ONALE�G� �_7-2 0 0b rn I EXPIRES CITY OF RENTON 1055 South Grady Way Renton, WA 98055 i ® Printed on Recycled Paper fiu Phone:[425]888-1596 Fax: [425]888-9469 Fury Construction, LLC GENERAL CONTRACTOR- Excavation And Underground Our Speciality P.O. Box 1198 Lic.#FURYCC'973BZ North Bend,WA 98045 Y,0 1�1 City of Renton 1055 South Grady Way Renton, WA 98055 RE: May Creek Bank Stabilization: Edmonds Avenue Storm Outfall Replacement Project, SWP-27-3037 err Phone List Denny Fury Office (425) 888-1596 Solo Member Cell (425) 766-1776 Home (425) 888-1014 Todd Campbell Cell (425) 766-1674 Foreman Home (425) 888-4203 Anne Strieby Office (253) 761-3259 Bonding Agent �r. Al f STATE of WASHINGTON �sTArF 4'1'.:'�'�•,per. 0 U1 hl '1889 i� g SECRETARY of STATE '.., 3 i , I, SAM REED, Secretary of State of the State of Washington and custodian of its seal, ow ; hereby issue this ar E I C RT FICATE OF FORMATION to FURY CONSTRUCTION COMPANY, A WASHINGTON LIMITED LIABILITY COMPANY +. A Washington Limited Liability Company. An application was filed for record in this office on the date indicated below ° ° ° UBI Number: 602 253 275 Date : December 06, 2002 r. STATE O� a U' Given under my hand and the Seal of the State of Washington at Olympia, the State Capital Sam Reed,Secreta ry o f State � = ly err FILED SECRETARY OF STATE r DEC 0 6 2002 STATE OF WASHINGTON CERTIFICATE OF FORMATION OF FURY CONSTRUCTION COMPANY, a Washington limited liability company The undersigned hereby forms a limited liability company under the laws of the State of Washington by executing and filing this certificate of formation in accordance with RCW 25.15.070. 1. The name of the limited liability company is: FURY CONSTRUCTION COMPANY, a Washington limited liability company 2. The address of the registered office of the limited liability company is: (physical address) 43520 SE North Bend Way North Bend, WA 98045 (mailing address) PO Box 1198 North Bend, WA 98045 The registered agent of the limited liability company is Denis Fury at the foregoing address. a. 3. The address of the principal place of business of the limited liability company is: 43520 SE North Bend Way North Bend, Washington 98045 4. The date the limited liability company is to dissolve is January 31 , 2050, unless this Certificate is amended to provide for a later date. 5. Management of the limited liability company is vested in its members. EXECUTED this 6 day of December, 2002. Denis Fury Aw PO Box 1198 North Bend, WA 98045 im do C:\FIRM\OBrienJ\Fury,Denis\LLCCertForm01.doc 1 02/18/2004 357433 $30.00 Chod 08719 Traiding W: 673804 Doc No: 357433-001 FILED as SECRETARY OF STATE SAM REED FEB 18,2004 rr STATE OF WASHINGTON CERTIFICATE OF AMENDMENT OF FURY CONSTRUCTION COMPANY, a Washington limited liability company The undersigned hereby amends the certificate of formation for Fury Construction Company, a Washington limited liability company, by executing and filing this certificate of amendment in accordance with RCW 25.15.075. 1. The name of the limited liability company is: FURY CONSTRUCTION COMPANY, a Washington limited liability company 2. The name of the limited liability company is hereby changed to: FURY CONSTRUCTION, LLC EXECUTED this t0—day of February, 2004. w Denis Fury, its ember PO Box 1198 North Bend, WA 98045 C:\FIRMk0BrienAFury,Denis\LLC Name ChangcXLLCCenAmend01.doc r.r r CONSENT TO SERVE AS REGISTERED AGENT The undersigned consents to serve as Registered Agent, in the State of Washington, for FURY CONSTRUCTION COMPANY, a Washington limited liability company. The undersigned understands that, as agent for the company, it will be responsible to receive service of process in the name of the company, to forward all mail to the company, and to immediately notify the office of the Secretary of State in the event of its resignation, or of any changes in the registered office address of the company. EXECUTED this 7 day of December, 20P2. Denis Fury (physical address) 43520 SE North Bend Way North Bend, WA 98045 (mailing address) PO Box 1198 North Bend, WA 98045 CAFIRWOBrienAFury,Den is\LLCCertForOl.doc 2 rr •w vti`sY o� CITY OF RENTON.BUSINESS LICENSE Expiration Date $ + Licensing Division 1055 South Grady Way 9/7/2007 A W Renton, 98055 Rent n, WA 51 Issued Date: License# 9/8/2006 BL.027259 Business Location 43520 SE NORTH BEND WAY Billing Code: ocl a rr _ NORTH BEND,WA 98045 Licensee has made application for a City of Renton business license in accordance with the provisions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the FURY CONSTRUCTION LLC City of Renton and agrees to comply with all the PO BOX 1198 requirements of said ordinance. Licensee shall .rr NORTH BEND,WA 98045 further comply with all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. Wr .. 00 so r w r 00 ow MW r r DEPARTMENT OF LABOR AND INDUSTRIES I, REGISTERED AS PROVIDED BY LAW AS ar ,� CONST CONT GENERAL 'CCbt FURYCC*4 3, t 7 �r EPFECTTVt DATE` 0109/2003 FURY CONSTR CO it I PO BOX 1198 "r NORTH BEND WA 98045 F625-052-000(8/97), ii 11 Detach And Display Certificate ar a1r rr ar err ar ar rrr CITY OF RENTON May Creek Bank Stabilization Edmonds Avenue Storm System Replacement Project SWP-27-3037 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location, Vicinity Map r Instructions to Bidders, Example Schedule of Prices Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List ❖Bond to the City of Renton ++�• ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Information and Requirements Certificate of Payment of Prevailing Wages Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates(New job classifications) Wr Environmental Regulation Listing City of Renton Supplemental Specifications Special Provisions Survey Control Network, Surveying Standards, and Monuments Traffic Control Information Site Photos Standard Details Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. w 02 Contents.DOC, ar 1W * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award 4M CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way ar Renton, Washingtpn 98055 rr ir. ar nr �r +rr ar rrr ,.r ,rr vW 02 Contents.DOC 4W +rr #W CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 rr 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: rs (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and AW 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 .r 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 .r 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. .r (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. •s Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation „o of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996. aw CITY OF RENTON: RENTON CITY COUNCIL: Ntayor Council President Attest: ,r. City Clerl ar 03 SUMRY.DOC\ 40 s o„ CITY OF RENTON SUAO#MY OFAAIMCANS WPlH DISABILITIES ACT POLICY ADOPTED BYRESOLUTNONNO. 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 is 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- „r, 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. +wr (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans 40 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 +w 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) CONTRACTOR$' 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. r. CONCURRED 1N by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: IK .r Mayor ouncil President +r. Attest: City Clerk IV aw CITY OF RENTON May Creek Bank Stabilization Edmonds Avenue Storm System Rehabilitation Project SWP-27-3037 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Installing approx. 350 LF of new 24-inch storm line upon steep slope and one new catch basin at r► base of slope, • modify one existing catch basin with knock-out penetration at the top of slope, + • install helical anchors and concrete wall anchors as specified by the construction plans, • construct gabion energy outfall protection, 40W • fill in eroded hole, • restoration/landscaping,topsoil, and seeding upon any disturbed areas. ,rw A total of 30 working days is allowed for completion of the project or before the wet season arrives. Any contractor connected with this project shall comply with all Federal, State, County, and City �r. codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. +r too 04a SCOPE.DOC\ ar so w DISCHARGE ` PROJECT SITE LOCATION �\ LOCATION ow LIC 27 w ` I - 4 T23N R5E W 1/2 VICINITY MAP P/W/PW STORMWATER DIVISION NORTH w. w r�rr +wn ■r Arr rrr �r INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions,discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. .. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and /or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City 4. reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall ON satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that vr. item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. rw 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 r 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 VW work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability r 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. .. rr 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. ar 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. wr 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems +r. 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 w 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. ww 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of w' work regardless of any contractual relationship which may exist, or be alleged to exist, between the, CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the .., contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall rr up tw conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound 1W Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. or 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard r. specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division I APWA Supplement" hereinafter referred to by the abbreviated title "Standard w Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein) shall govern. .r 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and +r other buried or surface improvements and shall restore the site to the satisfaction of the City. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to •+ bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ..R ❑ Have you certified receipt of addenda, if any? .r a CAG-06-141 CITY OF RENTON CALL FOR BIDS ar May Creek Bank Stabilization: Edmonds Avenue Storm Replacement Project SWP—27-3037 rwr Sealed bids will be received until 2:30 p.m., Wednesday, August 30, 2006, at the City Clerk's office, 7"' floor, and will be opened and publicly read in conference room #511 on the 5"' floor, Renton City Hall, 1055 South Grady Way, Renton WA 98055, for the May Creek Stabilization: Edmonds Ave. Storm Replacement Project. The work to be performed within 30 working days from the date of commencement under this contract shall include,but not be limited to: err Install approximately 350 LF of 24-inch HDPE pipe above ground with anchors, construct energy dissipation structure at base of hillside, clear for temporary access road, and re-landscape as required for landscaping, and install catch basin No with overflow birdcage structure. The estimated project cost is between $150,000 to $200,000. W The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available August 8, 2006. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at r. ht )://www/bxwa.com. Click on"bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions .r about the project shall be addressed to, Steven Lee, City of Renton,PB/PW, 1055 Grady Way, Fifth Floor, Renton, WA, 98055,phone (425)430-7205, fax(425) 430-7241. A certified check or bid bond in the amount of. five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk w. Published: Daily Journal of Commerce August 8, 2006 Daily Journal of Commerce August 14, 2006 Daily Journal of Commerce August 21, 2006 w +rr Orr rr CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage we (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. M AND MINIMUM WAGE AFFIDAVIT FORM = I,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal rr contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT May Creek Bank Stabilization - Edmonds Ave. Storm Replacement Project SWP-27-3037 Name of Project Fury Construction, LLC Name of Bidder's Firm r. Signatur&4 Authorized Representative of Bidder Subscribed and sworn to before me on this 30th day of August , 200 6 =BERGSTFIOM lic rye gton Notary Public in and f , the State of Washington TROM XPIRES Notary (PrintLaurie Bergstrom 9 My appointment expires: March 6, 2009 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: That we, Fury Construction, LLC as Principal, and Travelers Casualty and Surety Company as Surety, are held and firmly bound unto the City of Renton, Of as Obligee, in the penal sum of Five Percent (57 Of Bid Amount Dollars, America g � P � for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for May Creek Bank Stabilization : Edmonds Avenue NE Storm System Replacement Proiect according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the r"a Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 30th DAY OF August , 2006 Fury nstru ti.on, LC By: Principal Travelers Casualty and Suret Company of America By: do Sure nne E. Stri y, Attor y—In—Fact Received return of deposit in the sum of$ 09_B1DBD.DOC\ i1r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company Y St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214721 Certificate No. 000528794 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Eric Zimmerman,Joanne Reinkensmeyer, Karen Swanson, Kip W.Vandeventer, Stacy Cutbirth, Lisa Kerstetter, Brent E. Heilesen,Anne E. Strieby,James B. Binder, Peter J. Comfort,Jennifer L. Snyder,April Conover, and Vicki Polly of the City of Tacoma State of Washington g ,their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNF{S g 6 rS WHEREOF,the Compap have caused this instrument to be signed and their corporate seals to be hereto affixed,this 28th March Z day of , Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Iusnranet Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company C.nSUq SUHET ewF\0.Eau�W,,. 1 .' M ,W NSG9 1NSU,pgq., Jp�TV gNps y 1lb 5YAfT4 F�r� l7�OP'F:HIfG f1 �� wD�FORAtrD iAif� a' '9?� !aI�R PORq�F�m, �`:C�RPORq ltyCjni � `9� i3� � y`J�� HARTFORD, t 'T'fi1RTF < i �ycr ,D O 1951 N *O �'• SEAL onJ i o; w CONN., n l ca+H. N 1896 .� qO< y �IS..N�asf >d jai �•i� g.� ��yy OF NFN uyRANGN\,� „5........��d • ro/ T State of Connecticut By: City of Hartford ss. G orge W ompson,Sen' r Vic President 28th March 2006 On this the day of , before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.7 ��� /' In Witness Whereof,I hereunto set my hand and official seal. �QA111 My Commission expires the 30th day of June,2006. # '�U8t # Marie C.Tetreault.Notary Public O �$ 58440-9-05 Printed in U.S.A. ag WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is ,a FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company ofAmerica,and United States Fidelity and Guaranty Company do hereby •t certify that the above and foregoing is a true and correct copy of the Power ofAttorney executed by said Companies,which is in full force and effect and has not been revoked. }� A IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 3C? day of t�c (} . 4— 20 Q�. Kori M.Johan s Assistant Secretary G�SUq SIVjET)- F10.E 6�x �N.�NS +''1�NSU"'• p�Y ANO SYq f�SjYAryp u>(1n(� � J +.'� OF ...;G,y JP .. Aq" 5V` S ,C�...�TY�, � ■■ '-�' �� '•`^T��VtTm g � mi �ico ��>F'm /W:�oproRarf:�� :' sf '�'�G �� tA '%� o 1977 1927 K I z; --- W HnNrFO�, wRrFON0.l lass �`SE ALio: I',`•SEAL;3' d ,s c n •.......::',t.f �1,a`� , r .._ re °dr do To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON May Creek Bank Stabilization: Edmonds Avenue Storm Replacment Project SWP-27-3037 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items,all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Iri Printed Name: Denis Fury Signature: �-- rw Address: P.O. Box 1198 North Bend, WA 98045 Names of Members of Partnership: OR Sole Member of Limited Liability Co. Denis Fury Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at North Bend do 10_PROP.DOC1 wo CITY OF RENTON May Creek Bank Stabilization : Edmonds Avenue Storm System Replacement Project, SW P-27-3037 SCHEDULE OF PRICES (State Sales Tax Rule 171 Applies to this Project) rr Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) r 1 - 1 Mobilization Lump Sum $ Fifteen Thousand Dollars $ 15,000.00 $ 15,000.00 and no cents 2 - 1 Construction Surveying, Staking,As-Built Lump Sum $ Five Thousand Dollars $ 5,000.00 $ 5,000.00 and no cents 3 - 1 Traffic Control Lump Sum $ Three Thousand Five Hundred $ 3,500.00 $ 3,500.00 collars and no cents 4 - 1 Clearing and Grubbing Lump Sum $ Twelve Thousand Dollars and $ 12,000.00 $ 12,000.00 no cents 5 - 1 Trench Excavation Safety Systems Lump Sum $ Two Thousand Dollars and $ 2,000.00 $ 2,000.00 no cents 6 - 50 Import Trench Backfill (assume 50 yards) Ton $ Twenty Five Dollars and no cents$ 25.00 $ 1,250.00 7 - 1 Plugging Existing Pipe Lump Sum $ Eight Hundred Dollars and $ 800.00 $ 800.00 no cents 8 - 1 Modified Existing Manhole Lump Sum $ Five Hundred Dollars and $ 500.00 $ 500.00 wr no cents 9 - 360 24° Diameter HDPE Storm Pipe, SDR26 Linear Feet $ one Hundred Fifteen Dollars $ 115.00 $ 41,400.00 and no cents 10 2 Concrete Block with Wall Anchor Each $ Two Thousand Five Hundred $ 2,500.00 $ 5,000.00 Dollars and no cents 11 1 Manhole, 48" Diameter w/Overflow Birdcage Structure Each $ Eleven Thousand Five Hundred $ 11,500.00 $ 11,500.00 Dollars and no cents 12 600 Shoring or Extra Excavation Cl. B Sq-Ft $ Eight Dollars and no cents $ 8.00 $ 4,800.00 as 13 123 Structure Excavation Class B, Incl.Haul Cu-Yd $ Twenty Dollars and:Ino cents $ 20.00 $ 2,460.00 14 24 Helical Earth Anchor am Each $ Five Hundred Dollars and $ 500.00 $ 12,000.00 no cents 15 1 Gabion Mattress Lump Sum $ Three Thousand Dollars and $ 3,000.00 $ 3,000.00 no cents IIb-Sched Prices.doc r .. 16 1 Temporary Water Pollution / Erosion "r Control Lump Sum $ Two Thousand Dollars and $ 2,000.00 $ 2,000.00 no cents 17 1 Seeding, Fertilizing, and Mulching Lump Sum $ Two Thousand Five Hundred $ 2,500.00 $ 2,500.00 Dollars and no cents 18 1 Spill Prevention, Control, and Countermeasures Plan Lump Sum $ Three Thousand Dollars $ 3,000.00 $ 3,000.00 and no cents 19 120 Shoulder Ballast Ton $ Thirty Dollars and no cents $ 30.00 $ 3,600.00 20 50 Construction Geo-textile for Permanent Erosion Control Sq-Yd $ Five Dollars and no cents $ 5.00 $ 250.00 im 21 2 Quarry Spalls Cu-Yd $ One Hundred Dollars and $ 100.00 $ 200.00 no cents 22 1 Temporary Stormwater Bypass System Lump Sum $ Eight Hundred Dollars $ 800.00 $ 800.00 and no cents 23 1 Landscaping and Planting Lump Sum $ Five Thousand Dollars $ 5,000.00 $ 5,000.00 and no cents 24 1 Minor Changes or Lump Sum $ One Thousand Five Hundred Dollars $1,500.00 $1,500.00 State Sales Tax Rule 171 Applies to this Project w TOTAL $ 139,060.00 irr r. wr irr r. 11b-Sched Prices.doc w CITY OF RENTON May Creek Bank Stabilization: Edmonds Avenue Rehabilitation Storm System Project SWP-27-3037 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: W. SIGNED: Denis Fury TITLE: Sole Member NAME OF COMPANY: Fury Construction, LLC ADDRESS: P.O. Box 1198 CITY/STATE/ZIP: North Bend, WA 98045 TELEPHONE: (425) 888-1596 r r wr SUBCONTRACTOR LIST aw May Creek Bank Stabilization: Edmonds Ave Storm Replacement Project SWP-27-3037 W RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be 40 considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: rr A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. w Name: Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) wr Bid Item (s) Subcontractor Name �r. Address Phone No. State Contractor's License No. Bid Item (s) + Subcontractor Name Address aw Phone No. State Contractor's License No. we Bid Item (s) Subcontractor Name Wo Address Phone No. State Contractor's License No. Ar Bid Item (s) Subcontractor Name `w Address Phone No. State Contractor's License No. fart h:Afile sys\swp-surface water projects\swp-27-surface water projects(cip)\27-3037 may creek slope stabilization program\1135 final- specs\12 sub.doe Revised 7/2002 aw IV. CONTRACT DOCUMENT FORMS CITY OF RENTON rm w. INFORMATION ONLY war ww IV CONTRACT DOCUMENT FORMS w` DOCUMENTS IN THE FOLLOWING FQRM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN(10)DAYS FOLLOWING THE NOTICE OF AWARD. drr No M rrw Im ow dw wr ww CITY OF RFNTON 'age 26 4. Contract Document Forms 2006 40'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com 1 BOND TO THE CITY OF RENTON Bond No. 104771060 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned _ Fury Construction, LLC Travelers Casualty and Surety Wr as principal, and Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 139,060-00 * for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. *One Hundred Thirty Nine Thousand Sixty Dollars & 00/100 This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance WA of the City of Renton. Dated at , Washington,this day of ,20 im Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- providing for construction of May Creek Bank Stabilization: Edmonds Ave Outfall Storm Replacement Proiect 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; . r 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. Fury Construction, LLC Travelers Casualty and Surety Company of Principal Surety erica Lt� LAIP��: oc� I � , / r..1' .I - Signature Der. Signature y te- 1 V-171Lcy Anne E. Strieby, Attorney-In-Fact Title Title wr WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL POWER OF ATTORNEY ri TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214721 Certificate No. 001070672 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Eric Zimmerman,Joanne Reinkensmeyer, Karen Swanson, Kip W.Vandeventer, Stacy Cutbirth, Lisa Kerstetter, Brent E. Heilesen, Anne E. Strieby,James B. Binder, Peter J.Comfort,Jennifer L. Snyder,April Conover, and Vicki Polly of the City of Tacoma State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 7th day of August 2006 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company_ St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance �y Y�c G 9 I.S8 UqJ��j a;O ) ri I j ""1`.^9rN5[M1 T ttl iNr O$9tIRG q E T�f. K y w F\ C4 omW i3 pF any I��.,'C.\.OS�PN E P.ry.�RN qS�G f•,:�n S �t"r��•.PSpUnO.AiR_tq U eL R Tfd I�aSo,`s t'_ates a Fidelity D and Guaranty Company J` PE oclra i S A L.; / ' .s•. n 's State of Connecticut By: City of Hartford ss. Gorge W ompson,Sen r Vic President On this the 7th day of August 2006 before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he, as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.T�7 In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2011. * L * Marie C.Tetreault,Notary Public 58440-6-06 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ` This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President,any Vice Chairman,any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company irf America,end United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney oxehuted by sal 'Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and aMxed the ses of said Crampanies this day of 20 Kori M.Johans Assistant Secretary 01,5f/,F� pJa�,• $tlRElj. yFtRE 6 \�N INfG eP�1.'r NS�,� 9J'lTV ANp9 N�°3WpY �"�� pr rr�• CTV' * �r.. �M�9 rt�R P°RAjF �`J RPORA H./L1�?t Up G,Dt y�r4 4��c u �t9�s�zS o � 1977 g 1927 �t � �s W Nurccoao, T ? �d.'M+EC""Ja b� 1951 saO .� ��;SE AGIio"! �'tiSBRL:t; W CONN. o �jCy�e �iO - .gyp`_ ` r.•........:a o.•.... ..:a 's ar y ti OF Nt'N �,�x cE 1SN ANi rg...... �a b1 Aa+ 'KrJ AIN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON + c� FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Fury Construction, LLC hereby confirms and declares that (Name of contractor/subcontractor/consultant) �w I. It is the policy of Fury construction, LLC to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex,national origin,age,disability or veteran status. II. Fury Construction, LLC complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. III. When applicable, Fury construction, LLC will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. rr Denis Fury Print Agent/Representative's Name orr Member Print Agent/Representative's Title rr Agent/Representati 's Signature 9/11/06 Date Signed r rr H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3037 May Creek Slope Stabilization Program\1135 FINAL- Specs\14_FAIR.DOC\ rrr CONTRACTS OTHER THAN FEDERAL-AID FHWA rr THIS AGREEMENT, made and entered into this day of�, 2006 by and between THE CITY OF RENTON, Washington, a municipal corporation of t e State of Washington, hereinafter referred to as "CITY" and Fury construction, LLC hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 30 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 r workmanlike manner, in connection with the City's Project (identified as No. SWP-27-3037 for improvement by construction and installation of: May Creek Bank Stabilization: Edmonds Ave.Outfall Stormwater Replacement Project Work as described in"Scope of Work"dated August 2006 , attached hereto. 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 .r 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 r 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) Technical Specifications, if any rr rr a 3) If the Contractor refuses or fails to prosecute the work or any part thereof,with such diligence as �r 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 do 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 r. 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. rr The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or wv employees. w rr1 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 30 working days from the date of commencement. For each and every working day of 110" 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 +r1+ 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. The Contractor agrees the above one year limitation shall not exclude or diminish the City'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. 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 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. it rrl r�r rrr r 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 $ 139,060.00 numbers One Hundred Thirty Nine Thousand Sixty Dollars and no cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested err by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. rr CONTRACTOR CITY OF RENTON r / President/Partner/Owner D i Fury Mayor athy Keolker ATTEST Secretary Witnes Bonnie I. Walton City Clerk dba Fury Construction, LLC Firm Name check one Individual ❑ Partnership ❑ Corporation Incorporated in LLC I�r 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 +rr 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. �r rr rr ow to to im INSURANCE INFORMATION and REQUIREMENTS C ient#:110502 FURYCONS 01 1 ACORD- CERTIFICATE OF LIABILITY INSURANCE oATE(MMIo�'D sYYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brokers,Inc.-Tac General HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 71201 Pacific Ave,Suite 1000 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tacoma,WA 98402 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: West American Insurance Company Fury Construction LLC INSURER B: Ohio Casualty Insurance Company 7 PO Box 1198 INSURER C: North Bend,WA 98045.1198 INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, OLICY LTR TYPE OF INSURANCE POLICY NUMBER Y P TNNI LIMITS 7A GENERAL LUIBILTTY BKW53307478 12131/05 12131/06 EACH OCCURRENCE $ 000 000 X COMMERCIAL GENERAL LIABILITY DAMAG TO RENTED $100,000 CLAIMS MADE f X1 OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $Z WO 000 IGEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X PRO LOC A AUTOMOBILE LWBILTTY SAWS3307478 12/31/05 12/31/06 COMBINED SINGLE LIMIT ANY AUTO (Ee accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS (Per P—) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per went) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG S B EXCESSIUMBRELLA LIABILITY US053307478 '12131105 12/31/06 EACH OCCURRENCE $1000000 X OCCUR F �CLAIMS MADE AGGREGATE $1,W0,000 $_ T DEDUCTIBLE $ X RETENTION $10000 $ WORKERS COMPENSATION AND WA Stop Gap X TWO RC STATU 0TH- EMPLOYEW LIABILITY BKW53307478 12/31/05 12/31/06 E.L.EACH ACCIDENT $1,000,00 TA ANY PROPRMTORIPARTNERIEXECUTIVE --- OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 K cIAL ISIONS below E.L.DISEASE-POLICY LIMIT 1$1,00,000 OTHER T I I I I )ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVI8IONS he certificate holder is Included as additional insured as required by written contract for work performed by the named Insured. 1e,may Creek Bank Stabilization:Edmonds Storm Outfall Replacement project .ERTIFICATE HOLDER CANCELLATION Ton QaX Notice for Nan-PaXnjent of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATFTHERc-oF,TNemsuiNGmsuRERwwiLLxwaoyawMmAIL AS DAYS WRITTEN 1055 So Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Renton,WA 98055 UTHORMED REPRESENTA i,i ACORD 25(2001/08)1 of 2 #S1453371M110630 SRN00 0 ACORD CORPORATION 1988 w IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER r� The Certificate of Insurance on the reverse side of this form does not constitute a contract between 1 the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it f affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. T T T r r ,CORD 25-S(2001/08) 2 of 2 #S145337/Ml 10630 2. BLANKET ADDITIONAL INSURED(Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who Is An Insured-Section If is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement.The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and ' executed prior to the"bodily injury,""property damage"or"personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization Is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2.above does not apply to: a. Coverage A-Bodily Injury and Property Damage Liability, Coverage B-Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's,engineer's or surveyor's rendering of or failure to render any professional services including: arr (1) The preparing,approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications;and (2) Supervisory, inspection, architectural or engineering activities. f1° b. "Bodily Injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such err work, on the project(other than service, maintenance or repairs)were performed by or on behalf of the additional insured(s)at the site where the covered operations have been completed; or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written iW agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III- Limits Of Insurance of this policy,whichever are less.These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. ow e Includes copyrighted material of ISO Properties, Inc.,with its permission. CG 84 16 12 03 ISO Properties, Inc., 2003 Page 2 of 9 SEP-IA-06 12:04 pR„ �r T-226 P.003/006 P-760 City of Renton Human Resources �Risk Management D epartinimt hw1m a"Ynformatian Form P17Q,TgCT NUMBER S P . P y 7 . ate of Ift" x iFdc e yjApg CONTACT: o eoanc cav�s/� Specified in 21 Ir"N ❑ No Yes Are the following images and/or t7 conditlous in e$� � yes ❑ No a 73a C�oraiW GeAMW Liability ply&M is an ISO 1993 Form or EquwQent? , Yes ❑ No i � copy of the policy with rMgttitd cavmSa clearly CO 0043 Amengb1 y moment ?* provided, t�X t3eneral Ag"aft provided on a per prof (CCITI 104 •�-- Yes ❑ No Addit9oaal li Md wondins Provided7- ticr Yes ❑ No Yes ❑ No Coverage as a primary basis and micontnudins basic?, yes ❑ No Waiver of ftrogation ClMSe applies?, � Yes ❑ No Sevarablhty ofWW st Chmse(Cross Uabiliti+}applies? Yes ❑ No Nodes of CaoealWOUINoo-Rar4 ,ai 45 days?*srr to YS * Yes ❑ No "To beAmm on art*,ft ofi a• 'm AM BEST'S RATING FOR CARRIER OL---..A— A=0 A Umb A-- Prob uional n� art ---- This a is issued as a nutter of infarmaftL T7tis questionnaire is not an . policy and does not amend.extend or ahw the coverage affoMed by the polkies indicated of tot Fit had CER'1'[icy and OF JNSURANCE• T CITY OF RENTON, at its optiot>, aha11 abtFia copies of the politics and/or specific declatstiou pages FROM OWMA d bidder prior to Mmution of contract, �t t riri D n-fn-ti. lu1l�..L tt?Ile !V p� t�rq � IBroker Completed By(Type or Print N 111L/�SjJ Address 4-Z COmplMd By(Si ) t 2531lol 323"7 . iD-4-a 4-p . Name of person v comact Tolep>sone Number 0 NOTE "M OUEY770NIWM MW BE COAlP1 EM FOR ZACH LINE OF COVERAGE AND ATTdCNED 7 Y)Ct: MICA TEOF INS UA&NCv SEP-19.06 12:04 FRON- ar T-226 P.0041005 F-700 ar ENDORSES.I rI nof Me �8ed,it is hereby agreed and NumberrPrmY. is aaluided m include the lb)Jowiauiderstaod Policy Number--._`issued by itited by the(OWNER), S Serms and eondititins as rppects Caioact I• ADDITIONAL INSURED- MIN subcomultaots �e OWNER dish elected or apAola W o ��atis �and trolurtteers are included as additionally insured with �' officials, e m6 tom: (a)activities mA=V o "pinto completed operations ) P�ormed by or on behalf of the N to damages and dame of dta NAND D INSURBD•or tb)Producq and rNSURfiA. INSUM, or'(e)premises owned, leafed or used by tho NAMED CONTR>BUTION NOT RF.QUMM, As On behalf of the OWNER;or(b)products sold rdSby the (aN�p� 'the N WNW IN9UREp lbr or lensed by the NAMEDs17RED the OWNER,the BRED to the OWNER;or(e)prpni insurance as respects the OWMNDE , or W aftdod by this Poky 9WI be priaaa y s 1 �s�rcarrsultaars or voiwoteao o� otW insured, its elected or appolg , *MOWS, stand in an ta►brolma chain of co scheduled Iy prlw, coverage excess of the ad by a to OWN>rR, or any odor insueed, its elected In abher avert:any other insurance by the voliwms shall be in excess of thhs aPAo�d off, oftteishs, ep►Alo", subeonsuhaatr or bsuraace and&hap not contribute wkh it. an 3- szVFRABILIT'Y OF INTEREST. The inclusion of more dm and Iafured under this policy shall not area the righus of any hour ed as nmPeu any claim,suit or jodgtr=ON&or bsouglit by or for any other Inured or by or far any employee of any other knured. This panty shall protect each Itiswed is the stars manner as through a txpa W P*yky Lad bona issued to each, except that nothing herein&ball operate to marease den company's liability beyond the Mount or amoiattf for wbidi the company would have beets liable had only one insured been aatrr A 4. CANCELLATION NOTICE. The insurance afforded by Ibis Polley shall not be suspended voided air cAneeled,seduced in coverage or in limits accept after FORTY-FIVE g � , certified mail radar r�lrt req=Aod bas been given to the OWNEIL Such notice'sball be addreased to(a) die OWNER and(b)rho CONTRACTOR. `�` S• CLAIM STING. Tito OWNER has no obligation to n with 4e OWE hOrt ocmrcu es unless a claim has been tiled rir 6. aTE LUM. The General Aggregate Limit under Limits of Insurance applies separately to die soulless for the above turned OWNER. Date Authorized ve Signature an an +r CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS nrr MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. rr Coverages a w (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury wir • Stop Gap Liability (2) Automobile Liability including all 1W Owned Vehicles • Non-Owned Vehicles • Hired Vehicles 40 (3) Workers'Compensation • Statutory Benefits(Coverage A)- Show WA L&I Number 4W (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as vrr broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering +ww wrongful acts, errors and/or omissions of the (CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. 40 (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. rr wo to 16-Insurance Forms.docA to IAW VW LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: 4r Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 40 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 VW *General Aggregate to apply per project(ISO Form CG2503 or equivalent) 40 Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) 4W Workers'Compensation to Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability VW Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 �r Professional Liability (If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liabili (If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate S 1,000,000 orr aw Aw rr 16-Insurance Forms.doc\ 41W wo "r ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers Vr as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: or 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. ow 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause (Cross Liability) rrr 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. or The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the VW minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. rw ur ar ,m go wr "W VW or 16-Insurance Forms.doc\ anti w o Insurance Requirements aw For the City of Renton MW Please provide this document to your insurance agent ow The City of Renton requires the industry standard: rrr • $1,000,000 Commercial General Liability, with$2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work. This would include delivery ofproducts to worksite) law • $1,000,000 Excess Liability (ifspecified in contract) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability(if specified in contract) 4W Requirements unique to the City of Renton: .r • Name the City of Renton as an Additional Insured and provide the endorsement page from the policy • Modify the cancellation clause to state: wr "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." • Put descriptive text of the project in the "Description of Operations"box • The certificate holder must read: City of Renton ATTN: {City project manager name/dept provided by your insured} {Address provided by your insured) {City, State, Zip} 1W r err ow qw PREVAILING MINIMUM HOURLY WAGE RATES aw to 40 to me ice+ CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. f1w Project May Creek Bank Stabilization: Edmonds Ave Stormwater Outfall Replacement PROJECT SWP-27-3037 CAG No. err This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period rrr from through in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton to prior to or with the last pay request. Company Name By: urr Title: err List of Subcontractors Used on the Project: it 18_Cert-Prevailing-W ages-Citv.doc\ 10 Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO +� gs�er"Tegp (360)902-5335 - PAY PREVAILING WAGES www.lni.wa.gov//TradesLicensinerevailingWage T Public Works Contract 0 $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. ar • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be posted online at the above website. A 'kIt( 1<L�BEIAII:ED TO TStSS ► Address do Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# a County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits a� I Company name Indicate total dollar amount of your contract or time and materials if applicable. $ Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries r� Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number Tor L&I Use Only Check Number: ❑ $25 or $ B J& Use;bnly Issued By: APPROVED: Department of Labor and Industries I By I Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Date work completed Missing or a date in the future. Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. » Craft/trade/occupation Craft not listed, not specific,or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state do "Owner/Operator" under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) ®rr All work subcontracted: If all work was performed by subcontractors, check the appropriate box on the form. Number of workers each trade Missing w. Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified As hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the do Prevailing Wage rate. Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade,stage of progression, beginning and ending dates of work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe '� benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). 'lb Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid do prevailing journey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. aw If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify as approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. rr Prevailing wage rates are available on the Internet at hftp://www.Ini.wa.gov/TradesLicensing/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 ■1r F7(NLM7.(1(1(1 affidavit of—q—, _Fiarkrr 17.fld Department of Labor and Industries ws Prevailing Wage �gTATdOA AFFIDAVIT OF WAGES PAID (360)902-5335 Public Works Contract http://www.Ini.wa.gov/TradesLicensin&revailingWage ��„aa Noy° $2$.00 Filing Fee Required aw • This form must be typed or printed in ink. Project Name Contract# • Fill in all blanks or form will be returned for correction(see back). • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once aperoved, our form will be 2osted online at the website above. tart Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 do Awarding Agency Project Contact Person Phone# IM County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) im Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Was all work subcontracted? Did you intend to use subcontractors? Prime contractor(has contract with the public agency) Contractor Registration No. arr ❑ Yes ❑ No ❑ Yes ❑ No Job start date(mm/dd/yy) Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly Ho trade,dates of work on project,stage of progression,wage and fringe) of Workers worked—ea.trade Hourly Pay Fringe Benefits Indicate number of owners that performed work. arw Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all awr workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries trr Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone numbers-L&II}se Only Check Number: ❑ $25 or $ for r8cl41se Oay- Issued By: APPROVED: Department of Labor and Industries w By Industrial Statistician F700-007-000 affidavit of wages 12-04 After APPROVAL,send white copy to Awardini?A2encv. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. r Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. �rrr Date work completed Missing or a date in the future. Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state „w "Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) go All work subcontracted: If all work was performed by subcontractors, check the appropriate box on the form. Number of workers each trade Missing 4r Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified �r hourly fringe benefits, as defined by RCW 39.12.010,that you actually provided to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. uri Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade, stage of progression, beginning and ending dates of work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe a1°' benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). as Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). 'o Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid 4, prevailing journey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at http://www.ini.wa.gov/TradesLicensing/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 F70n_00"7_000 affi is it ofwa -h—k— i?_na State of Washington '�" DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 aw 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 Aw Effective 03-03-06 (See Benefit Code Key) Over +0 PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $33.46 IN 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $41.17 1 M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $40.23 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $40.07 1M 5D CARPENTER $40.07 1M 5D CREOSOTED MATERIAL $40.17 1M 5D DRYWALL APPLICATOR $40.22 1M 5D arr FLOOR FINISHER $40.20 1M 5D FLOOR LAYER $40.20 1M 5D FLOOR SANDER $40.20 1M 5D MILLWRIGHT AND MACHINE ERECTORS $41.07 1M 5D PILEDRIVERS, DRIVING,PULLING, PLACING COLLARS AND WELDING $40.27 1M 5D SAWFILER $40.20 1M 5D SHINGLER $40.20 1M 5D �w STATIONARY POWER SAW OPERATOR $40.20 1M 5D STATIONARY WOODWORKING TOOLS $40.20 1M 5D CEMENT MASONS JOURNEY LEVEL $41.11 1M 5D DIVERS&TENDERS 'r DIVER $83.19 1M 5D 8A DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40.77 IT 5D 8L wo ASSISTANT MATE(DECKHAND) $40.28 IT 5D 8L BOATMEN $40.77 IT 5D 8L ENGINEER WELDER $40.82 IT 5D 8L dw LEVERMAN, HYDRAULIC $42.34 IT 5D 8L MAINTENANCE $40.28 IT 5D 8L MATES $40.77 IT 5D 8L OILER $40.40 IT 5D 8L AW DRYWALL TAPERS JOURNEY LEVEL $40.29 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 4W Page 1 • ow to KING COUNTY ;rri Effective 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE 00 CABLE SPLICER $50.60 1D 5A CABLE SPLICER(TUNNEL) $54.40 1D 5A CERTIFIED WELDER $48.88 1D 5A CERTIFIED WELDER(TUNNEL) $52.50 1D 5A 40 CONSTRUCTION STOCK PERSON $26.72 1D 5A JOURNEY LEVEL $47.15 1D 5A JOURNEY LEVEL(TUNNEL) $50.60 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL LINEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A 1Y► POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS llli MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.30 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $28.78 1N 5D GLAZIERS JOURNEY LEVEL $41.15 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $43.68 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33.94 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $36.83 1 K 5B COOK $31.21 1K 5B DECKHAND $30.58 1K 5B ENGINEER/DECKHAND $33.25 1K 5B MATE, LAUNCH OPERATOR $34.87 1K 56 Page 2 ar KING COUNTY Effective 03-03-06 (See Benefit Code Key) + Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER wr SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 go HEAD OPERATOR $12.78 1 TECHNICIAN $7.63 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS ter, JOURNEY LEVEL $40.07 1M 5D IRONWORKERS JOURNEY LEVEL $44.61 10 5A LABORERS ASPHALT RAKER $33.94 1 N 5D rrr BALLAST REGULATOR MACHINE $33.46 1 N 5D BATCH WEIGHMAN $28.78 1 N 5D BRUSH CUTTER $33.46 1 N 5D �wr BRUSH HOG FEEDER $33.46 1 N 5D BURNERS $33.46 1N 5D CARPENTER TENDER $33.46 1 N 5D CASSION WORKER $34.30 IN 5D CEMENT DUMPER/PAVING $33.94 IN 5D CEMENT FINISHER TENDER $33.46 1 N 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $33.46 IN 5D CHIPPING GUN(OVER 30 LBS) $33.94 IN 5D r CHIPPING GUN(UNDER 30 LBS) $33.46 IN 5D CHOKER SETTER $33.46 IN 5D CHUCK TENDER $33.46 1 N 5D CLEAN-UP LABORER $33.46 IN 5D do CONCRETE DUMPER/CHUTE OPERATOR $33.94 IN 5D CONCRETE FORM STRIPPER $33.46 IN 5D CONCRETE SAW OPERATOR $33.94 1 N 5D CRUSHER FEEDER $28.78 IN 5D Mr CURING LABORER $33.46 IN 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $33.46 1N 5D DITCH DIGGER $33.46 IN 5D DIVER $34.30 IN 5D am DRILL OPERATOR(HYDRAULIC, DIAMOND) $33.94 IN 5D DRILL OPERATOR,AIRTRAC $34.30 IN 5D DUMPMAN $33.46 IN 5D EPDXY TECHNICIAN $33.46 1N 5D 'w EROSION CONTROL WORKER $33.46 1 N 5D FALLER/BUCKER,CHAIN SAW $33.94 1 N 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $26.46 1 N 5D construction debris cleanup) Aw FINE GRADERS $33.46 IN 5D FIRE WATCH $28.78 1N 5D FORM SETTER $33.46 IN 5D GABION BASKET BUILDER $33.46 1N 5D '� GENERAL LABORER $33.46 1 N 5D GRADE CHECKER&TRANSIT PERSON $33.94 1 N 5D GRINDERS $33.46 IN 5D rr GROUT MACHINE TENDER $33.46 IN 5D Page 3 wr rrr KING COUNTY Effective 03-03-06 (See Benefit Code Key) Over 10 PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $33.46 IN 5D HAZARDOUS WASTE WORKER LEVEL A $34.30 IN 5D HAZARDOUS WASTE WORKER LEVEL B $33.94 IN 5D HAZARDOUS WASTE WORKER LEVEL C $33.46 1 N 5D HIGH SCALER $34.30 IN 5D 10 HOD CARRIER/MORTARMAN $33.94 IN 5D JACKHAMMER $33.94 IN 5D LASER BEAM OPERATOR $33.94 IN 5D MANHOLE BUILDER-MUDMAN $33.94 IN 5D MATERIAL YARDMAN $33.46 1 N 5D MINER $34.30 1N 5D NOZZLEMAN, CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.94 1N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, lia GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $33.94 1 N 5D PILOT CAR $28.78 IN 5D PIPE POT TENDER $33.94 IN 5D go PIPE RELINER(NOT INSERT TYPE) $33.94 IN 5D PIPELAYER&CAULKER $33.94 IN 5D PIPELAYER&CAULKER(LEAD) $34.30 1 N 5D PIPEWRAPPER $33.94 IN 5D to POT TENDER $33.46 1 N 5D POWDERMAN $34.30 1 N 5D POWDERMAN HELPER $33.46 IN 5D POWERJACKS $33.94 IN 5D so RAILROAD SPIKE PULLER(POWER) $33.94 IN 5D RE-TIMBERMAN $34.30 IN 5D RIPRAP MAN $33.46 IN 5D RODDER $33.94 IN 5D am SCAFFOLD ERECTOR $33.46 IN 5D SCALE PERSON $33.46 IN 5D SIGNALMAN $33.46 IN 5D SLOPER(OVER 20") $33.94 1 N 5D so SLOPER SPRAYMAN $33.46 IN 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $33.94 1 N 5D SPREADER(CONCRETE) $33.94 1 N 5D STAKE HOPPER $33.46 IN 5D STOCKPILER $33.46 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.94 1 N 5D TAMPER(MULTIPLE&SELF PROPELLED) $33.94 1N 5D TOOLROOM MAN(AT JOB SITE) $33.46 IN 5D TOPPER-TAILER $33.46 IN 5D TRACK LABORER $33.46 1 N 5D TRACK LINER(POWER) $33.94 1 N 5D TRUCK SPOTTER $33.46 1 N 5D TUGGER OPERATOR $33.94 1 N 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $33.46 1 N 5D VIBRATOR $33.94 IN 5D VINYL SEAMER $33.46 1 N 5D WELDER $33.46 IN 5D WELL-POINT LABORER $33.94 1 N 5D Page 4 fAb Aw KING COUNTY Effective 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $33.46 IN 5D PIPE LAYER $33.94 IN 5D LANDSCAPE CONSTRUCTION w 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 aw JOURNEY LEVEL $40.22 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 +r MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS ar CABINETASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 40 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 ow PAINTERS JOURNEY LEVEL $32.63 2B 5A PLASTERERS JOURNEY LEVEL $40.58 1R 5A dw PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $53.39 1G 5A POWER EQUIPMENT OPERATORS awr ASSISTANT ENGINEERS $38.42 IT 5D 8L BACKHOE, EXCAVATOR,SHOVEL (3 YD&UNDER) $41.12 IT 5D 8L BACKHOE, EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $41.59 IT 5D 8L low BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH $42.13 1 T 5D 8L BACKHOES, (75 HP&UNDER) $40.71 1T 5D 8L BACKHOES, (OVER 75 HP) $41.12 IT 5D 8L BARRIER MACHINE(ZIPPER) $41.12 IT 5D 8L aw BATCH PLANT OPERATOR,CONCRETE $41.12 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $40.71 IT 5D 8L BOBCAT(SKID STEER) $38.42 IT 5D 8L BROOMS $38.42 IT 5D 8L aar BUMP CUTTER $41.12 IT 5D 8L CABLEWAYS $41.59 IT 5D 8L CHIPPER $41.12 IT 5D 8L COMPRESSORS $38.42 IT 5D 8L aw CONCRETE FINISH MACHINE-LASER SCREED $38.42 IT 5D 8L CONCRETE PUMPS $40.71 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L CONVEYORS $40.71 1T 5D 8L r Page 5 aw sw ar KING COUNTY rr Effective 03-03-06 (See Benefit Code Key) Over Eli PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $40.71 IT 5D 8L to CRANES, 20-44 TONS,WITH ATTACHMENTS $41.12 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $41.59 IT 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS- 199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $42.13 IT 5D 8L 40 WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $42.68 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $38.42 IT 5D 8L ► - CRANES,A-FRAME,OVER 10 TON $40.71 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $43.22 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $41.12 IT 5D 8L CRANES,OVERHEAD, BRIDGE TYPE(45-99 TONS) $41.59 IT 5D 8L CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $42.13 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $42.13 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $42.68 IT 5D 8L CRUSHERS $41.12 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $41.12 IT 5D 8L DERRICK, BUILDING $41.59 IT 5D 8L DOZERS, D-9&UNDER $40.71 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $40.71 IT 5D 8L DRILLING MACHINE $41.12 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $38.42 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $40.71 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $40.71 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $38.42 IT 5D 8L GRADE ENGINEER $40.71 IT 5D 8L GRADECHECKER AND STAKEMAN $38.42 IT 5D 8L GUARDRAIL PUNCH $41.12 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $40.71 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $41.12 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $38.42 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $40.71 IT 5D 8L LOADERS, OVERHEAD(6 YD UP TO 8 YD) $41.59 IT 5D 8L LOADERS, OVERHEAD(8 YD&OVER) $42.13 1T 5D 8L LOADERS, OVERHEAD(UNDER 6 YD),PLANT FEED $41.12 IT 5D 8L LOCOMOTIVES,ALL $41.12 IT 5D 8L MECHANICS,ALL $41.59 IT 5D 8L MIXERS,ASPHALT PLANT $41.12 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $41.12 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $40.71 IT 5D 8L MUCKING MACHINE, MOLE,TUNNEL DRILL AND/OR SHIELD $41.59 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 IT 5D 8L OPERATOR PAVEMENT BREAKER $38.42 IT 5D 8L 10 PILEDRIVER(OTHER THAN CRANE MOUNT) $41.12 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $40.71 IT 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 IT 5D 8L POWER PLANT $38.42 IT 5D 8L ab PUMPS,WATER $38.42 IT 5D 8L Page 6 40 io go „w KING COUNTY Effective 03-03-06 (See Benefit Code Key) +�+ Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9, D-10,AND HD-41 $41.59 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 IT 5D 8L EQUIP RIGGER AND BELLMAN $38.42 IT 5D 8L ROLLAGON $41.59 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $38.42 IT 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $40.71 IT 5D 8L ROTO-MILL,ROTO-GRINDER $41.12 IT 5D 8L low SAWS,CONCRETE $40.71 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41.12 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41.59 IT 5D 8L wr OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRYALL $40.71 IT 5D 8L SCREED MAN $41.12 IT 5D 8L SHOTCRETE GUNITE $38.42 IT 5D 8L im SLIPFORM PAVERS $41.59 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $41.12 IT 5D 8L SUBGRADE TRIMMER $41.12 IT 5D 8L TOWER BUCKET ELEVATORS $40.71 IT 5D 8L TRACTORS,(75 HP&UNDER) $40.71 IT 5D 8L TRACTORS,(OVER 75 HP) $41.12 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41.12 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $41.59 IT 5D 8L air' TRENCHING MACHINES $40.71 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $40.71 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $41.12 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $38.42 IT 5D 8L YO YO PAY DOZER $41.12 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) 4w POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A TREE EQUIPMENT OPERATOR $33.43 4A 5A Idw TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $51.01 1G 5A ur RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 sir RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $40.29 1 E 5P am RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89 1H 5G .0 Page 7 4w ON aw KING COUNTYi Effective 03-03-06 (See Benefit Code Key) Over r PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $51.01 1G 5A 40 RESIDENTtAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A 10 RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $28.26 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 40 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $38.43 1B 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A 40 USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $48.22 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) Aw SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1 B 5A SOLAR CONTROLS FOR WINDOWS 40 JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $51.09 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 go SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER/GROUND PERSON $16.22 2B 5A INSTALLER(REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A SPECIAL APPARATUS INSTALLER 11 $28.34 2B 5A Page 8 ar KING COUNTY ON Effective 03-03-06 (See Benefit Code Key) d, Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.90 2B 5A TELEVISION GROUND PERSON $15.39 2B 5A TELEVISION LINEPERSON/INSTALLER $20.45 2B 5A TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A r TELEVISION TECHNICIAN $21.88 26 5A TREE TRIMMER $26.90 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $38.43 113 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $32.26 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33.40 1K 5A +� TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $37.94 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $38.52 1T 5D 8L DUMP TRUCK $37.94 1T 5D 8L "r DUMP TRUCK&TRAILER $38.52 1T 5D 8L OTHER TRUCKS $38.52 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 ar +rr ar r V w Page 9 aw ow BENEFIT CODE KEY-EFFECTIVE 03-03-05 �r. 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 A wr HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. iwr 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. ALI 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. 'aM D. THE FIRST EIGHT(8)HOURS ON SATURDAYS OF A FIVE-EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8) arr HOURS PER DAY ON SATURDAY;ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR-TEN HOUR SCHEDULE;ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. err E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON ,w SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. so H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS so EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON rr 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. go 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. ar 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. to 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. vw r BENEFIT CODE KEY-EFFECTIVE 03-03-05 -2- 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. +rrt 1. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 11f1 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. 11 H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. to BENEFIT CODE KEY-EFFECTIVE 03-03-05 ww -3- M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. grr► 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. w HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). r D. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, ww PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). G. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE low G. WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). to 1. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(6). ow N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY, wiry THANKSGIVING DAY,AND CHRISTMAS DAY(6). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). w� Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, w THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. wr 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). wr' BENEFIT CODE KEY-EFFECTIVE 03-03-05 -4- Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, 10 THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY.(9) No C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). w D. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). 40 6. H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERAN'S DAY tIW THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_: PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING 4w DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). qw 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). 40 NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO r THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET to OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET ark OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET wo BENEFIT CODE KEY-EFFECTIVE 03-03-05 go -5- OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. go L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. tier M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL 40 B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. wr ow wwr wwr "r aw w1► go �w 4w rrrr in aw ENVIRONMENTAL REGULATION LISTING AW is ow REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND ww PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall "" secure any permits or licenses required by, and comply fully with all provisions of the following laws,ordinances,and resolutions: fm 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 60 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- 4W 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. w WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary source's of air contaminants to maintain records of "�` emissions, periodically report to the State information conceming these emissions from his - operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. +rw R.C.W. 9048: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic Iife, 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 rrr 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. w 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 40 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. wr VW H:\DIVISION.S\UTILFnE.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOGbh 1W REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 4W R.C_W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. rr► R. C. W. 7844: 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. ww 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 I 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. rr MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3 1899• Provides that discharge of refuse wo 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. aw PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION to King County Resolution No. 25789 requires an unclassified use pennit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. H:\DIVISION.StUT LrfM-S\\WATER\R1CK\Springbrook Springs\BIDSPEC.D0CJbh 10 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND 00 PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME �.r Chapter.112 Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) r+r WASHINGTON STATE DEPARTMENT OF ECOLOGY .rr W.A.C. 173-220: Requires a National Pollutant Discharge EIimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. .r 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 r�r 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. W.A.C. 508-12-220: Requires permit to use ground water. ON 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. to 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.) or WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES err R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for r 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 r 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. w. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand,gravel, stone, and earth from borrow pits). .r 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.) +wr H:\DNISION.S\UTIL.TnE.S\WATER\RICK\Springbrook SpringsTIDSPEC.DOCIbb wr REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES io FIRE PROTECTION DISTRICT to 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. to UNITED STATES COAST GUARD �r 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 ,v 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 1: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation 1,particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). rr 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. r 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. v�r iNrr H:1DIV1S10N.S1U ILrrlE.S1WATER\RICK\Springbrook Springs\BIDSPEC.DOCIbh 1W fAw ow lkw CITY OF RENTON qw SUPPLEMENTAL lw SPECIFICATIONS aw Aw aw ow ow vw me City of Renton SUPPLEMENTAL SPECIFICATIONS for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction ..0 Adopted May 19, 1997 Aw A► Washington State Department of Transportation 14W American Public Works Association Washington State Chapter wr wrr ar .r CITY OF RENTON TRANSPORTATION SUPPLEMENTAL SPECIFICATIONS for the 1997 STANDARD SPECIFICATIONS for Road, Bridge, and Municipal Construction Zo waste ?`p1b •e 121 ao5 W Adw �s`SICNAL E����tv °+r EXPIRES tT 23 D Washington State Department of Transportation 4w American Public Works Association Washington State Chapter +III17 t� wn a" wr CITY OF RENTON STANDARD SPECIFICATIONS OW The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work Ow performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications "' The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. w WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. + • The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used Ow together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (Phis. is do! All replacement text or text being added is shown as underlined I type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following Ow the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. V. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. �. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. ow All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. awn Page-RS-i Revision Date:May 19, 1997 MW Table of Contents a. CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i rrDivision 1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions..........................................................................................2 1-03 Award and Execution of Contract...................................................................................... 2 ow 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 1-06 Control of Material......................................................................................................... 7 aw 1-07 Legal Relations and Responsibilities to the Public .................................................................. 7 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 dw 1-11 Renton Surveying Standards............................................................................................19 Division2 Earthwork.........................................................................................................................22 2-02 Removal of Structures and Obstructions.............................................................................22 "" 2-03 Roadway Excavation and Embankment ...22 ........................................................................... 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation ....................................................................................................23 aw 2-09 Structure Excavation......................................................................................................23 Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 Division4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Division5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 awDivision 6 Structures..........................................................................................................................29 6-12 Rockeries ....................................................................................................................29 Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 aw 7-01 Drains.......................................... ....................30 .......................................................... 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 aw 7-05 Manholes, Inlets, and Catch Basins................................. .............................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc., Bedding, and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 aw 7-12 Valves for Water Mains 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 wr7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 ..r 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical .....41 ......................................................... 8-22 Pavement Marking .......................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 ar Page-RS-ii Revision Date:May 19, 1997 10 Division9 Materials...................................:.......................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts, and Conduits.......................................................................50 9-06 Structural Steel and Related Materials..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.................................... ......52 ............................... 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEX TO WSDOT AMENDMENTS ............................................. _...60 WSDOT AMENDMENTS......................................................................................................60 err to w1 �r Page-RS-iii Revision Date:May 19, 1997 1-01 Definitions and Terms 1-01 Definitions and Terms .n► Department shall also refer to the Department of Division I Planning/Building/Public Works Administrator. Special Provisions(RC) MW General Requirements Modifications to the standard specifications spgsifisa>tie{3s and supplemental specifications that apply to an individual project. The special provisions may describe work the w 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid air 1-01.1 General (RC) prices. State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. w� deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include, but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds, aw insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Definitions (RC, APWA) Change Orders. ,rr Dates(APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids. aw or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer (RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) W Agency. The date stated in the Notice to Proceed on which the Contract Day (RC) time begins. Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC) Documents, shall be understood to mean working days. The date by which the work is contractually required to be %W Or Equal (RC) completed. The Contract Completion Date will be stated in the Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer, shall be the sole judge of the quality and suitability of the Contract time. Aw proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material (APWA) dw be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner(RC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so air referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materiaiman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply, commodity, equipment, or manufactured or fabricated °w profiles, cross-sections,and other details. product and does not perform labor at the Project Site; a supplier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to air City of Renton Standard Plans. proceed with the Work and establishing the date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other air authorized representatives. The chief executive officer to the j Page-SP-1 Revision Date:May 19, 1997 IV 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract i11ti 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a go waiver by the submitting vendor of any claim that such materials FOLLOWING: are, in fact, so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: 10 equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA) Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the to the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS: or SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RC) FOLLOWING: a. The bidder is not prequalified when so required; 1-02.2 Bid Documents (APWA) SECTION I-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I IN! Information as to where Bid Documents can be obtained or TO READ' reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. dY SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING 3. A bidder is not pqualified for the work or to the full extent of the bid; SENTENCE], PARAGRAPH I TO READ: 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION I-03.1 IS SUPPLEMENTED AS FOLLOWS. sample test data, and geotechnical reports accumulated by the 1-03.1 Consideration of BidsSRC, APWA) Contracting Agency will be made available for inspection by the bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids qW Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract(RC) e0 1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and(P.49-words)written in execution, together with a list of all other forms or documents ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be 1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award. io places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.6(1) Proprietary Information (RC) Within 2A 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contractor�d-.date, the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance 1W disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18,and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 29 10 calendar days after the award N, Page-SP-2 Revision Date:May 19, 1997 rwr 1-04 Scope of the Work 1-05 Control of Work ar date, the Contracting Agency may grant up to a maximum of 24 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. r T_he Contracting Agency is prohibited by RCW 39 06 010 1-04.4 Changes (RC) from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition the reduction alternatives, but will evaluate such proposals by the aw Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: When the Bid Form provides spaces for a business Iicense 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost +ter Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall „w FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further lar. 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS. president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC) corporation(i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-04 Scope of the Work on sheets measuring 14 by 36 22 by 34 inches or on sheets with dimensions in multiples of 8-1/2 by 11 inches. vtirr SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans The Contractor is encouraged to provide to the Engineer prior and Stakes (RC) to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the �r to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,-1-11 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY ow the specifications. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS. 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, *W 1-04.2 the project calls for Contractor supplied surveying, the Special Provisions Specifications, and Addenda Contractor shall provide all required survey work, including such (RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs by following this order of precedence (e.g., I presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4,5, 6,and 7; 2 presiding over 3, 4, 5, 6, and 7; and so forth): Surveying," per lump sum. 1. Addenda 1-05.5(1) General (APWA, RC) ,dw 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines, slopes, and grades 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform to 6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full 7. Standard Plans responsibility for detailed dimensions, elevations, and excavation 6J. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. 40 Page-SP-3 aw Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control rill► damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls, the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) rrr of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities. to performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying (RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies, and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the to "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work. These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet, and If the Contractor and Surveyor fail to provide, as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As- utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to provide at Contractor expense, a surveyor to On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor. rrlr Page-SP-4 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work rr Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's �rw lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required. 1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE (RC) FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA, RCJ prior to the backfilling of the trenches by centerline station offset and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by dw crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work ow I L. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets, Valves, vertical and and_replace it with non defective and authorized Work, all without Horizontal Bends, Junction boxes, Cleanouts Side Sewers Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade promptly comply with the written order to correct defective and '� Vaults, Culverts, Signal Poles Electrical Cabinets. unauthorized Work, or if an .emergency exists, the Contracting After the completion of the work covered by this contract the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 arr field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and low built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing, or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the THE VACANT SECTION 1-05.81S REPLACED BY. Work. Nothing contained in this paragraph, however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their Defective and Unauthorized Work (APWA) protection, or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting rr work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts, and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work wo the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: aw situation, the Engineer may have the defective and unauthorized 1-05.11 Final Inspection(APWA) Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA) or emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe, or complete, the Contractor shall so notify the Engineer and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be wr Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be attributable to correcting and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform, shall 1. The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities, both from the operational and „w Engineer from monies due, or to become due, the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2. Only minor incidental work, replacement of temporary limitation, compensation for additional professional services substitute facilities, or correction or repair work remains to reach required, and costs for repair and replacement of work of others physical completion of the work. vw destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach_physical completion. The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. to attributable to the exercise of the Contracting Agency's rights Page-SP-5 ow Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work tw If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. intended use, the Engineer, by written notice to the Contractor, The costs for power, gas, labor, material, supplies and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer, substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical ally Completion. The Contractor shall provide the Engineer with a SECTION 1-05.12 IS DELETED AND REPLACED WITH THE revised schedule indicating when the Contractor expects to reach FOLLOWING: substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor The Contractor must perform all the obligations under the Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting Inspection. Agency will establish the Completion Date and certify the Work as to 1-05.11(2) Final Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated: 1. The physical work on the project must be complete so shall request the Engineer to schedule a final inspection. The . Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete. A Certificate of Completion for the Work, signed to Inspection reveals the Work incomplete or unacceptable. The by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected. from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of Upon correction of all deficiencies, the Engineer will notify Contractor (APWA) the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That equalifcation pursuant to Section 1-02.1,the Contracting Agency date shall constitute the Physical completion date of the Contract, take these performance t but shall not imply all the obligations of the Contractor under the will will reports into account. Contract have been fulfilled. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE ri► 1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS. It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shalt 1w mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance signal systems; buildings; or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) ow Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent, or under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprising the of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Vw Page-SP-6 Revision Date:May 19, 1997 ;0 +w 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the FOLLOWING: unit bid prices or other contract amounts. In some cases however, state retail sales tax will not be included. Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. Acceptance The Contracting Agency will pay the retained percentage only UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State PROVISIONS STATISTICAL EVALUATION WILL NOT BE Department of Revenue a certificate showing that all contract- USED BY THE CITY OF RENTON. related taxes have been paid (RCW 60.28.050) The Contracting w Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State w fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA FOLLOWING: ) WAC 458-20-171, and its related rules apply to building #W 1-07.1 Laws to be Observed (APWA) repairing, or improving streets,roads etc. which are owned by a municipal corporation or political subdivision of the state or by The Contractor shall indemnify, defend and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers and vehicular traffic. This includes storm or combined sewer systems .rr employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor (or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system materialman)violated a legal requirement. For work performed in such cases the Contractor shall include `r In cases of conflict between different safety regulations the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices, or other contract amounts including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. 10 for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) 1-07.2(3) State Sales Tax-Rule 170 (APWA) The Contractor shall maintain at the Project Site office or WAC 458-20-170, and its related rules apply to the other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings or other w providing first aid to the injured. The Contractor shall establish structures, upon real property. This includes but is not limited to publish, and make known to all employees procedures for ensuring the construction of streets, roads, highways etc., owned by the immediate removal to a hospital or doctor's care persons State of Washington; water mains and their appurtenances; sanitary including employees who may have been injured on the Project sewers and sewage disposal systems unless such sewers and w Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of a street or road drainage Site before the Contractor has established and made known system; telephone, telegraph, electrical power distribution lines or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in efficiency, and adequacy of the Contractor's plant appliances and or to real property, whether or not such personal property becomes methods, and for any damage or injury resulting from their failure a part of the realty by virtue of installation. w or improper maintenance, use or operation. The Contractor shall For work performed in such cases, the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices, or in any other contract amount subject to Rule 170 with review of the Contractor's performance does not and shall not be the following exception. intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax w measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment or consumable FOLLOWING: supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract '� 1-07.2 State Sales Tax (APWA) amount. 1-07.2(1) GENERAL (APWA) 1-07.2(4) Services (APWA) „W The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(l) through 1- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers rr to questions in this area. The Contracting Agency will not adjust Page-SP-7 w Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlife" than 50 NTU; for other classes of waters, refer to WAC 173-201- (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. 09.4. Discharges to a State waterway caused by aggregate washing, drainage from aggregate pit sites, and stockpiles or dewatering of Dili pits and excavations shall not increase the existing turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION. being discharged into stream or other State waters. Turbidity may 10 be removed by the use of lagoons or holding ponds, settling basins, 1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground (RQ surface, by percolation, evaporation or by passing through gravel, fiber filters. Each Contractor, Subcontractor, Consultant, and or Supplier sand or fi - shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent measures are effective. The minimum exposed area and slopes will document will be bound in the bid documents. tilt be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain situations may include netting, mulching with binder, and seeding. ,W 1-07.13(1) General (RC) Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. ow No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced go to overcome them. chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for ow REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be ow SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollutionlerosion control work will be with drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section l•-89,41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided on valves,pumps,and tanks. to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair shall be made. or relocation work is required, the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The 1. Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and ow over background conditions; for Class AA and Class A Waters, Page-SP-8 Revision Date:May 19, 1997 ww 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public +err deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and rrr discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work aw 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets (traveled ways)used by him + + property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agent rr unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for identifying and �. Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads, detour roads, or other temporary work as required Requirements, which is available at the Public Works Department arr by his operations. The contractor shall confine his equipment Customer Services counter on the 4th floor, Renton Municipal storage of material, and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING: A. General. All construction work under this contract on %W easements, right-of-way,over private property or franchise, shall be 1-07.17 Utilities and Similar Facilities (APWA, RC) confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties,the Contractor shall: be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field open for more than 48 hours. location of the utilities; B. Structures. The contractor shall remove such existing Call Before You Dig structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which rr may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground aw contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without 'a" construction area and stockpile it in such a manner that it may be uncovering, measuring, or other verification. If a utility is known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the ow surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be If, in the prosecution of the work, it becomes necessary to replaced by the contractor with material of equal quality at no interrupt existing surface drainage, sewers, underdrains, conduit, Im additional cost to the Contracting Agency. In the event that it is utilities, similar underground structures, or parts thereof, the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same. backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall, at his own expense, repair all damage to 'W means,of all earth and debris. such facilities or structures due to this construction operation to the The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by rr all work, including excavation and backfill, on easements or rights- the contractor as directed by the City. of- way which have lawn areas. All fences, markers, mail boxes, or Page-SP-9 V„ Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance(RC) insurance, the City of Renton shall not be deemed or construed to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader SECTION I-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: 1-07.18(1) General(RC) (1) Commercial General Liability - ISO 1993 Form or #W The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect, from the Contract Execution Date to the Completion Date and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503• General company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable). Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including • Independent Contractors accidental death, as well as claims for property damages which • Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles w If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington I& The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability (when necessary) required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION I-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability 1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the As of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract. which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form (6) The Contracting Agency reserves the right to request and/or and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on work performed(i.e. pollution liability). Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurances prior proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request to two(2)years after the completion of the project. copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above ti page(s) for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred.) If any insurance carrier OF RENTON. to possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, 4)Policy may not be non-renewed, canceled or materially conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Page-SP-10 Revision Date:May 19, 1997 No 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ow REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives". lrr 1-07.18(3) Limits (RC) c_. Amend the cancellation clause to state: "Policy may LIMITS REQUIRED . not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City aw such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a err General Aggregate* $2,000,000** written agreement that the consultant's broker will provide the Products/Completed Operations $2,000,000** required notification. Aggregate Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS. mry Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes Medical Payments(Anv One Person) $5,000 (APWA) Stop Gap Liability $1,000,000 * General Aggregate to apply per project The Contractor shall assume all costs arising from the use of patented devices, materials, or incorporated(ISO Form CG2S03 or equivalent) p processes used on or inco orated in **Amount may vary based on project risk the work, and agrees to indemnify, defend, and save harmless Automobile Liability The Contracting Agency, and their Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any �r (Each Accident) nature for, or on account of the use of any patented devices, Workers'Compensation materials, or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION I-07.22 IS SUPPLEMENTED BY THE FOLLOWING: � Umbrella Liability Each Occurrence Limit $1,000 000 1-07.22 Use of Explosives (APWA) General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and Each Occurrence/Incident/Claim $1.000,000 regulations that may apply. The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Contractor shall obtain, comply with, and pay for such professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting completion of the project. operations. '� The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of in writing in the event any general aggregate or other aggregate the Work, the Contractor's insurance shall contain a special clause limits are reduced. At their own expense the CONTRACTOR permitting the blasting. 40 will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH rr SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC) SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the project limits and on any street which is rrr Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project. shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks, CONTRACTING AGENCY the following: power sweepers, and other pieces of equipment as deemed 1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance. herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project, and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1) 1- section. wr 07._18(2), and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder" b. Strike the wording regarding cancellation notification rr to the City: "Failure to mail such notice shall impose Page-SP-11 4r Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress w SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY." go SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR `SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within these go limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE *0 Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet so and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference(APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be qr Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field so Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the to received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested• parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: '0 be a breach of contract. I. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; so private property where private improvements must be adjusted. 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing, without notifications, approvals, submittals, etc.; expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and to construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: to upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Project Schedule. err acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before 10 The statement shall include the parcel number, address,and date of computing this percentage, however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the to Engineer requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish all 40 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 to Page-SP-l2 Revision Date:May 110, 1997 rWr 1-08 Prosecution and Progress 1-08 Prosecution and Progress vir use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10.00 p.m. and 7.00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10.00 p.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise err subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are ar I. Furnishing and driving of piling or received from the public or adjoining property owners regarding 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. go subcontractors. Permission to work Saturdays Sundays holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record equipment experience through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall nor forth by the Contracting Agency or Engineer. These conditions 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond Agency for the cost of engineering salaries paid Contracting wr 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts or Contracting Agency, as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period (1) purchase of sand, gravel crushed stone crushed slag batched Assistants may include, but are not limited to survey crews-, concrete aggregates, ready mix concrete off-site fabricated personnel from the Contracting Agency's material testing lab; structural steel, other off-site fabricated items and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer, such work necessitates their presence. plants; or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or 1-08_1(4) Reimbursement for Overtime Work of commercial hauling companies. Contracting Agency Employees (APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications such work provisions of Section 1-07.9, as modified or supplemented shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present, and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged, Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus �r that were subcontractors, manufacturers regular dealers or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize rrr provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not err employ the subcontractor for any further work under the contract. FOLLOWING: 1-08.1(3) Hours of Work(APWA) 1-08.4 Notice to Proceed and Prosecution of the Work Except in the case of emergency or unless otherwise approved (APWA) +w by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to the Work. Proceed Date. The Work thereafter shall be prosecuted diligently, If a Contractor desires to perform work on holidays vigorously, and without unauthorized interruption until physical Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. ow Page-SP-13 Vw Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, ' RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE, the time specified in the Contract Documents or as extended by the PARAGRAPH 5 TO READ "CONTRACTING AGENCY." � Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION: Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's 44eaday 4 Pebru^ Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. �rw on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays. When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials, unworkable day. tools, and labor without delay, and who shall be the legal The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for showing (1) the number of working days charged against the the faithful observance of any instructions delivered to him or to Contract Time for the preceding week; (2) the Contract Time in his authorized representative. working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets, delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton, the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall 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 Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment wr 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE lump sum Bid Item. The breakdown shall list the items included in FOLLOWING: the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit r prices for each item shall add up to the lump sum Bid The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ' ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment filled out and "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be i1r FOLLOWING: accompanied by documentation supporting the Contractor's Application for Payment. 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions the Bid pursuant to the Contract Documents the Application for Payment Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale invoice or other of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and + to that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein. but not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30 irw by the Contractor and the work is not stated as included in or days after the Contractor commences the Work and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the 04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining aw pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words "Bid Item," "Contract Item,"and "Pay Item,"and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the rrrr If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. rrr be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. "w changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required specified or 4. Change Orders — entitlement for approved extra cost or described in that particular Section. Payment items will generally .r completed extra work as determined by the Engineer. be listed generically in the Specifications and specifically in the Progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item such items shall 1. Five(5)percent for retained percentage. rr be furnished FOB project site or, if specified in the Special 2. The amount of Progress Payments previously made. Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents, shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence rr until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants, issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8 (APWA)IS SUPPLEMENTED BY REVISING err ALL REFERENCES TO "HEADQUARTERS' MATERIAL Page-SP-15 ,, Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) Retainage (APWA,RC) 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2)the claims of any Contractor which, in the Engineer's opinion, may be necessary to No person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor,be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired en--tUo indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will ter' at make allowances for weather delays, approved unavoidable delays, least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number rrt escrow services, brokerage charges or both, and further agrees to of_days the Contractor's approved progress schedule, in the opinion assume all risks in connection with the investment of the retained of the_Engineer, indicates the Contract may exceed the Contract percentages in securities. The Contracting Agency may also, at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes, been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. ire► 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. ti minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a_progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to to department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so, will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has not protested such disbursement. Page-SP-16 Revision Date:May 191 1997 1-09 Measurement and Payment 1-09 Measurement and Payment err A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws ordinances and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12)- payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims rrr -- claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS: written settlement agreement of the parties. arw 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment Final Upon Acceptance of the Work by the Contracting Agency the such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) 2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; r with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually air A payment (monthly, final, retainage or otherwise) shall not agreed that any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. from recovering damages, setting penalties or obtaining such other It is further mutually agreed by the parties that when any + remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency claims or causes of action which a Contractor asserts against the the Contractor shall submit an affidavit on the form provided by Contracting Agency arising from this contract are filed with the the Engineer, of amounts paid to certified disadvantaged (DB) Contracting Agency or initiated in court, the Contractor shall minority (MBE) or women business enterprises (WBE) Permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB, MBE, or WBE subcontractors regardless of tier. +a On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "KING COUNTY." If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING. the final acceptance of the contract, the Contracting Agency +rrr reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC) accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the parties, unless the aggrieved party, within from the Engineer, to voluntarily submit such documents. If 10 days, challenges the findings and decision by serving and filing voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision_ days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted; 30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component the certified letter from the Engineer requesting the necessary thereof, documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts _unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The bi f d o arbitrators shall support completed in accordance with Section 1-08.5 or for contracts that boar its decision by setting forth in are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or Page-SP-17 Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control tint The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices pieces of equipment or services which could such procedure. not be usually anticipated by a prudent contractor for the at The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal they are not by the contractor. specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizin 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes the SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent FOLLOWING: contractor. The cost for these items will be by agreed price price established by the Engineer, or by force account. Additional items 1-10.1 General(RC) required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades flashers decreases by more than 25 percent, an equitable adjustment wilt be construction signing and other channelization devices considered for the item "Traffic Control" to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the Special Provisions specify furnishing SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment and supervisory 1-10.2(1) Traffic Control Supervisor(RC) (SA) personnel for all traffic control labor 3. Furnishing any necessary vehicle(s) to set up and remove �upetiser Tthe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties evices; project.for the The TCS shall be certified inas-a worksite traffic control supom4or by one ,.s•the- ^ ,• —t•..t d t6 c l 4. Furnishing labor and vehicles for patrolling and maintaining Provisions The Gontra^tor shall net dcsigAa4a the t in position all of the construction signs and the traffic . The TCS shall assure that prem"auy control devices, unless a pay item is in the bid proposal to p all the duties of the TCS are performed during the duration specifically pay for this work; and of the contract. 5. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance irr engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and vchiglc red by^^m=e'n shall �r f Cquippod with. 21 ;QQf 0; port ��n a designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor, and subcontractors shall be by the TCS is mandatory. submitted at or before the preconstruction conference and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911 and ambulance services to 1-10.2(2) Traffic Control Plans(RC) notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m. correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" appears in the proposal the well as any other appropriate signs prescribed by the Engineer, or all work required by these sections will considered incidental and required to conform with established standards will be furnished their cost shall be included in the other items of work. by th Contractor. Page-SP-18 Revision.Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. All ethcp costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum uait contract price pap4eus-shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for any ewe-pilot I *a car operation. Any necessary flaggers will be paid under the SECTION I-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-lakes. 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum us4it contract price Deus-shall be full irr Construction Zone pay for all costs for the labor provided for performing those C•9,49-91 The (ten.,«..n..«:.... A.......... Will Q raish without ___. to the construction operations described in Section 1-10.3(1) and as authorized by the Engineer. "^••^•a^* d •h' '* shall wr cQ;urol a;@a and—Will fuFnish a p4o;G;ar and drive;to load tho tral limitod 4Q tha hourp the;­@;ker.is agwally PrFfQ;mi;;g the;;,g;!;. A!I ..rl, flaggors t.• L 1• c The Lump Sum w4it contract price f " ce . ^ , n ��, ry «ti r n P l aFea shall be full pay for all costs for performing the rs provided work described in Section 1-10.3(3) and Section 1-10.3(4). provido,p gt d,o r,^^,.^ *. n h i o Way pros This payment will include all labor, equipment, and vehicles ;emu necessary for the initial acquisition, the initial installation of Contractor-Furnished One-Way Piloted Tragic Control. The do Class A signs, and ultimate return of all Contracting Agency- Contractor shall furnish the pilot car(s)and driver(s)for the pilot car furnished signs. control area. Any necessary flaggers shall be furnished by the Contractor do Wha the , , ,—PreI . iaasludes a;;,40 t—fer=�ser�,e t� � � .�� M The Lump Sum usEit contract price p�-434 be full Riaetcd_:42MG Centrel," measure pay for all costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" during a^ r^^'^-�- DELETE SECTION 1-10.4 AND REPLACE WITH: All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum u;;4 contract price for"Traffic Control r;,sies." No specific unit of measurement will apply to the lump sum item of"Traffic Control". Thc lump gum GQ;;#aQ4 p;;Go shall be full p%,to;all Gortr SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: L)guiQcR"will be made ar 1-10.5 Payment (RC) bc paid Payment for all labor, materials, and equipment described in b n *€er the rcmaiRing 50 pc;QGat-of team^••^• "m Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when they arc included in the proposal: "Traffic Control," lump sum. aru The lump sum contract price shall be full pay for all costs not "T.2MG Gopu l VchiGle" por , ,. covered by other specific pay items in the bid proposal for The Lump Sum up-k-contract price per-day-shall be full furnishing, installing, maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3( Wr conformance with accepted standards and in such a manner as to "T;afflc Control maximize safety, and minimize disruption and inconvenience to the t, _ public.. Progress payment for the lump sum item "Traffic Control will be made as follows: 1-11 Renton Surveying Standards a. When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC) and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW. bid_for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance accordance with the total job progress as determined with the requirements established by the Board of Registration for by progress payments. Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. a Page-SP-19 Revision Date:May 19, 1997 ow 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ■1 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes. coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to used wilt be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical object or stnicture of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under the Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including one- survey control shall be revealed on the face of the survey drawing, sixteenth corners; and as shall the method of adjustment. Any permanently monumented boundary, The horizontal component of the control system for surveys y ry, right of way using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established ' part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys corners. ttrlr as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied to at least one of the City of Renton Survey Control-Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the proiect site a tie to both shall be made. The benchmark(s)used observed for staking or "as-builting" while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall (benchmark) will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorde L is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific 1-11.1(4) Field Notes (RC)' requirements of the project, the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of trig oP mt. WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend shall identify all job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing should Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the point, and northing, used by the surveyor will be given to the City. For all other work, easting, and elevation (if applicable) values, all in ASCII format, surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. Page-SP-20 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards r 1-11.1(7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5), satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall rr Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness Control Committee, marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks OW in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station --Offset Topography curbs on the extension of said line with the curb." In all other (RC) cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5), shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station--offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained a► The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of r 1-11.1(9) Radial Topography (RC) curvature (PC), points of tangency (PT), street intersections, center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT aw Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished• by the on city) identifying the monument; point of intersection (PI), point of 1-11.1(10) Station--Offset Topography(RC) tangency (PT), point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey (RC) 1-11.2 Materials All improvements required to be "as-built" (post constriction survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC) and TITLE 9 Public Ways and Property, must be located both Corners per 1-11.1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset alit such as 1/2 inch diameter rebar 24 inches in length, durable metal survey. The "as-built" survey must be based on the same base line plugs or caps, tack in lead, etc. and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of ,err subsurface improvements should occur prior to backfilling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set Am 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) aw "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in r section 1-11.1(6) herein shall be observed for all "as-built" surveys. r Page-SP-2I 4W Revision Date:May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment 0 Division 2 Earthwork quantities and changes will be computed either manually or by means of electronic data processing equipment by Earthwork use of the average end area method. Any changes to the proposed Ilk work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall not be paid for All work and material required to return these areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. iM FOLLOWS: All areas shall be excavated, filled, and/or backfilled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall 1. Haul broken-up pieces ' shall produce a surface which is smooth and even without abrupt changes in grade. to some off-project site. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections grades and elevations shown. Care shall be taken not to excavate below the specified 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed detrimental quantities of leaves, brush, sticks trash and other temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work. Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after backfilling, and compaction are complete before placement of fills or base course, the subgrade under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as'separate pay items, their removal The Contractor shall provide temporary drainage or protection 10 will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they lie in an a;ea net to be oxvavawd, and if sh .y—are " Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials. If the 4. 'Remove Curb and Gutter" per Lineal Foot. Contractor fails to take such preventative measures, any costs or 5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense. 6. 'Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the 7._ "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are �w All costs related is the removal and disposal of structures and not available to complete construction of the roadway embankment, to obstructions including saw cutting excavation backfdling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project,all portions of Section 2-03 shall apply as though a subgrade trimmer were other items unless designated as specific bid items in the proposal. specified. If sufficient acceptable native soils, as determined by the 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING. 2-03.3 Construction Requirements (RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation the Contractor. borrow excavation, and unsuitable foundation excavation - by the Page-SP-22 Revision Date:May 19, 1997 W 2-04 Haul 2-09 Structure Excavation wr cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have r" the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS. so 2-06.5 Payment (RC) 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum ar 1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A (B, C, etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul ar shall apply. If he orders excavation more than 2 feet below subgrade, that pan below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE provided in Secwei-1--94,4 Item 3 of this payment section. In this FOLLOWING: f case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) ar at unit contract prices. The unit contract price per cubic yard shall be full pay for This work also includes the excavation, haul, and disposal of excavating, loading, placing, or otherwise disposing of the all unsuitable materials such as peat, muck, swampy or unsuitable the unit Go * ^ t� •a d c t � materials including buried logs and stumps. material. F^-haul rr The unit contract price per cubic yard shall 2'09.3 Construction Requirements include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: wo 3. "Unsuitable Foundation Excavation",per cubic yard. 2-09.3(1)D Disposal of Excavated Material (RC) The unit contract price per cubic yard for "Unsuitable Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. Pop haul, gho w limits shall be included in the unit contract price for structure excavation, Class A or B. �r °^d h2,+ the met°^^' to ^ dis esal site the State +will Pay Las _The unit contract price per P loading + cubic yard shall include haul. 7 " 310 The unit—Ggi;uaa; pr.;se—Per culair3 ,d fer "NmbaAkmont compaGti„t," 4211 be full ay fer all material, labs;, teals, If the contract includes structure excavation, Class A or B, eaten inPment�nnd_ ing;do„tals required The quantities fa; including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= to &iginooF otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS wa costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the A cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a to 2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel n",..,,o.,t ,,,:+t he ;A2de f t+ f ++ bid itlem t it ip backfill for pipe bedding. ingluded in the p;oposak SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS me 1 "Haul", Peru^..;".[ FOLLOWS: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they Aw 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. dw "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 f price of other items of work if "Structure Excavation" or Page-SP-23 go Revision Date:May 19, 1991 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the I contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that 40 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 tW 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 10 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 to separate pay item is included for trench backfill. ter rr itw to rtrt trr+ ar► Page-SP-24 Revision Date:May 19,1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary r Division 3 Production From Quarry and Pit Sites Division 4 .. and Stockpiling Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were No supplemental specifications were necessary for Division 3. necessary No supplemental specifications were necessary for Division 4. arr +r OW r r ar w qtr so 1W a* r 40 err Page-SP-25 air Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement to Division 5 (2) Surface Treatments and Pavements sample When a sample from uncompacted mix is needed, the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can —be obtained in accordance with WSDOT Test Method 712.The pla;f,a,.r rhall allow the rample to he rake„ wiihnnt the Rnn' a --the SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hauling-uehisle FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is-sh211 be defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix as—provided under-rwistisal—Q; a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur.--few ar.1, :nh mix fn;mUla (TMN) .planed and ; ensed by d 1 Determination of-sta4&4Gal-eF 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, Gollogtively and RhAl Qonstituw a lot Q415,9;40 lot po;1449 will ho E, F, and G) shallw414 be evaluated for quality of gradation on a the expected .,•rh r rt 1 F.h R dailylet basis by the Contractor. This gradation analysis shall be _The JMF (Job Mix Pgr-mula) is defined in Section 9- based on WSDOT Test Method 104 and the results delivered to the 6 8 A Contracting Agency by noon of the following working day. This 03.8(6)A Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the Engineer. with Section 9-03.8(6)6.2.-a4ld A-asphalt content shall be tested at Eng rr May ;@ quest a nhanne :n the Imp Tf tl. the Eengineer's discretion if the Compaction Pay Factor(Section 5- The CQ;4t;anrn.- 04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent Cho Gh2nge will be Q;; the b26R of 24,2;12bla terug 2M gradation samples at the stockpile to confirm the gradation testing will 40 done by the contractor. If the independent sample gradation varies GQng to ne f blgt 1 n Sampling.1,,.,, tiara ar the freiGal s., ,1f ,.ne from the Contractor's data by more than ±3% for sieve sizes shall sample pa; rmblot, with a mii;imum of f4,,@ sublets pa; Glas greater than 1/4" and±2% for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the h ;,e n„t leis than F4110 b d@ ;r ..e l r1,hl,rr WSW l P;Gpogal Contractor. If the hest results vary from the Contractor's data aFe-within the ranges listed above then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one Agency. g;aded mixes sample for each Sublot of 400 tons or each day's production, ...:11 he avaluaicd f... quality of gradation only, �r;�n�will 130 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 2dvertised, awarded, and admiaigtor@d by 3AISDAT, walssg uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor 40 with a copy of the results as they become available.-of-all .,ta 0 testis erfn 071:n 4110 f:el.l 1411 77009 a 4he M of the Xr s,.klla aAer sampling, r f.1 nighttime ...4 .:rh:.. (3) will be-Rod fQr 2 rlass Qf mix v.,ho;; the proposal quantities fo; }; afie- the beginning of the am paving shift The t T:n .:I! all vide by of the ..t r-kday aFte� sampling, the Composite Da. Ra..r., /!'DR\ ..F the ..lerOA whon tho pr-9poral quawiyog fQ; th2t G1246 9f MiX 2;9 1069 tl;2;R sublots 24c;tb;@@ st-blots h2;,@ been p;oducod 41* 1,509 tons, and (2) 211 Gwntr-agti; advor-tiwd, awardgd, and D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance of asphalt-Genteat will use the Nuclear Asphalt Gauge Procedure; WSDOT Test 2. Aggregates. _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary, equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Quick all requirements of Section 9-03.8(2)_ e1,2lu2tig; Determination of Aggregate Gradation using Alternate Solvent ' 3. Asphalt Cement. Asphalt Cement will be accepted feF Procedure; WSDOT Test Method 723-T.E. Reject Mixture tests-based on their-conformance to the requirements of Section 9- 02.1(40. Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any the asphalt cement changes, a new job mix formula (JMF) shall be evaluated and approved. such new material will be sampled, tested, and evaluated for A. Sampling acceptance. Asphalt Concrete Mixture (2) Rejection -by Engineer Without Testing out-Testing. A. (1) A sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch, load, or section of roadway �► 25 tons of mix produced in each production shift. Page-SP-26 Revision Date:May I9, 1991' 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ttaaterial that appears defective in gradation or asphalt Qowwot SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into �fftlw pavement. Any rejected section of compacted t:oadway avp ement shall be removed. 5-04.3(10)A General (RC) No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of r rejected material be tested. If the Csontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) will be obtained and tested._ Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. ,r 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 AW _ 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 n 75 if °egtc^^ ^ r nft 1 . d th C12P specified level of relative density shall be greaw i� the n 75 or: - .{ jected mix will h us 2 rn>~ of !(`UP Of t 1699 4h2;; 1 nn h 1 r d a th c°,.a^^ 1 n6 7n` using a miAimum ^f 9_21.0 percent of the Acceptance of the initially reference maximum density as determined 1iIt—iTirD9T T erected sas)#sted material will use the acceptance sampling and Method-=5. _The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that developed in the job mix formula(JMF)th°�� formula tolerances of Section 9-03.8(6)A the mix will be rejected and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances, the mix will be accepted for quality of mix but will density attained will be determined by the average statistigal remain subject to the compaction adjustment of Section 5-04.3(10) a alaasiea-of three 4w nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by the stratified random_ l 2VrQPt2A9Q m.,I:nn 2.,,1 r°rt:..,. th° 1r.,..:.,°°r g;231 aigg :r^lata c....f;mine to Q/SPDX Tert Method 716 within each density lot fr., of ubigi aA3, nt°rial that ig suspogtod of {, m°t°r.2l will ^t include or-iginal .J° l^ .,t:^. A i#ESr The Engineer will famish a copy of the results of all acceptance testing performed in the field as soon as the results are availabl°h° 7.09 2 m ;he of the next n,•LA.,y afi°r tarsing r f r Aightt:m°w^;*.,.:thin f^..r hou;r 2A°. alt will bo congiderod a saparatc Igt, When tho igolated material ;be h°^:...,:..g of the next paviAg shifty 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- AM X14 An Entire Selalet if _2A awire Rublot jest d iA 04.5(1)B. determined, For compaction lots falling below a CPF of 1.00 pay-faster "" and thus subject to price reduction or rejection, cores may be used (5) A Lot in Progress The Gong:24tor Rhall shut {l9wii as an alternative# to the nuclear density gauge tests. When-seFes taken by the f`o.,wagging Agency .,t the e6t of the 9449h 'iM@ 29 th+rr When the Contracting Agency requests cores and the {r.eg;#ss: level of relative density within a sublot is less than 92.0 percent, tXhe cost for 44-coring 1 and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent, the cost for coring and testing shall be borne by the Contracting Agency. —rat at the mto of SoGtion 1116.1(2)D ..ndep R' 1 i t' P h 1 it Z Shall At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the 40 Engineer, to determine the compactibility of the mix design. Page-SP-27 go Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement 40 Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (924. percent of the reference maximum density SECTION 5-04.5(I)A IS DELETED AND REPLACED WITH THE FOLLOWING: Dh4�ad-705). If a compaction test section is requested, a Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) a is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the_job mix formula, the mix shall not be accepted (see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS 40 compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the Engineer. Compaction (RQ In addition to the randomly selected locations for tests of the For each sublot a Compaction Pay density, the Engineer may also isolate from a normal lot any area Factor InGentiuc Prise Adjustment Pacter(f IR P� will be that is suspected of being defective in relative density. Such determined based on the relative density of the tests. The isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three 5 randomly located density tests will be taken. associated relative density. The rry"P equals tho A:fF mwe The isolated area will then be evaluated for price adjustment in Rgo accordance with this 4he statilztig2l 2rGeptame section, considering 4111 it as a separate_sublotlet. Adjustment 3411 be ""'""late'' as the Fedor' of CW-AP the SECTION 5-04.5 IS REVISED AS FOLLOWS: and tho unit Gowr-agt price per.tot;of mix 5-04.5 Payment (RC) Relative Density Compaction Pay Factor ur1 (average of three tests) "Mist and/or Driveway Asphalt Conc. Appreash Cl. _ >_92.0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 0. 4di ent • by °i ..i ,: 90.0 0.85 89.5 0.80 id f.,r ag dosGpiho d :,,c°°.:..., s nn v!)A 89.0 0.75 JiWI �rt1 Page-SP-28 Revision Date:May 19, 199' t�i1 6-12 Rockeries 6-12 Rockeries Or Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the or rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 4w 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. ow The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of Mr Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a err sulphate in accordance with aashto t104, the loss through a one- inch sieve after 6 cycles shall not exceed 35% by weight. footing drain behind the rockeries as shown in the standard plans, The rock material shall be as nearly rectangular as possible so and connected to the storm drainage system where shown. w as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done, weathered portions, seams, cracks and other defects. subject to the final decision of the.engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the site. 6-12.4 Measurement (RC) 4M The rock walls shall be constructed of one-man rocks, (85 to 300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be to 600 pounds) each 13" in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to (800 to 1,200 pounds) each 16" in its least dimension; four-man the nearest square yard. rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height, per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation, 40 as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in ow excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be r 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. w, 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 4w Page-SP-29 Revision Date:May 19, 1997 aw 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel or aluminum are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-01.2 Materials (RC) 7-03 Structural Plate Pipe, Pipe Arch, Arch,Drain pipes may be concrete, zinc coated (galvanized) Asphalt and Underpass Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS. steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) option of the Contractor unless the Plans specify the type to be used. Materials shall meet the requirements of the following sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 7-01.3 Construction Requirements (RC) Corrugated Steel Asphalt Treatment I 9-05.6(8) I Corrugated Aluminum 9-05.6(8) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be p p P SECTION 7-03.5 IS REVISED AS FOLLOWS: jointed with snap-on, screw-on, or wraparound coupling bands as I recommended by the manufacturer of the tubing. 7-03.5 Payment(RC) PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal: described in Section 9-04.9, at the option of the Contractor unless "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. I PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch_Gage_Ft. _In. Span", snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I. recommended by the manufacturer of the tubing. "St. Str. Plate Arch_Gage_Ft. _In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING: "Structure Excavation Class B",per cubic yard. "Structure Excavation Class B Incl.Haul", per cubic yard. 7-01.4 Measurement (RAC If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. t 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials (RC) 7-04.2 Materials (RC) Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated alvanized Asphalt Treatment I Coated e* I Plain Concrete Culvert Pipe 9-05.3(1) � ): Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and �trt Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Revision Date:May 19, 1997 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins rrr 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins '~ SECTION 7-04.3(I)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 7-04.3(1)B Pipe Bedding(RC) 7-05.3 Construction Requirements (RC) _Pipe bedding for PVC sewer pipe shall consist of clean granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS. SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) dw 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the ■r specifications. existing structure shall be raised or lowered to the required SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: tG the ' i s gsifed in this see*' r d th + aw 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the so proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing err 7-04.4 Measurement (RC) the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area �w include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be ur catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins and FOLLOWS. similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be irr 7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted air complete the installation, including adjustment of inverts to until the pavement is completed, at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously included in the Schedule of Prices, pipe bedding as shown in the established by the contractor. The pavement shall be cut in a standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of ,w additional payment shall be made. the cover. The manhole shall then be brought to proper grade "xcstiAg Stertn Sewer Rips", PC;linear feet utilizing the same methods of construction as for the manhole Testing of storm sewer pipe, if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement "r' for other items. shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed wr 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 arr for texture,density, and uniformity of grade. The joint between the Page-SP-3I rrr Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements 401 patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe. iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by "Adjust Existing " per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1) and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame. The existing erg each• concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) and plastered. "AdjustNLv;hQle Existing " per each. Monuments and cast iron frame and cover: Monuments and The unit contract price per each for "Adjust + monument castings shall be adjusted to grade in the same manner Existing " shall be full pay as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings:Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. ` SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl. Haul", per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be nli salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS. FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA) go 7-05.3(3) Connections to Existing Manholes (RC) Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material iil contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. so A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Jointsg will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled ab adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint Page-SP-32 Revision Date:May 1.0, 1997 IN 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements low tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe '"r pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen ONO entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall ,W gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight SECTION 7-083(2)J IS AN ADDED NEW SECTION: between the changes in alignment and at uniform grade between . + ' changes in grade. For concrete pipes with elliptical reinforcement, 7-08.3(2)J Placing PVC Pipe(RC) the pipe shall be placed with the minor axis of the reinforcement in In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket ow upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE arrr mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING. at the point of connection. 7-08.3(2)A Survey Line and Grade 7-08.3(2)G Sewer Line Connections (RC) Unless otherwise approved by the Engineer, all connections of rrr Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When Enginco;in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main err where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Anv other procedure shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall ar have an "0" ring rubber gasket meeting ASTM C478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the to calculations from measurements on the top of the pipe, or by cubic yard,including haul, as specified in 2-09., or by the TON. looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size, pipe(s) shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for VW elevation, unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe, fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as structure against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, ar equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the err the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed. specified in Section 2-09.4. aw The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Page-SP-33 1r Revision Date:May 19, 7997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7_11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC) aW► Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS: "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe (RC) "Commercial Concrete", per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl. Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract then it shall be is laid on a horizontal or vertical curve shall not exceed one half of incidental. the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over) (RC) SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measurement(RCZ THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN +�w► Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with accordance with Section 1-09. Polyethylene Encasement (RC) 39haps Rho...n :n the ni^n €The Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings and (;Ub;g yar4. 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 matc;ial as sparif4ed in 1Q 3( Payment for "removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4.or ton. Bank Run Gravel for Trench Backfill", per cubic yard 7-11 3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND The unit contract price per cubic yard or ton for -Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) furnish, place, and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" , per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains(RC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor material per Section 9-30.7B(l). shall not operate any valves on the existing system wkhoitt specific pe;*niggion of;he Engineer.. Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by Ciri forces as provided below: 4t City Installed connections: Page-SP-34 Revision Date:May 19, 1997 06 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains +rw Connections to existing piping and tie-ins are indicated on the registering I gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. ow scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline*-in GPH aw The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 20" 24" material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 on connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.51) 1.80 2_40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0.84 1.12 I.40 1.69 2.25 2.81 3.37 plans, including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1.99 2.49 2.99 pipe spools, shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2.85 er Contractor shall provide and install concrete blocking, polywrap 225 0.68 0_90 1.13 1.35 1.80 2.25 2.70 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various yn water mains. diameters, the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the war FOLLOWS: number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test (RC) L=ND' P A hydrant meter and a back flow prevention device will be 7400 ww used when drawing water from the City system. These may be in which obtained from the City by completing the required forms and L = Allowable leakage, gallons/hour making required security deposits. There will be a charge for the N = No. of joints in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches r be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test, psi permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be 4r expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled, the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC) wr The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be Ausbedpoly- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If no hyd;an;is inrullod as the @Ad furnish the water necessary to fill the pipelines for testing purposes of ..":;rye main cannot be "poly-pigged", then a tap shall be ;Ar at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in normal system operation. the main. The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua required pressure, stopping the pump for a minimum of two hours, Swab-AS, 21b/cu-ft density foam with 90A durometer urethane rr and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup 211 be dono-Aar dogmfegsio& Aw water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/1. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1)pumping from an open container water system, shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water way. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a err positive displacement water meter with a sweep unit hand Page-SP-3S 4W Revision Date.May l9, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH. Tiebolt: ASTM A242 type 2 zinc plated or hot-dip 7-11.3(12)D Dry Calcium Hypochlorite (RC) 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 Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical 7-11.3(12)K Retention Period (RC) points. same ASTM specification as SST 7. SST 77: 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except I" eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. 40 at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8. 5/8" and 3/4" least 25 mg/1. ASTM A563, grade C3, or zinc plated. S8: 518" and 3/4" ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized is 7-11.3(12)N Final Flushing and Testing (RC) Tiecoupling: used to extend continuous threaded rods and are Before placing the lines into service, a satisfactory report shall provided with a center stop to aid installation zinc plated or hot- dip galvanized. SS10: for 5/8" and 3/4" tierods ASTM A563 be received from the local or State health department or an grade C3. 510: for 5/8" and 3/4" tierods ASTM A563 grade A tit approved testing lab on samples collected from representative g points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 518" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher: round flat washers zinc plated or hot-dip 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17:ASTM A242 F436. S17: ANSI B18.22.1. Block (RC) Installation: Provide concrete blocking at all hydrants, fittings and Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking together to prevent joint separation. Teebolts shall be installed to and vertical blocks herein pull against the mechanical joint body and not the MJ follower. � All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at?5-9Q foot pounds for 3/4" nuts. Install tiecouplings plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe around joints. The forms shall be stripped prior to backfilling . tnir Joint restraint(shackle rods) where required shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels shackle rods, installation and removal of formwork. Tie Rods Required Blocking shall be commercial concrete (hand mixed concrete 4" .....................................2 is not allowed) and poured in place. 6" 2 8" ........................................... ow SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION.• 10"...........................................4 12"...........................................6 7-11.3(15) Joint Restraint Systems (RC) 14"...........................................8 General: 16 .....8 to ......... .................. ........ Where shown on the plans or in the specifications or required by 18"...........................................8 the engineer, joint restraint system (shackle rods)shall be used all 20"...........................................10 joint restraint materials used shall be those manufactured by star 24"...........................................14 national products, 1323 holly avenue PO box 258 Columbus Ohio 30"...........................................(16-7/8"rods) 43216, unless an equal alternate is approved in writing by the 36"...........................................(24-7/8"rods) engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten) ASTM A242 heat- Where a manufactures mechanical joint valve or fitting is treated,superstar "SST" series. , High strength low-alloy steel(cor-ten) ASTM A242 superstar supplied with slots for "T" bolts instead of holes a flanged valve with a flange "SS"series. by mechanical joint adapter shall be used instead so -- Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained ASTM A153 for galvanizing iron and steel hardware. tai ASTM A123 for galvanizing rolled pressed and forged steel no run of restrained pipe shall be greater than 60 feet in length shapes. 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-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains yr Where poly wrapping is required all tiebolts tienuts 7-12 Valves for Water Mains tiecouplings, tierods and tiewashers shall be galvanized All disturbed sections will be painted to the inspectors satisfaction SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS. w with koppers bitomastic no. 300-m or approved equal. Where poly wrapping is not required all tiebolts tienuts SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC) ' koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and Tiebolts, tienuts, tiecouplings, tierods and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with air payment shall be made. 18 inches of the post exposed above grade. 4ha Q1-@ markor post; shall bo painted with t...o Goau; of SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) rr Measurement for payment of concrete thrust blocking and Al'"^h "^" P;QdQC9 10t 9'' iArhog high dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION: included as separate pay items. If not included as separate pay aw items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade S__RCZ shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made, for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited or mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in 1, accordance with the applicable portions of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to "_Pipe for Water Main and Fittings _In. Diam.", per remove, such debris, leaving the valve installation in a fully lineal foot. adr operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of "_Pipe for Water Main —In. Diam." shall be full pay for fourth inch(1/4")to one-half inch (1/2")below finished grade. all work to complete the installation of the water main including QW but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap, cleaning by poly-pigs vertical crosses for 7_12.4 Measurement insertion and removal of poly-pigs temporary thrust blocks and go blow-off assemblies, testing, flushing disinfecting the pipeline Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. Aw shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and Dead-Man Blocks" per cubic measurement for hydrant assembly and will not be included in this yard- measurement item. The unit contract price bid for "Concrete Thrust Blocking and 00 Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials, equipment for the installation of the concrete thrust FOLLOWING. blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation, dewatering, haul and disposal of unsuitable materials, Box," per each. " concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices then thrust size, shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main, orr installation of the pipe and no further compensation shall be made. including trenching, jointing, blocking of valve, painting, "Connection to Existing Water Mains" per each. dis_infecting, hydrostatic testing, cast-iron valve box and extensions The unit contract price per each connection to existing water as required, valve nut extensions,adjustment to final grade. mains shall be for complete compensation for all equipment labor, "12 inch Gate Valve and Concrete Vault," per each. + ► materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching, jointing, blocking of valve, by-pass assembly, +w 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. to wr Page-SP-37 Awr Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants 40 The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching jointing blocking of valve Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing concrete vault cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required adjustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE tails "Blow-off assembly,"per each. FOLLOWING: The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC) shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail, latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets of "Air-Release/Air-Vacuum Valve Assembly," per each. the type required for a new installation of the same type. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC) disinfection, meter box and cover, at location shown on the plans All hydrants shall be rebuilt to the approval of the City(or • and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced "Adjust Existing Valve Box to Grade (RC)," per each. with new gaskets of the type required for a new installation of the The contract bid price for "Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material tools and equipment necessary to satisfactorily complete the work SECTION 7-14.5 IS REVISED AS FOLLOWS: as defined in the Contract Documents, including all incidental 7-14.5 Payment(RC) work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as mar.kop po&t, specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made.T 7-14 Hydrants "Resetting Existing Hydrants",per each. 7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing I Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(l) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants(RC) considered incidental and no additional payment shall be made. so After all installation and testing is complete, the exposed portion of the hydrant shall be painted with o"two field coats. The spocifiod in ScGtian 7 11 S. Guard posts, shown on the plans shall type and color of paint will be designated by the Engineer, be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each. 40 a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and No in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts, shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be _designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve(FL x MJ), 6" DI spool (PE x PE), 5- yrr 1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, Page-SP-38 Revision Date:May 19, 1997 +itrt 7-15 Service Connections 7-17 Sanitary Sewers �r 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: Ar SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC) Once the television inspection has been completed the 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the Pie materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color '°� lines shall be copper. and compatible with the City's viewing and recording systems The Where instalation is in existing paved streets the service lines City system accepts 1/2" wide high density VHS Tapes The tapes shall be installed by a trenchless percussion and impact method will be run at standard speed SP(15/16 I.P.S.). (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS low fails, regular open trench methods may be used. FOLLOWS. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) +w 7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection_ structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or hoe- Section 7-17.3(2) will be the number of linear feet of completed aw hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck �r 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-1_7.2 HAS BEEN REVISED AS FOLLOWS. FOLLOWS: M' 7-17.5 Payment (RC) 7-17.2 Materials (RC) (SA) Payment will be made in accordance with Section 1-04.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: aw Rigid Flexible "Plain Conc. o; 11 C Sewer Pipe _ In. Diam.", per linear Concrete ABS Gompesite foot. "i'-,- ;ay PVC (Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. ,Aw Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) "ADS Gompgsite Sewer Pipe_in Dian; ", P lima;' eet Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the +a+ \Lisrified-C1a34erver Pige 9 GIs,e kind and size specified shall be full pay for furnishing, hauling, and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and ADS Composite Sow@;Pipe 9 adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe", per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer *W conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2). FOLLOWING: If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. r 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per (RC) cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A. trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic Any construction debris which enter the existing downstream yard, or Ton. The unit contract price per cubic yard, or Ton for "Bank Run 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 Gravel for Trench Backfill Sewer"shall be full pay for all work to outlet shall be plugged until acceptance by the Engineer. furnish,place, and compact material in the trench. ®rr "Television Inspection", per Lump Sum. Page-SP-39 W Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE Miscellaneous Construction FOLLOWING: 8-13.5 Payment "Reset Existing Monument"per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type 1",per eachhuadr4d. FOLLOWING: "Raised Pavement Marker Type 2",per each4uadred. $-14.3(4) Curing(RC) "Raised Pavement Marker Type 3- In.", per eachhundr4d. The Contractor shall have readily available sufficient "Recessed Pavement Marker", per eachhuad;od. protective covering, such as waterproof paper or plastic membrane to cover the pour of an entire day in the event of rain or other The unit contract price per each#u+xlred for "Raised Pavement tirlii Marker Type I", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete. necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and �Ilr with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control e;;Gept for r-cimbur-Ram°^• f^P gab^- F F unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp,• Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crushed FOLLOWS: surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, then till supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS: shall be included in the pay item for "Miscellaneous and/or M11 8-13.3 Construction Requirements Driveway Asphalt Concrete." The monument will be furnished and set by the Engineer or b SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE y FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the After construction is complete, the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp,Cement Concrete." contract unless specifically called out to be paid as a bid item. Page-SP-40 Revision Date:May 19, 1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical ■r 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. trr THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so that all of the necessary conduit can be installed within the depths 8-17.5 Payment (RC) specified while maintaining the minimum cover. 00 Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for "Traffic Control." rrr SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC) and Electrical dr seasr-ete—in asserdartce with the RaGuou' 8-20.2 Materials Where obstructions prevent construction of planned SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation s" FOLLOWING: satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop �g or drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table I below. I. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. low 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Thc GGAW-Wr Will Rot he ;:Qqukad to submit shop dralX;Ags Concrete shall be placed against undisturbed earth if possible. f.,; app;0yal f r light stag a;:d GoAfg;Ming to the , Disturbed earth or backfill material shalt be compacted to 95 percent of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the aw dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. {rr ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and 40 to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on site before beginning any excavation' compaction shall be performed at the time of the initial backfilling of the trench unless Street Light Pole 4'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Pole up to 40' mast arm 7'Deep x 3' Sg or Dia. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner of six inches above the conduit. specified below: VW 1. Where sidewalk or raised islands are to be constructed as a Trench within the roadway area shall use select trench backfill part of this project, the top of the foundation shall be made which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or aw schedule of prices and directed for use by the engineer. The source sheet and quality of the material shall be subject to approval by the 2. Where no sidewalks are to be installed,the grade for the top engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer.(See with acceptable materials from the excavation subject to the detail sheet r Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The Im Page-SP-41 VW Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical 40 SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or 1W Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. All railw2d The contractor shall provide and install all conduit and 411 r-uAr 40M tho h2go to the necessary fittings at the locations noted on the plans. Conduit size bo-ly- shall be as indicated on the wiring and conduit schedule shown on A hll ;n=llod 2t•r2fr.^signal :^&•^nat:@Rs 11!aps. 06 5 All pole rigor-&, except as otha;wiga ;oquiF@d by ovz;iing Conduit to be provided and installed shall be of the type ++ui+t;ar 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 40 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. so All joints shall be made with strict compliance to the adapter. fttiAr equipmeAt—grennding GQ; 4i"�G;Q;:,—gr-eunding manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE of !he pr-oviously mewioAed 10-fbot length of galvanized steel FOLLOWING: 5-20.3(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" s4f,gr-mad ; 3. Traffic signal and street lighting: "TS-LT" A,, nd-144 „„ be altera2to to ",, o,, ..tool 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 steel conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type I" or "Type II" llwl► appre«ed 4;iGking or. 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, small tog;holes may be rut in the pavemew to logate obrw-Gsio;ir backfilling and compaction all in accordance with plans, If allowed in the Plans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep. The cuts shall be parallel to each other and extend -one under and around the base of the iunction box. Concrete shall be 1 foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the 4- T-an�� ;,; , Rhall be ,, :ngho" the „will,,;, d;2mose crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed restored per the Renton Standard Detail. surfacing"and/or for"concrete pad." qt, fQ119wed Page-SP-42 Revision Date:May 19, 1997 Diu or 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 'w 8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost 11 Metallic ..,-re 2 eleGirival a of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the Stag City. No Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt 2 wire 60 cycle A.C.(traffic signal service only) 2. Type I1, system shall be single phase 240 volt 2 wire 60 cycle lrr 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 uauipmeW g 2d. .,o n Z- ' 1 ' 'h Standard D1 cycle A.C. (street lighting contactor/traffic signal grounded neutral service) lading rondurw- shall he simd 43, the r-ati;;g of tho largrrl -ant +�..:�� s s t 1 t. The power service point shall be as noted on the plans and seoduit� shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint .r shall be accomplished only at the service. conforming to Federal Specification TT-E-489. Two &G;;'ice&:QuAds AhAl he r I1 .1 at each cleatrical Rorvige SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS .Qtal'24;n 2-Ad at eaGh ..t 1 a d h FOLLOWS. 0 &14211 f r .1 th t •1 iA the & d d Al for .w 8-20.3(11) Field Test (RC) the stall ar;n r;ll he to-ne.l to fl.."h by the r r•„n.-arrn-ar the.14e..r:.,.. of rho NAgiAgg; Th signal shall remain flash oPprat;nry a mi3iitrtutrt of tltr®e salenda; days,-�„® ..teal t., the fir-s& g;owid .,.1 r a 41ectFode& Rh al h 211., e.1 Fs. f12sh opowion to 't h• r bonded Gepper, f�g;:Fgur Gorr mweri2ls and rh211 bo rolid rQdr, 2t;@A ir Re-on Galeadw:day; 1m less thw; IQ f et ., Ie....th if th -12;.,nh :,. .1:2.„ere-., ,,.,t less T-ho d2to f- ah2n RiTg f-r,t„ flash:..n ttr, 2;1d g t' o ., sar 4142.. 8 F et: Ie., th •f th arc 5 ;AGh op shall be utuall.,2 ell l by the ono- -tn d the C upon All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, Im copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday. complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. �' diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the in the nearest function box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered until �r are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required r for signal turn on. SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the wr 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only; exact 6. City forces shall provide, post and maintain proper signing location will be determined in the field. warning of new signal ahead. """1 8-20.3(13) Illumination Systems Bastian 9-Z 6�3)ra ►Hater SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS. lrw asst. 8-20.3(13)A Light Standards (RC) (SA) Up hr-aakolp 1;142.11 1, 2 t d d th 1 'r h GRGa e.1 .,r;.rhr h.,..s:.,..rh h r11 rl Gan 1 :Q@ Slip P12 shall i,. f'. of nhcr-r.rt: u s h r di Page-SP-43 rrr Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical U9 A211 tormiAzy 2s a height at 0; WIG*' the All poles and davit arms shall be designed to support a @lG;,2t;QA of 1140 tgp of the bgugm GNP plate luminaire weight of 50 lbs. or more and to withstand pressures ' 411 washers shall he AASNTO M 1.64 (AST-44 A 35). caused by wind loads of 85 m.p.h. with gust factor of 1.3. 392&her-g A tho slip plano shall be placed tW bottom All poles shall maintain a minimum safety factor of 4.38 p.s.i. to on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: 4 Clamping h„ltg ;h^n be now A A 24TO M 164 (A cXA4 A 32517 The davit style arm shall incorporate a 5'9" radius bend to o. AST 4 n nno bolt. .. tb Gloa,, uAda.,aged .h;°^,+ U& as measured from the centerline of the shaft. The outer portion of WampiAg bolts shall be tightaned to the spagified t@Fque, plug the arm shall be nearly horizontal to +2' above horizontal and er minus ' pe ;^ two ^gg6 ^^ an avwurawly shall be furnished with a 2" diameter shipfitter with a maximum to 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: WO tlh-it^°^.��1 'ie�. A one piece anchor base of adequate strength, shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four 40 approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending be installed plumb, f 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the St2nd2t:d 212asr recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer I A; fQundat;Qns, the aiwhor. nut&, polo grout pad, and- data on pole bending moment, anchor bolt fabrication data, test levoliAg put; shall be results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: i1 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 fetiadatiett. 4-digits and one letter on each pole, whether individual luminaire 3- Couplings shall be iAmIled to ;Axithm 1.12 iiiGh to 318 iAGh @ or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching 4, The pole sh-11 '-° sot ^^•+ plumbed ad w asha;r, autr, ^^A 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 Staadapd-1'4atts. a black background. The I.D. number will be assigned to each All Acm, light °* gd2ra° Rhall bat,@ •od ;astal tag 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. t111 Z•- 144 , , ge. Light standards shall be spun aluminum davit style and shall 3. 'uminair.°;,@Ua^° meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand 41W installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed,nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets, open end,or box wrenches. Use of pliers, pipe wrenches, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and +rrr Page-SP-44 Revision Date.May 19, 1997 w 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems (RC) sw Dry pack mortar grout shall consist of a 1.3 mixture of All new Opticom Priority System components shall be 500 portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand Series, or approved equal. The Contractor shall supply one copy of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the ow drain hole shall be left in the bottom of the grout pad as shown on supplier the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: err FOLLOWING: 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being rr terminal block shall have an open end crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers wire FOLLOWS: cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal system conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the pp y' rrr for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line err FOLLOWING(RC) length in place, unless the conduit is included in an illumination 8-20.3(14)C Induction Loo Vehicle Detectors C system, signal system, or other type of electrical system lump sum Loop a Q bid item. 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in vrr compression type connectors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS rt► 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS. Cable(R j 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. AS FOLLOWS: "Traffic Signal Display and Potwtim ystem —", lump sum 8-20.3(14)E Signal Standards (RC) . "T•^ffis Signal C-0=01 STStem_"' lump-st::a. 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System cable shall be installed in any signal standard supporting a and "Traffic Signal ystem _", aad luminaire.-m,,..,:...,.:,.., w4ing iartallatim shall ,. f t ,a , •i VW in the 1212AR iar. "Traf€s SignalSontrel Syrasm_",-shall.be full pay for furnishing ti „ d all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing 14. The signal standard and its fabrication shall conform with systems, or both, as shown in the Plans and herein specified "' all current Washington State Department of Transportation Signal including excavation, backflling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all WSDOT. required tests. All additional materials and labor, not shown in the ON 15. Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the proper sized sockets, open end or box wrenches. Use of pipe electrical system,shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the 4 "Conduit Pipe_rn Distn " li f nuts and bolts will not be permitted. Ttio ^^t�xice�er lir�ea .feat-fer. -Conduit In- adequate Tools shall be of a sufficient size and strength to achieve n;,,,, „ unit do r. ��„ F- a,..,;Re � n — adequate torquing of the nut(s). Page-SP-45 or Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical the pipe 41 2QGQFd2;;GQ 'Acith the abo-O provisions, inGluding all 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 rimes. Syr efu�kawa. "........Signal head......," per each. All costs for installing conduit containing both signal and ".......Signal head mounting hardware," per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting The unit prices for the items listed below shall be full hardware," per each. wii compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot. labor, materials, tools, equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot. incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot. plans, detail sheets and these specifications. "Traffic signal controller and cabinet," per each. 40 "Trench and Backfill,......." wide by........." deep, " per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract price for (3) "Trench and Backfill" per fully equipped,wired and operational controller and cabinet. rM linear foot shall be full compensation for excavating, loading, "Traffic signal wire,"per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard, Type...,with ...-foot mast arm," per each. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be_full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required W unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, "........Foundation, ......... per each.* splices to loop return cables unless separate pay items are included is "Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for(5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. to per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of "Concrete Pad." proper locating of loop return "Stub-out", by direct routing of "Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before Sawcutting takes place. the area of the junction box or foundation enclosed and shall be full ".......Splice kit,"per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. specifications and detail sheets. "Opticom discriminator card," per each. " Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier,"per each. "......." Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each. to * The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each. couplings adapters elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type 1, 10-feet," per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard .......," per each. complete the installation and make the electrical equipment ........watt...Luminaire and lamp," per each. operational all in accordance with the plans, specifications and ........watt...Luminaire and lamp with photocell," per each. detail sheets. "......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each. "Service cabinet, " per each. 00 Page-SP-46 Revision Date:May 19, 1997 w 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" TrafficLegend shall be full compensation for full and complete removal and A WHITE marking ^^^;n^t^the P=A publication ar hauling and disposal of the foundation. g�epextieausing alphabetical letters- 8-22 Pavement Marking 'W SECTION 8-22.1 IS REVISED AS FOLLOWS: 401-See contract plans and detail sheets. 8-22.1 Description (RC) SECTION 8-22.3(5)IS REVISED AS FOLLOWS. ow Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip"pattern shall be based on a Q feet 24-foot unit consisting within a 4Q-feet 24-foot length of skip stripe shall not exceed plus I of a IQ fog 9-foot line and a-38-€eet 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided �r separated by a 4-inch @;-.1i;wh space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-aud-a and for channelization. ..f.,,..., lechn;Gnl . ,., h „ be at the 6er€-StripeApproach Stripe initial ;A246421 p;@;,@ the installation proradum. A SOLID WHITE line, 8 inches wide, used-at-&amtay to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION. from through lanes, for traffic islands, and for hash marks. Hash 8-22.3(7) Removal of Traffic Markers(RC) err mark stripes shall be placed on 45 degree angle and 10 29-feet apart. The work to remove all old or conflicting stripes, Iines, Lane Stripe buttons, or markers as required to complete the channelization of A BROKEN WHITE line, 4 inches wide, used to the project as shown on the plans or detail sheets shall be so delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further broken or "skip" pattern shall be based on a1194eet24-foot unit compensation shall be made unless a separate pay item or items are consisting of a 19-fret 9-foot line and a39-feet 15-foot gap. provided for such removal. wo Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS. delineate a lane that ends at "^ og ;amp. The broken or "skip" pattern shall be based on a 244-5-foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA) line and a 15.1-,2-foot gap. rw The measurement will be based on the travel disiat}cce-r�gttiFed N � A SOLID YELLOW line 4 inches wider-separated f4@;A aa marking system capable... t C*eteApproach 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 h head defined as a unit. Xvto R-R.QXRN YLr r nw Ima each 4 ;,,..hug . ido Traffic WUeT-&legends1 handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. gai), Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of "...." wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space.The broken or "skip" pattern shall be based on a-404"24- item, then removal of existing traffic markings shall be considered foot unit consisting of a-19-feet 9-foot line and a-3Q foot 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-12 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe-uitk a--G-feet 8-22.5 Payment (RC) r space batwom the and parallel to the direction of traffic flow and centered in pairs on lane "Painted�eArip@",h Stripe", per linear foot. lines and the center of lanes. See detail sheet.. "Painted Traffic Lotwl,,e end per each. Stop Bar —. p A SOLID WHITE tine,-l-8 12, 18 or 24 inches wide "Plastic Traffic LowpfLegend",per each. gutless as noted et ise-i»on the Contract plans. "Remove Paint Line ....." wide," per linear foot.* Page-SP-47 ow Revision Date:May 19, 1997 8-23 --Temporary Pavement Markings 8-23 Temporary Pavement Markings "Remove Plastic Line........ Wide," per linear foot.* 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum.* * The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove Plastic Line" and the lump sum contract price for FOLLOWING: "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ and detail sheets. If these pay items do not appear in the contract ow; schedule of prices, then the removal of old or conflicting traffic 1f no pay item is included in the contract for installation or for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item is to made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. up rr r aw x Page-SP-48 Revision Date:May 19, 1997 rrr� 9-00 Definitions and Tests 9-02 Bituminous Materials aw Division 9 material for payment may be produced for use on a project until the job mix formula has been approved by the engineer. The mixture aw Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6). The determination of the job mix formula shall be the responsibility of 9-00 Definitions and Tests the Contractor. rr The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single ow FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toiu the 9-00(A) Recycled Materials (RC) JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in writin by the Contractor to VW practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. ,m the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. ow 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without SECTION 9-02.1(10)IS A NEW SECTION: prior written approval of the Engineer. Should a change in sources AW of materials be made, a new JMF must be approved by the 9-021(10) Loop Sealant (RC) Engineer before the new material is used. Unless specified otherwise in the contract or permitted by the ..mount of asphalt .,"t ill d P ,,,• UAW ;he d ,, Engineer upon request from the contractor, loop sealant shall be bees-eswhlisbod♦ r hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant 2 Job Mix P+9rmula Statiftical-Accop wo or approved equal), shall meet the penetration flow and resilience "t the Gqffiplpted asphals specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's endatiens shall be the JA4P� 1%, A �,r. aw recommendations. T.— The contractor shall request and obtain approval from the Row Ad- Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_aud-,a djuramanw. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is 'r data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits aw applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified + in Section 9-03.8(6). 9-03 Aggregates Aggregate passing 1", Broad band specification 314 5/g" 1/2", and limits Section 9-03.8(6). ®r SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8 sieves Aggregate passing 1/4" sieve f 6% 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve t 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% aw conformance to the project job mix formula (JMF). 13@; the Aggregate passing No. 200 sieve f2% Notel dotogAingtion of r rA4 tti r . h n p1b th Asphalt cement t0.5goNote2 Engino°r entativo samples of the var-ious aggro""'°° to be For open graded mix: Tolerance limits shall be for aggregate °W 219ng with tho gradation data showing th tockm�' -a--Rsw gradation only and shall be as specified in Section 9-03.8(6). and yasaatign Qfthe aggmgatcs as pr-oduged, th .tti a Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt aomhining ...,t_,... 2Ad_tho w.car.2ge-s.Rd t f th r t d Pavement),2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% Wr the gAginoer will determine the asphalt GAatent, a,.ti-s44 RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Using tFe—r-spresewatiue samples submitted aad_pr-,po .d Section 5-04.3(8)A to determine acceptance. vrr €ei:sentage of asphalt, l y woightr ti added z:h T*o th r" Page-SP-49 AW Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits h T-ole.a cep Non&tat;ot:g,l Asseptanse -A-AaF the 7A4F SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and 6 A--- ustment& spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. .,,a aof ') 1 ., e..t f.the a passing the No 10 o aIQ SECTION 9-05.7(4) IS SUPPLEMENTED BY THE porgoiu fQr the aggregate wt2iwd on Q@ FOLLOWING: '7QQ sieve Thew field adjusunant; to tho A4P may be mad@ by the 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test Pressure shall be 5 psi. a new A413, The adjusted jMP plur, the allowed t„le.a.,,.OR ..han he .,.;th;., the guAge of the bF@2d h2,4,1 SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS speed FOLLOWS: A rsphalr Gowent The Drojog& Bagineor may order. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) max mi-im @� Q 3 po;zGent Uon; the app;:ovod jAdF;L No ficid Stool spiral 4 e shall moot th +w of 442142:0 M 36 2;;d these C.,e..:f...ar;.,.,o The excesding Q 1 pe atu Uom the ;,.:t:al 349 ...:11 he ;Aado „Athout the-6Pe6ir46atiAAr- , The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000, MI BG 610. be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits 6utwa-dlyT he f r-ma l f...m a iagla thicknesr, of ...ate-:al i SECTION 9-05.4 IS REVISED AS FOLLOWS: Si 1, A A cuTn�d 36 Cet;gA; 17 1" 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) 1 9 5 imh 1 , ,. S iRGh wide by ^ ^z" kwh (m;^:.,,..-„' Steel culvert pipe and pipe arch shall meet the requirements of 3, 314 i , ...:le h,, "S iArk .deep at 1.1 :n..hes ..ante. . 1W AASHTO M 36, Type I and Type H. Welded seam aluminum GOPAO-r* coated (aluminized) corrugated steel pipe and pipe arch with jointod wish metallized coating applied inside and out following welding is tw acceptable and shall be asphalt treatment coated. Paved The b4ummour, ;matment fo; spiral rib pipe shall Gon SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE to the ;aquiromonw of Soctiong 0 Q5 4(3) and 9 05 4(4) FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and 9-05.7(2) Reinforced Concrete Storm Sewer Pipe inspected in conformance with Section 9-05.4. The size, coating, (RC) and metal shall be as shown in the Plans or in the Specifications. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus 118 inch (measured outside to outside) and a ow SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING. distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(measured 1W All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the (D-load) test in accordance with ASTM C76; and(2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway ` Page-SP-50 Revision Date:May 19, 1997 N�1 9-06 Structural Steel and Related Materials 9-08 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the to from a single thickness of material. The ribs shall be .375 inch-- outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high (measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an 0 direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corners of the ribs shall be 0.0625 inch with an allowable tolerance or 10 percent. 9-06 Structural Steel and Related Materials ■w SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION.• 9-05.12(3) CPEP Sewer Pipe (RC) 9-06.5 Bolts CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING: 1r manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts (RC) Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall �r AASHTO M294. meet the recommended specifications of the pole manufacturer. SECTION 9-05.14 IS DELETED: The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill so SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the r (RC) Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles aw be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of ag sket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall Spiral ;Jb gto;:m pipe rhall have holigal ;ibs that project be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. ,1, n n e-144LO A4 log coGtio, -r 2. The anchor bolts for signal poles and strain poles shall 03715 ;Ach 4._ meet the specifications as designated on the approved deep a;4 90 ii;Ghos Gemar.to Game; manufacturer's pole plans and/or supplemental plans or aw 3, 314 inch � Us ingh wide by n oc inch (..,a.,;T.,um) ,loo„ specifications provided by the manufacturer. 211 1.175 ;j;ChQ9 All anchor bolts, nuts and washers shalt meet the pole q, 3.14 ; ah ,•ido by 519 inGh doop at manufacturer's specifications and shall be hot dipped galvanized s unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). Pipe rhall ho fohr .,tort Art, endg that a2n be offnrrAmh. jointed with Goupling band; 9-08 Paints SECTION 9-08.8 IS A NEW SECTION. 9-08.8 Manhole Coating System Products (RC) Nor 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 9-08.8(1) Coating System Specification(RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for IAW Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated r from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 Revision Date:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable(RC) trig Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number a. Buried,and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal compartment board 9-08.8(2) Coating Systems with pressure type binding posts. The only exceptions shall be the W# splices for detector loops at the nearest junction box to the loops. A. High Solids Urethane The contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the go Coating System: C1 signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. Surface Preparation: In accordance with SSPC SP-7 8, Detector loop wire shall be No. 1244 AWG stranded (Sweep or brush off blast) copper wire, Class B, with chemically cross linked polyethylene oil Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed (11) gix-pa"� gommunications cable (6R=4 shall meet REA System Thickness: 6.0 mils dry 24houils film any case specification PE-39 and shall have six—Fa+;�-No. 19 AWG wires 16 with 0.008 inch FPA/MPR coated aluminum shielding. The cable Coatings: Primer: One coat of Walser shall have a petroleum compound completely filling the inside of MC-Conseal high solids 2 the cable. urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable shall flu Two or more coats of Walser meet the following: MC-Conseal (min. 4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. �t 9-23.9 Fly Ash(RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING. temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit(RC) continuous covering. The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed indicated below: sequentially a minimum of 2' along the outer jacket. 1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded ASTM, Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING. 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes TO The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets. FOLLOWING. The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical ar The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment Q-15 SeGgAd-s. The 8 RoroAd flash Pe;:iQd will ;;Qt he 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall +rr immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery rrr sensitive element connected to necessary control relays The unit ellow. shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of energrze the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit plus or minus two flashes per N, values in the temperature range of-55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS. law service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption,controls shall cause the signals to display the required .r FOLLOWING: clearance intervals and subsequent pre-emption intervals. 9-29.13 Traffic Signal Controllers(RC) Pre-emption shall sequence as noted in the contract. Pre-emption equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt 60 cycle single phase controller, as normally furnished by the manufacturer, is not "� alternating current and shall use the power line frequency as a time altered. T°....,:,,.,.:^n ^f tho ^""-"..,ptio., scquopgo shall piaG@ a n base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) rr Standard Publications. ply Components such as resistors capacitors diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible to mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City soldering. All components shall be standard "Off the shelf" items of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time master computer. The controller The optical signal discriminator system shall enable an 11' shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed establish the sequence of signal phases including overlaps in "line of sight" path. The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. ` operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: aw intersection. a. Optical energy detectors which shall be mounted on the SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy FOLLOWS: emitter's signal. b. Discriminators which shall cause the signal controller to ' 9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle 2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence located behind the police panel door is turned to the flash position, diagram. the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights. 1°' Optical Detector controller shall "STOP TIME." When the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b. Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c. Shall operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180°F -40°C r +oyeC . artery gr"a ellow. � 4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi- *W interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. shall re-energize consistent with No.2 above to ensure an 8 second e. Shall respond to the optical energy impulses generated by flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one a` resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than thirty microseconds. Page-SP-53 wrr 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 method of Quar-laps detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. :.,d;Get oAs 4)r tim"Ag iwervals Controllers shall—provide When a pre-emption detector detects an emergency vehicle, ;„d;,,,,:,,„g fn; simi„ :„to,.,,,1s in both rings th.a „ be uicutod pp the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle with othor timiAg data clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency Tl:g f.Ulr@ ,11 fro„ a grven ast vehicle. When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being of with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic FOLLOWING: signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics_ coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers (RC) other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal 9-29.13(7) Traffic-Actuated Controllers (RC) Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA specifications. When pa;miu°d type "n Gonuo .„o„. ..h..n ,.,,„f„;.,, ,,, >~LrIxrA „.,hl:r•o*;,.„ Tn 74_u,& demonstration by the contractor to the Engineer of all components 'rr► functioning properly shall not relieve the contractor of any responsibility relative to the proper functioning of all aforestated Actuated traffic signal controllers shall be 8-phase control control gear when field installed. units. Volume-density timing features shall be provided on all Nr controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED 9,.e3r Pin of «:„ „h.g shell ho „t:l;sod 26 AS FOLLOWS: dos...;hod ...:thin the NEMA r-oquir-oment, axgopt that thoso pins 9-29.13(7)B Auxiliary Equipment for Traffic Actuated , identified as "spare” or "a,t„ro” ..hall c"d r„„t..olloz Controllers (RC) .1@FQhaAge2bil;t.. bet„roo„ NEMA „t,-Q"Q Of 2A3, %Ad all Thn-foil o„to t., va;..r•.r monk apl "°d— ^,.......;;e—is -xlaridawi3; apd oA&tr.2t:ea—af - -fur-Aighed A4,41;Type !;IQ .rill be 2 ..rtion ..f Headquamm T,424o42'r 91 2;;h t..,„of;:;ele..o. 1@ad �>a��iugt police -paml s;;:whcs, ;apt gle Foqukements, vent- ;fa;; of of ;,ern o; by ur,@ of ATF04A p hner-dr if n„tc Anted in PUIUA „uhl;n.,tio TD 74_16 Page-SP-54 Revision Date:May 19, 1997 r 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit to There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector tW maintaining flashing operation for purposes of changing controllers and signal status information and receiving,and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. *r _There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: err operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RC, SA) controller shall immediately stop time The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness ele" normal cycling operation while the intersection remains in flashing aaediwd—sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish light gray or DETECTOR test switch aluminum in color. As an alternate to painting the outside and inside of the aluminum cabinets may be clear anodized aluminum. tow Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: Kspring return) detector test switch. When depressed the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets nw The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long """ and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" to position.Safe Unit position. A second switch shall be the auto-flash switch When placed in the "flash" position,controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the AX auxiliary panel described later. rr sine wave for all green amber and pedestrian walk indications c ROth M ;A ,,,,,,,. „„a F94 , d 914211 , The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene. They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- so the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc or approved equal d. A two position door stop assembly. e. The Controller cabinet shall have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and, terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall "W shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications). damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. iW T.... inn conwallow shall ti housed iA a bd a l 337 -2hinat There shall be a terminal strip for field wiring in the QGAf..;.,,iPg to 1445AZ,, publivati,,,, TD 72 16 a the Wl s controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE ;A, numbering system is used for the cabinet wiring then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless %W terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting. Lens shall be glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each up Specifications head shall have a 1/4 inch drain hole in its base. Page-SP-55 na Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal g;:P u ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. W Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware 9-19.16(3) 12@13,ca.h.,n.,to T.-affU Signal Heads (RQ will be of the top-mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. ar; Position of the signal heads shall be located as close as 9 '79 16(3)A 8 inch U„lyao-h.,nofu T..,r G Signal uo,ate possible to the center of the lanes. Signal heads shall be mounted (RC) on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. aoi be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other 9-231 16(3)8 11 :ngh Poly..,rbanate T-raf-AG Signal miscellaneous mounting hardware shall be stainless steel. Heads (RC) art SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RQ traffic signal lamp rated for 130=volt operation, 595 minimum FittiAgs far. T•tpc 41 and N mounts chall be :....9211@,1 initial lumen, 665 rated initial lumen, 8,000-hour minimum, up ,_All et#1er.-hardware for eth"—mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow ar<r traffic signal lamp. Twelve inch traffic signal heads require g;oea-baked enamel. x-29130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base. Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RQ Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. f 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. Ampli;fieis--ins; aAed pglycarbonate "rh T 1'1(1 .. ..r.nlr shall ...,..F..., 9n L:17\l/A .,,,hl:ro9.n..TA 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 SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iasandesseat- fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors (RC) Pedestrian signals shall conform to ITE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be ' ^m^ signal lamp rare'' f. 1.10...,19 ope-..9:..,. 19 sh-11 bo constructed of aluminum P913tGarbonato p , and the louvers shall ;a4 ad 1)80 initial 1. asi wxul boa; average life, "n 6:ngh r...h9 be constructed of anodized aluminum painted flat black. vs;iw length " "I bulb to Dimensions and arrangement of louvers shall be as shown in the Word mesgag@&, when spegified, Shall Pr-9;';d0 181teR contract. a . ef A '1' kicbes high Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH. Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal ellow enamel. 9-29.16(2)D Back Plates (RC) VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING Back plates shall be furnished and attached to the signal THE FOLLOWING NEW SECTION: ` heads. Back plates shall be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type(RC) 5-inch square cut border and painted black in front and yellow in back. The fiber optics shall be drawn from optical glass of high purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-56 Revision Date:May 19, 1997 ar► r 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: go approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting (RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked rr The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade rapid Section 8-20.3(12). +`► temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors " together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following to housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated) G.F.I. Type ow Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch (120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt Aw matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral am SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles �r All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary airr i~2� ••�* -ti ,� �•;�� - a. ..o .,.., SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast, no external transfortner,and operate at 30 watts. The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded do not walk mode) in Portland orange and "Man" (for the walk fiberglass, be grey in color, be approximately 16" high x 13-7/8" mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip "W shall be permanently marked with the circuit number indicated in The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. "W cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. err The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and ar cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. Page-SP-57 w Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials . �Illt 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog. SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. ' All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water. the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS NMI 9-30.3 Valves FOLLOWS: SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW 9-30.3(7) Combination Air Release/Air Vacuum Valves (RC) � 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve, or pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller equal. Company No. A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail, Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation 24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. 9-30.3(8) Tapping Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staiuloss stool, body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. and O-ring stuffing box. RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION: Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC) exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be#78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate Co. or approved equal. Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded off assembly shall be per City of Renton Water Standard Detail, epoxy. The epoxy coating shall be factory applied to all valve latest revision. Pipe and fittings shall be galvanized. Blow-off parts prior to valve assembly and shall meet or exceed the assembly on new dead-end water main shall requirements of AWWA Standard C-550 latest revision. Valves all assembly shall be installed at location(s) shown on the plans.Temporary blow-off � shall be provided with two (2) internal O-ring stems seals. The own on the plans. shown valves shall be equipped with one (1) anti-friction washer. The Temporary be installed at location cation h assemblies for testing and flushing of the resilient gate valve shall have rubber sealing surfaces to permit bi- new water mains will not be included under this item and shall be directional flow. The stem shall be independent of the stem nut or integrally cast. considered incidental to the contract and no additional payment Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the 40 mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. Clow, M&H Style 3067, Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: 1 shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-58 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials err SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket and shall be attached to hydrant THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable r Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) _Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS rr AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) aw per inch, 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left) 9-30.6(3)C Polybutalene Pipe (RC) The two 2-112" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. 4w threaded caps with operating nut of the same design and proportions as the hydrant stem nut Caps shall be fitted with SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS. suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression type with pressures. gripper ring. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" p SECTION 9-30.6(5) HAS - BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized Threaded end portion shall have no lugs and 2 set screws 180 degrees apart 9-30.6(5) Meter Setters (RC) Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters latest revision. err w� �wr Vw wrr arr ,uar Aw trr Page-SP-59 vrr Revision Date:May 19, 1997 wr A WSDOT AMENDMENTS J The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, •� Bridge and Municipal Construction, accepted and adopted by the City of r Renton on May 19, 1997 and should be with any project specific Special I Provisions contained within the contract document. L L L L L L L L Page"D-i Revision Date:May 19, 1997 Table of Contents err WSDOTAMENDMENTS..........................................................................................................._........_..------..._..i SECTION 1-04,SCOPE OF THE WORK March 3, 1997 .........................................................................................5 ' 1-04.6 Increased or Decreased Quantities........................................................................................................5 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3,1997................................5 1-07.9(5) Required Documents............................................-.......................-................................................5 1-07.11(10)B Required Records and Retention.................................................................................................5 1-07.13(4) Repair of Damage........................................................................................................................5 SECTION 1-09,MEASURFWENT AND PAYMENT March 3,1997...........................................................................6 1-09.8 Payment for Material on Hand............................................................................................................6 SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997........................................................................6 1-10.2(1)>Tmffjc Control Supervisor..............................................................................................................6 1-10.2(.1) General......................................................................................................................................6 1-10.2(3) Conformance to Established Standards...........»................................................................................4 S 1-103(1) Traffic Control Labor...............................................o......o.....................................o.......................8 1-103(2) Traffic Control Vehicle..................................................................................................................8 1-10.3(5) Temporary Traffic Control Devices...................................................................................................8 1-10.4 Measurement...................................................................................................................................9 1-10.5 Payment.........................................................................................................................................9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 , 2-033(14)I Embanlanents at Bridge and Trestle Ends....................................................................................... 2-03.3(14)K Select or Common Borrow Including Haul...........----------------------------------------------............................10 SECTION 2-09,STRUCTURE EXCAVATION March 3,1997------------------ .-------------------.10 a 2-093(1)E Backfilling.........................:.....................................................................................................10 2-09.4 Measurement.................................................................................................................................11 2-09.5 Payment...................................................................................-....................................................11 SECTION 3-02,STOCKPILING AGGREGATES March 3,1997 ....................Il . 3-023(1) Asphalt Concrete Aggregates............................--..--........................................................................11 SECTION 6-02,CONCRETE STRUCTURES March 3, 1997......................................•............................................11 - 6-023(4)D Temperature and Time For Placement............................................................................................11 6-023(11) Curing Concrete................................................ ....................................................................12 6-023(17)J Face Lumber,Studs,Wales,and Metal Forms................................................................................12 6-023(24)A Feld Bending..........................................................................................................................2 6-023(25)F Prestress Release...................................................................................................................... SECTION 6-10,CONCRETE BARRIER March 3,1997..................................•..............-.........._..._........................ 13 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment...................................... .... ........._.. .........•---•_.......................13 SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 1997 .............................13 SECTION 7-05,MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS ...............13 7-05.1 Description ............ ......................................... ...........13 7-05.2 Materials................................................-............................................................-......................... ....14 7-053 Construction Requirements--..--...--•.--.-•-------------•--------..---.•----•--------.-----•---•---•-------- ..----..----. 7-05.4 Measurement ,,,,,•......•...14 7-055 Payment_........................ ..............................................................14 SECTION 7-06,CONCRETE PIPE ANCHORS March 3, 1997---------------------------------------------------------------------------------15 Page-AMD-ii Rension Date_May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3 1997 .................................. 7-08.2 Materials—,......... 7-083(1)A Trenches., ,. ............................................................................................. .............. 15 7-W3(1)C Pipe Zone Bedding. .................... . ......................... ..............................................................15 7-08.3(1)C Bedding the Pipe...............................•....----.._...----............................................._.............._........._IS 7-083(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-083(2)G Jointing of Dissimilar. Pipe.........................................................................•----..........•.................. 16 7-08.4 Measurement .16 7-08.5 Payment........................................................................................................................................16 SECTION 7-17, SANITARY SEWERS March 3, 1997 7-17.2 Materials.......................................................................................................................................16 7-17.3(2)C Infiltration Test.........................................................................................................................17 SECTION 8-09, RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 8-09.1 Description....................................................................................................................................17 8-09.3 Construction Requirements............................................................................................................. ....17 8-09.30 Recessed Pavement Marker..............................................................................................................17 8-09.5 Payment...................................................•............................................................._...... SECTION 8-11, GUARDRAIL March 3,1997..........................................................»...........................................17 8-113(1)C Erection of Rail.........................................................................................................................17 8-113(1)D Anchor hwtaUation....................................................................................................................18 SECTION8-15,RIPRAP March 3,1997..............................................................................................................18 8-15.2 Materials .. ... .18 S-IS.4 Measurement. ........................................................................................... ................................IS SECTION 8-17,IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18 8-173 Construction Requirements........................................................................ ....................................18 SECTION 8-20,ILLUMINATION,TRAMC SIGNAL SYSTEMS. .................................................. ...................18 ANDELECTRICAL March 3,1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-203(13)A Light Standards......................................................•................................................................19 SECTION 8-21,PERMANENT SIGNING March 3, 1997............... ...............19 _ 8-21.2 Materials..........................•............................................................................-•....._........._..............19 8-213 Construction Requirements................... .................................................._.................19 8-2130 Sign Removal....... 19 8-213(9)F Bases............................. 8-213(10)A Sign Lighting Luminaires....................... ............................................................... 8-213(9)G Identification Plates ..... ......................................................20 8-21.3(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997......................... .........................21 8-22.2 Materials.,,,,,,,,,,,........................................'............._........................................._......................._..21 SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997. _21 9-02.4 Anti-Stripping Additive .....................21 SECTION 9-03, AGGREGATES March 3,1997....................................................................................................21 9-03.12 Gravel Backr ill......................•.......•...........................................................................................-...21 9-03.12(5) Gravel Backf-ill for Drywells ..................................................................................22 9-03.14(2) Select Borrow............... ................_....•...........22 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3,1997........................................................... 22 9-04.3 Joint Mortar............................. .._............. ..............22 SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands................. ._..22 9-0S-12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer pipe,....*...........22 Page-AMD-iii 1f� Revision Date_May 19, 1997 9-05_12(l) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe,and Solid Wall PVC Sanitary Sewer Pipe__.22 9-05-12(2) Profile Wall PVC Culvert Pipe and Profile 9-05.19(2Corrugated Polyethylene Culvert Cul e�rt Pipe Profile Wall Wall VC Storm Storm er Pipe,and Profile Wall PVC Sanitary Sewer pipe SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3,1997....•...........................................23 I 9-06.16 Roadside Sign Structures.............•.....•............•.........•..............................._.................................._....24 9-06.5(3) High Strength Bolts.....................• _........•.........._....._........................._........_....24 9-06.5(4) Anchor Bolts....._....•...........•_........•......................................................................... _.._..24 ............... 9-06.5(5) Bolt,Nut,and Washer Specifications..............................................................•............................._....•....25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997..................................•..........................................._......_..25 9-09.3(1)B Placing,in Treating Cylinders.......•...............................................................................................25 SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing...............................•................................................................_........._.....25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins.............••.........._............................................................................_....26 9-12.7 Precast Concrete Drywells.................................................................................................................26 SECTION 9-13,RLPRAP, QUARRY SPALIS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997.................... .._....26 9-163(1) Rail Element...............................................................................................................................26 9-163(2) Posts and Blocks..........................................................................................................................26 9-163(5) Anchors........................................_...•............•........•......•..•........................•.__.........__...........__._..27 Page-AMD-iv Revision Date_May 19, 1997 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage TC "SECTION 1-04, SCOPE OF THE WORD" )SECTION 1-04, SCOPE OF THE �) WORK March 3, 1997 L 1-04.6 Increased or Decreased Quantities S The first sentence of Item no. I in the first paragraph is revised to read: 6 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the original bid quantity. 9 ^ Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount originally bid for the item. o 7 Item no.4 in the second paragraph is deleted. 0 { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE o PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC I March 3, 1997 2 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. o 1-07.11(10)B Required Records and Retention 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". The third paragraph is revised to read: 3 4 A11 Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the Project Engineer by the fifth of the month during the term of the:contract. The Contr=0r1Subcontmctor shall maintain this information for all Contracting Agency funded projects,and those Federally funded projects under 5100,000. 7 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2),and 1-07.13(3),payment will be made in accordance with Section 2 1-04.4 Page AMD-5 Revision Date:May 19, 1997 1-09.8 Payment for Material on Hand 1-102(1) General I { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-091 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 a 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 TC "SECTION 1-10 TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 a 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS ■� 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in.the traffic control system. 8 1-10.20 A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 1* 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 Page-AND-6 Revision Date:May 19, 1997 4 1-10.2(1) General 1-10.2(1) General t 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the M"UTCD for Streets and Highways for the State of Washington and applicable standards and specifications to available at all times on the project. 7 6. Attending all project meetings where traffic management is discussed. 7 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 2 1-10.2(1)B Traffic Control Supervisor r A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer- Li5 - 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. Li8 The ICS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper Iocation, installation, 1 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 U -4 inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a.part of the project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: a. When signs and traffic control devices are installed and removed, L 3 b. Location and condition of signs and traffic control devices, 1 � c. Revisions to the traffic control plan, d. Lighting utilized at night, and 6 e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required- 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the I Engineer. 5 5 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 card by the TCS is mandatory. 8 9 A reflective vest and hard hat shall be worn by the TCS. t Page-AMD-7 Revision Date:May 19, 1997 1-10-2(3) Conformance to Established Standards I-10.3(5) Temporary Traffic Control Devices 1 1-10.2(3) Conformance to Established Standards ,; 2 This section is supplemented with the following: 3 4 The.condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 o The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American " 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407,telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(l) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency- 9 o 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work.required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary o 'storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer- 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for,360 5 degrees. 6 7 1-10.30 Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item- 4 Page-AMD-8 Revision Date:May 19, 1997 1-10.4 Measurement 1-10.5 Payment 1-10.4 Measurement j The fourth paragraph is revised to read: N� 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. The following paragraph is inserted after the fourth paragraph: 9 No unit of measure will apply to the position of traffic.control manager and it will be considered incidental to unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: 5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used for the previously described work. The Contractor may use more than one vehicle to perform this work, E however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing the work required by this section but will be.excluded from payment under this section. 61 1 1-10.5 Payment 61 3 The bid item "Traffic Control Supervisor",per day, is revised to read: "Traffic Control Supervisor",per hour. 61 j 6 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". 1 The last paragraph of this section is deleted. Page AMD-9 Revision Date.May 79, 1997 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-093(1)E $a,lklillina I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the o backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers I and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for k 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/fe 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear o any added cost that results from the change. I 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E BackfiWng 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 2 Fly Ash Class C 150 lb- 8 Water 300 lb. (maximum) 9 Page-AMD-10 Revision Date:May 19, 1997 2-09.4 Measurement 6-023(4)D Temperature and Time For Placement 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: UI For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. 2 Under "Horizontal Limits" the following new paragraph is added: For drywells, the limits shall be in accordance with the Standard Plans. S The paragraph for "Gravel Backfill" is revised to read: a Gravel Back,fill Gravel backftll, except when used as bedding for culverts and storm sewer pipes, will be measured by the L I cubic yard in place determined by the neat Iines required by the Plans. t 2-09.5 Payment The paragraph between the bid items "Gravel Baclfill (kind)" and "Controlled Density Fill" is deleted. 1 L 4 ( TC "SECTION 3-02, STOCKPILING AGGREGATES" )SECTION 3-02, STOCKPILING AGGREGATES March 3, 1997 L 3-02.3(1) Asphalt Concrete Aggregates The first paragraph is revised to read: o Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the I class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. TC "SECTION 2 - CONCRETE { 6-0 , CONCRETE STRUCTURES }SECTION 6 02, Ir s STRUCTURES March 3, 1997 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: o Ir Page AMD-11 Revision Date:May 19, 1997 &-02.3(l 1) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-023(25)D shall remain between 50 and 90 F while it is being 2 placed. 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 #; 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks,box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 i 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)J is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02:3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of I the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. Page-AMD-12 Revision Date:May 19, 1997 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER 3 March 3, 1997 4 6-10.3(1) Precast Concrete Barrier The fast two paragraphs are replaced with the following paragraph: 6 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: 61 2 12 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall-be cured in the forms until a rebound number test, or test cylinders which have been cured under the same 5 conditions as the barrier, indicate the concrete has reached a compressive strength.of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. b 6-10.5 Payment Section 6-10.5,Payment, is supplemented with the following: 0 "Single Slope Concrete Barrier", per linear foot. The unit contract price per Iinear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" )SECTION 5 7;05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 ka7 The title of this section is revised to read: C SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS U 7-05.1 Description kd2 In the first paragraph, the work "drywells" is inserted after the word "inlets". a 7-05.2 Materials This section is supplemented with the following: 6 w Crushed Surfacing Base Course 9-03.9(3) Gravel Backfill For Drywells 9-03.12(5) Page AMD-13 Revision Date.May 19, 1997 id 7-05.3 Construction Requirements 7-05:5 Payment I Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywelI shall be completely encased in moderate survivability underground drainage 9 otextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the 1 drywell, all necessary precautions shall Pe taken to prevent debris and eroded material from entering the 2 drywell. 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: I 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: 6 4 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes,catch basins, inlets, drywells, and other drainage structures o shall conform to the requirements of the Standard Plan except as approved by the Engineer. I 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. I 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page AMD-14 Revision Date:May 19, 1997 (� 7-08.2 Materials 7-08.3(2)D Pipe Lai -Steel or Aluminum +rrr t The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. { TC "SECTION 7-063, CONCRETE PIPE ANCHORS" }SECTION 7-06, s CONCRETE PIPE ANCHORS March 3, 1997 7 This section is deleted in its entirety. TC "SECTION 7-089 GENERAL PIPE INSTALLATION REQUIREMENTStt 9 }SECTION 7-085 GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 7-08.2 Materials 2 This section is revised to read: Materials shall meet the requirements of the following sections: S Gravel Backfill for Foundations 9-03.12(1). Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 o 7-08.3(1)A Trenches The second paragraph is revised to read: 2 z The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. 5 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 9 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone i bedding". 3 7-08.3(2)D Pipe Laying - Steel or Aluminum tt , The first paragraph is revised to read: 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of I - circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed I together with approved bands. Page-AUD-I S Revision Date:May 19, 1997 7-08-3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test I 2 7-08.3(2)G Jointing of Dissimilar Pipe J 3 This section is revised to read: 4 J, 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement 9 The following new paragraph is inserted after the first paragraph: 0 I There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfrll for Foundation Class _", per , 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 1 installation of culvert and storm sewer pipes shall be included u. the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 1 7 717.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test o The reference to "(in liters per hour)" in the formula to the second paragraph is revised to read "(in gallons per 1 hour)-_ Page AMD-16 Revision Date.May 19, 1997 8-09.1 Description 8-11.3(1)D Anchor Installation ow { TC "SECTION 8-093, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED PAVEMENT MARKER +0 s March 3, 1997 4 8-09.1 Description The word "raised" is deleted from the first and second sentences. 6 to 8-09.3 Construction Requirements to 8 This Section is revised by adding the following new Section:r JW 0 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. a 8-09.5 Payment The first paragraph is supplemented with the following new bid item: V 7 "Recessed Pavement Marker", per hundred. The second paragraph is revised to read: 0 The unit contract price per hundred for "Raised Pavement Marker Type I", "Raised Pavement Marker Type 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. 5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-111 GUARDRAIL March 3, 1997 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: When nested W-beam or thrie beam is specified, two sections of guardrail, ope set inside of the other shall be 1 installed. The inside and outside rail elements shall not be staggered. 3 8-11.3(1)D Anchor Installation I The heading is revised to read: 5 6 Terminal and Anchor Installation T 8 The reference to "steel tubes" in the third paragraph is revised to read -foundation tubes". Page-AMD-17 Revision Date:May 19, 1997 for 8-15.2 Materials 8-20.2(1) Equipment List and Drawings I . 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP 9 March 3, 1997 o 8-15.2 Materials i The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer,that 5 has been.trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 0 Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC "SECTION 8-20, ILLUIVIINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 s 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page AMD-18 Revision Date:May 19, 1997 � s 8-20.3(13)A Li ht Standards 8-21-3(9)F Bases -W x The Contractor will not be required to submit shop drawings for approval for light standards conforming to the pre-approved plans listed in the Qualified Products List. 3 wr 8-20.3(13)A Light Standards .r 5 The first sentence of Item No. 2 in the third paragraph is deleted. The first sentence of Item No. 4 in the third paragraph is deleted. so { TC "SECTION 8-219 PERMANENT SIGNING" }SECTION 8-21, PERMANENT 9 SIGNING - March 3, 1997 8-21.2 Materials 14 The second sentence of the first paragraph is revised to read: 3 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the requirements of Section 9-06. 8-21.3 Construction Requirements 8 8-21.3(4) Sign Removal This section is revised to read: o Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign- structures shall be removed by the Contractor. Where indicated, the Contractor.shall remove concrete 3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the Post and finish the area to make the sidewalk continuous. Wood signs' wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: L 1)9 WSDOT Central Sign Shop, 2849 Rudkin Road, Union Gap, Washington 98903. The contract number shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical L I 2 completion of the project. If the total square feet of all signs removed is Iess than 9 square feet they shall become the property of the Contractor and removed from the project. The Contractor will be charged $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 i 8-21.3(9)F Bases L2 The second sentence of the second paragraph is revised to read: L t ` Page AMD-19 Revision Date:May 19, 1997 L 8-21-3(10)A Sign Lighting Luminaires 8-22.2 Materials- 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases- 3 4 The second paragraph is supplemented with the following: 5 < 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. � 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". s 0 i This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer- 8 9 8-21.3(12) Steel Sign Posts o Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 1_ Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall . 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel.is used, 2 welded beads approximately 21nches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 { TC "SECTION 8-22, PAVEMENT MARKINGS" )SECTION 8-22, PAVEMENT 5 MARICINGS 6 March 3, 1997 7 8-22.2 Materials a 8 The first sentence is revised to read: 9 o Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 Revision Date:May 19, 1997 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow I The second sentence of the eighth paragraph is revised to read: > Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. { TC "SECTION 9-02, BITUMINOUS MATERIALS" ISECTION 9-02, BITUMINOUS.MATERIALS March 3, 1997 c 9-02.4 Anti-Stripping Additive 0 This section is revised in its entirety to read: I I When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the I aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. i 1 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the �j 8 Engineer, but shall not exceed 1 percent by mass(weight)of the Iiquid asphalt. d When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 1 not exceed 0.67 percent by mass(weight) of the aggregate. 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. { TC "SECTION 9-03, AGGREGATES" )SECTION 9-03, AGGREGATES 5 March 3, 1997 7 9-03.12 Gravel Backfill 3 This section is supplemented with the following new section: 9 9-03.12(5) Gravel Backfill for Drywells 1 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, t Grading No.. 4 in accordance with Section 9-03.1(3)C. 3 4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." Page-AMD-21 Revision Date_May 19, 1997 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pi R. I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts-fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS'' o }SECTION 9-05, DRAINAGE STRUCTURES,.CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used,pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1_ PVC Sanitary Sewer Pipe ' 2 The section heading is revised to read: 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" - 0 I The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 5 The section heading is revised to read: Page AMD-22 Revision Date_May 19, 1997 9=05.I2(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures irr Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC A Sanitary Sewer Pipe The first paragraph is revised to read: S Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the third paragraph is revised to read: 1 Qualified producers are identified in the Qualified Products List. 4 The fifth paragraph is revised to read: Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 9-05.19 Corrugated Polyethylene Culvert Pipe ,, 9 The second sentence of the first paragraph is revised to read: = The maximum pipe diameter shall be as specified in the Qualified Products List. L 2 The first sentence of the fourth paragraph is revised to read: 5 Qualified producers are identified in the Qualified Products List. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe s The first subparagraph in the first paragraph is revised to read: The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a L 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" )SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 s This section is revised by adding the following: 9-06.16 Roadside Sign Structures All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. L9 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B- 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 Revision Date_May 19, 1997 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut,and Washer SDeeificat;n.,s 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 9 coupling.bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion- 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as . 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 o For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 t 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". Page-AMD-24 Revision Date May 19, 1997 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND LUMBER 3 March 3, 1997 4 Placing 1 9-09.3 B ( ) acing in Treating Cylinders The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" )SECTION 9-11, WATERPROOFING March 3, 1997 1 9-11.1 Asphalt for Waterproofing t� In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". 3 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-12, MASONRY UNITS March 3, 1997 9-12.4 Precast Concrete Manholes o This section is revised to read: 7 Precast concrete manholes shall meet the requirements of AASHTO M 199. o The joints may be the tongue and groove .type or the shiplap type, sufficiently deep to prevent lateral displacement. 1 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections 1 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type M. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the fors. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the s 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. 1 1 9-12.5 Precast Concrete Catch Basins t This section is supplemented with the following: 3 t Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 6 Section 9-12 is supplemented with the following new section: 7 Page-AMD-25 Revision Date:May 19, .1997 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer_ Each seepage port shall provide a minimum of I square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 o 9-13.4 Concrete Slab Riprap i This section is deleted. 2 3 TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL 5 March 3, 1997 6 1 9-16.3 ( ) Rail Element 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARIBA. All rail 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.3(5) Anchors 1 The following paragraph is inserted after the third paragraph; 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page-AMD-26 Revision Date_May 19, 1997 I I +rr. err �rrr too +wr to ..r SPECIAL PROVISIONS vw qw ow ow r. SP-1 or MAY CREEK BANK STABILIZATION: Edmonds Avenue NE Storm Outfall Replacement Project 1. SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS AW Description of Work aw The work to be performed under this Contract consists of furnishing pf materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any, specified herein to be furnished by Owner or others), and performing Aw all Work as required by the Contract in accordance with the Contract Provisions, all of which are made a part hereof. The Work generally consists of: Construction and testing of approximately 365 linear feet of 24-inch diameter HDPE stormwater outfall, including concrete block anchors, bends and fittings, slip connection, connections to existing manhole, and earth anchors; installation of a 48-inch diameter manhole with overflow structure, including removal of unsuitable material, crushed surfacing base course, quarry spalls, construction geotextile, gabion mattress and quarry spall outfall protection, and ow placement of gravel borrow fill at the outfall; removal of unsuitable soil materials, debris and existing CMP pipe; construction and removal of temporary bypass piping; dewatering and control of water during construction; installation of project sign; temporary water pollution, �. erosion and sediment control; trench excavation, backfill, compaction and restoration; removal of debris and wastehaul; clearing and grubbing; seeding, fertilizing and mulching; traffic control; construction surveying; and associated work in accordance with the Contract Provisions. 1-4 DEFINITIONS AND TERMS All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer are the property of the Owner and are not to be used on other work and, with the exception of the signed Contract set, are to be returned to the Owner at the completion of the work. Any reuse "` of these materials is not permitted without specific written verification or adaptation by the Engineer. aw Whenever the words "as directed", "as required", "as permitted", or words of the like effect are used, it shall be understood that the direction, requirement or permission of Owner and Engineer is intended. The words "sufficient", "necessary", "proper", and the like shall mean sufficient, necessary or proper in the judgment of Owner and Engineer. The words "approved", "acceptable", "satisfactory" or other words of like import shall mean approved by or acceptable to Owner and Engineer. .. Additive, Deductive One or more bid items/items of work which must be part of bid, but may be added or deleted by Owner when Contract is awarded. Alternate Bid A choice between two or more different methods or materials for performing the same work; a substitution. Bond to the City of Renton +rw Same as "Contract Bond" defined in the Renton Standards. Consulting Engineer A licensed registered engineer or an authorized member of a licensed consulting firm or organization retained by Owner for the design and/or the construction engineering of a specific public works project—in this case DMJM Harris, Inc. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Engineer The City Engineer or his duly authorized representative who is a currently licensed registered engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. so Provide Means "furnish and install" as specified and shown in the Plans. Or Equivalent + ► A manufactured article, material, method, or work, which in the opinion of Engineer is equally desirable or suitable for the purposes intended in the Contract Documents, as compared with similar articles specifically mentioned therein. MW of 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: ACP Asphalt Concrete Pavement CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor ID Inside Diameter Inv Invert MON Monument N North No. Number a OD Outside Diameter PC Point of Curve PT Point of Tangency am PI Point of*Intersection PCC Portland Cement Concrete R/W Right-of-Way S South `W SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. 1-4.1 Examination of Plans, Specifications, and Site Work The alignment shown in the Plans is approximate, and may be adjusted by the Engineer to minimize the disturbance of slopes and existing vegetation. The alignment is flagged in the field and the Contractor is strongly encouraged to inspect the alignment prior to preparing bid. Variations between the alignment flagged in the field and that shown in the Plans, and any resulting change in the limit or locations of the work to be performed, will not be considered a change in the work or the basis for changing the unit contract prices. All unit contract prices shall apply for the actual amount of work performed. Minor variations and miscellaneous items may not be shown on the Plans. In accordance with the Renton Standards, it shall be the Contractor's responsibility to examine the site, become !wo familiar with all attendant conditions, and determine the difficulties and work involved, and he V& shall accept the site in its existing condition at the time of award of contract. 1-02.4(1) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawings are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor ve on the basis of the information made available. go 1-02.16 Addenda New Questions regarding the meaning or intent of the Bid Documents shall be submitted to the Engineer in writing. If warranted by the Engineer, interpretations will be provided by addenda. „ Only questions answered by formal written addenda will be binding. Oral or other interpretations or clarifications will be without legal effect. �w Addenda may be issued to modify or interpret the Bid Documents. Addenda will be mailed to persons or organizations to whom the Bid Documents were issued. The Bidder shall acknowledge receipt of each addendum by filling in the appropriate spaces on the Proposal. Addenda issued only for the purpose of updating the prevailing wage rate information included in the Contract Provisions will not be mailed to planholders prior to Bid opening if time does not permit. Such addenda, if required, will only be made available by the Owner on the day of the Bid opening. The Bidder should check with the Engineer the day before Bids are opened to ensure all w addenda have been received. The address and telephone number of the Engineer's office where copies of Bid Documents and addenda may be obtained is stated in the Call for Bids. r 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: 40 The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. 40 Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." wir 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (Addition) The contract will be awarded to the lowest responsive, responsible bidder. 1-03.2 Award of Contract (Supplemental Section) tw 4W aw MW The contract award or bid rejection will occur within 30 calendar days after bid opening. 4W 1-4 SCOPE OF THE WORK to 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This go coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. rwr 1-04.4 Changes Supplement Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the work or alteration plus all payment for the interruption of schedules, �"` extended overhead, delay, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. Delete the last two paragraphs of this section. Cost Reduction Incentive Proposals will not be considered on this project. w 1-04.3 Contractor-Discovered Discrepancies New Upon receipt of award of contract, Contractor shall carefully study and compare all the 4W components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, .. which he/she may discover. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of *„ construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of rr. extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Renton Standards. 1-04.5(1) Potential Claims Modification The Contractor shall not be entitled to additional compensation which otherwise may be payable for (1) any act or failure to act by the Engineer or the Owner, (2) the happening of any event or occurrence, or (3) any other costs, unless the Contractor has given the Owner a written Notice of Potential claim within 10 days after the Engineer has found a protest to be without merit. The written Notice of Potential Claim to the Owner shall set forth the reasons for which the Contractor believes additional compensation is due, the nature of the cost involved, and insofar as possible, and the amount of the potential claim. ar If the Owner, after hearing both sides, concurs with the Contractor, an equitable adjustment in the amount of cost to be paid for the performance of the Work involved or the time required will be made as the Owner deems proper. If the Owner concurs with the Engineer that the protest �rw is without merit, no adjustment will be made. 1-04.11 Final Cleanup Supplement Final cleanup shall also include: 1. Clean all storm drain pipes, catch basins, structures and ditches that may have filled with debris or dirt during execution of the work. 2. Replace damaged surfacing. 3. Replace curb if damaged. 4. Replant vegetation if neighboring properties disturbed. so 1-5 CONTROL OF WORK 1-05.4(1) General (Supplement) 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, and prior to commencing work shall receive written approval of the layout from the Engineer. The Contractor shall provide at least 48 written 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. ' All survey work shall be done under the direct supervision of a qualified surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. + The Contractor shall be liable for any error in alignment or grade from the Contract Plans. w Contractor Surveying Copies of the City provided primary survey control data are available for the bidder's inspection at the office of the Resident Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the detention pond, drainage, stormwater ponds, surfacing, paving, pavement markings, signs, and any and all other all other construction items. Except for the survey control data to be furnished by the City, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed ' on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. wry are 1W 9r The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The Contractor shall be responsible for surveying to determine all construction quantity computations, including all earthwork quantities, for progress payment purposes. Before starting any phase of construction, the Contractor shall verify that the existing conditions shown on the Plans are valid. The Contractor shall survey the horizontal and vertical location of all existing facilities to be removed and replaced, including existing monuments. The City shall back check the survey field notes prior to the removal of any facilities. The Contractor shall also provide construction staking for those facilities to be removed and replaced. Prior to approval of payment, the City may spot-check and verify all construction quantity computations prepared by the Contractor. The survey work shall include but not be limited to the following: r. 1. Verify the primary horizontal and vertical control furnished by the City, and expand into secondary control by adding stakes and hubs as well as additional survey control needed AW for the project. Provide descriptions of secondary control to the City. 2. Establish clearing and construction limits for the pipe alignment and access road construction by placing stakes at all angle points and at intermediate points not more than 50 feet apart. 3. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 4. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 5. Establish intermediate elevation benchmarks as needed to check work throughout the project. 6. For all other types of construction included in this provision (including but not limited to r drainage pipes and structures, pavement marking, detention pond, and signs), provide staking and layout as necessary to adequately locate, construct, determine any and all earthwork quantities, and to check the specific construction activity. The Contractor shall provide the City copies of any calculations and staking data when requested by the Engineer. AW .. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Stationing on roadway N/A ±0.1 feet Surfacing grade stakes ±0.01 feet ±0.5 feet The City may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The City will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The City will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the City. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. +w As-Built Survey �rrr After construction has been completed, the Contractor shall perform an as-built survey and provide the information in an AutoCAD file to the Engineer. This as-built survey shall consist of the following: to 1. Survey of rim elevation and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. This shall include all drainage structures between the back of sidewalk to back of sidewalk only. ' " 2. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to energy dissipater gabion structure, handholes, valves, fire hydrants, water IN meters, junction boxes, signal poles, transmission poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. w All survey information shall be provided in a single AutoCAD file utilizing separate layers for each type of survey information. The CAD file shall include contours as well as spot elevations. Drainage information shall be summarized in callouts to each structure that includes the size and type of structure as well as all rim and invert information. A second AutoCAD file shall be provided that includes the symbol, description, point name, and elevation of each survey point on separate layers. ' The Contractor's surveyor shall provide the City with field books, as-built notes, prints with the existing utilities encountered and locations, and surveyor's seal and signature. The surveyor shall provide the as-built drawing stamp and signature on the City mylar plan sheets, after the City adds the as-built drawing information. r At the end of the project the Surveyor shall submit a plan sheet showing all City monuments and street centerline monuments in the construction and giving their x, y, and z coordinates. The Surveyor shall establish new reference points to existing street monuments where construction destroys an existing reference point (curbs, sidewalks, etc.). The Survey shall submit a new City of Renton Monument card with the updated monument and reference point information. Record Drawings Throughout construction, the Contractor shall keep a set of redline drawings that record as-built information at the project site. This set of drawings shall be provided to the Engineer at the end of the project. This record drawing information shall, at a minimum, ► consist of the following: 1. All changes to the Contract Plans. 2. All pothole information gathered by the Contractor. 3. Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. 1-05.14 Cooperation with Other Contractors Supplement Contractor shall coordinate his/her work with other contractors and utility companies which may have facilities or projects in or near the project area and cooperate with them. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: 1. Puget Sound Energy 2. AT&T Cablevision of Washington 3. U.S. West Communications 4. City of Renton Water and Sewer 5. Seattle City Light Adjustments and Relocations by Others Utilities other than those owned and operated by Owner are in streets or easements pursuant to franchises or other rights claimed under the laws of the USA or the State of Washington, and, therefore, the respective utility agencies are responsible for all adjustments and relocations of their facilities. These agencies will locate their facilities for the Contractor and assist him in their protection. The Contractor shall coordinate his work with that of the affected agencies and shall protect them from damage. All costs associated with this and any other necessary coordination with franchises or public utilities shall be considered incidental to other bid items of the contract and no additional compensation shall be made. 1-05.14(1) Notifications Relative to Contractor's Activities New Contractor shall notify the following listed agencies and individuals, prior to commencement of the work, and submit to these agencies/individuals: a. The name(s) of the construction superintendent in responsible charge, and other individuals having full authority to execute the orders or directions of Engineer, in the event of an emergency. b. The time of the commencement and completion of work. c. Names of streets or locations of alleys to be closed. d. Schedule of operations. e. Routes of detours where possible. f. Planned utility shutdown times and locations. g. Construction staging. to Notification shall be written, with a copy delivered to Engineer 5 days prior to the commencement of work on the project. No Contractor must notify the same parties, in writing, of all changes to any of the above items during the project. to The following addresses and telephone numbers of public and franchise utilities and public services are supplied for the Contractor's convenience. Underground Utilities Location.Center ("One-Call"Center) 1-800-424-5555 Illlf City of Renton City of Renton Police Department Fire Department 1055 South Grady Way 1055 South Grady Way Renton,Washington 98055 RENTON, WASHINGTON 98055 Attn: Garry Anderson,Chief Attn: Jim Gray Telephone: (425)430-7503 Telephone: (425)430-7023 Attn: Sherry Smith,Admin. Sec. Telephone: (425)430-7507 City of Renton City of Renton Utility Maintenance Water Maintenance 1055 South Grady Way 1055 South Grady Way Renton,Washington 98055 Renton, Washington 98055 Attn: Jack Crumley,Maint. Svcs.Dir. Attn: Ray Sled,Water Maint.Mngr. George Stahl,Maint. Svcs. Supv. Telephone: (425)430-7400 Telephone: (425)430-7400 City of Renton Seattle City Light Wastewater Maintenance 700 Fifth Avenue 1055 South Grady Way Suite 3300 Renton,Washington 98055 Seattle, Washington 98104-5031 Attn: Ron Shaffer,Wastewater Supv. Attn: Arvid Stendal Telephone: (425)430-7400 Telephone: (206)979-3824 AT&T Cablevision of Washington U.S. West Communications 15241 Pacific Highway South 300 SW Seventh Street Seattle,Washington 98188 Renton,Washington 98055 Attn: Phil Barbieri Attn: Frank Forrest Telephone: (206)433-3434 Telephone: (206)345-2968 i11 rr ur Puget Sound Energy Qwest P.O.Box 90868 Melanie Wheeler Bellevue,Washington 98009-0868 23315—66`h Avenue South ■o Attn: Mr.Joe Jainga Kent,WA 98032 Telephone: (206)622-6767 Telephone: (206)345-4055 Aw 1-06 CONTROL OF MATERIAL aw 1-06.1 Source of Supply and Quality of Materials (Supplemental Section) aw The Contractor shall file 3 copies of a materials and equipment list with the Engineer prior to the preconstruction conference. This list shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the "" Engineer as to conformity with the Plans and Contract Documents. The Engineer will review the lists with reasonable promptness, marking required corrections. The Contractor shall make any required corrections and file 3 No corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose nor for +r• deviations from the Contract Documents unless the Contractor has in writing called the Engineer's attention to such deviations at the time of submittal, and secured the Engineer's written approval for such deviation. 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. Iwo 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General(Additional Section) Shop drawings and/or catalog cuts shall be furnished by the Contractor for all 40 items indicated in various sections of the Contract Documents. A minimum of 3 copies shall be submitted for the Owner's and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The w Contractor's copies will be returned with the appropriate action to take marked. 4W no Shop drawings shall be submitted by the Contractor to the Engineer with the submittal forms (sample forms will be provided by the Engineer). Drawings shall show the name of the project, the name of the Contractor and, if any, the names of suppliers, manufacturers, and subcontractors. Shop drawings shall be submitted promptly and in orderly sequence so as to cause no delay in prosecution of the Work. 40 Within a reasonable period of time after receipt of said drawings, the Engineer will return 1 of the copies of the drawings to the Contractor with any comments noted thereon. If so noted by the Engineer, the Contractor shall correct the 40 drawings and resubmit 3 copies of them in the same manner as specified for the original submittals within one week after receipt of the reviewed drawings. Contractor, in the letter of transmittal accompanying resubmitted shop drawings, shall direct specific attention to revisions other than the corrections requested by the Engineer on previous submittals. Review by the Engineer is only of general conformance with the design concept of the project and general compliance with the Plans and Specifications and shall not be construed as relieving the Contractor of the full responsibility for: providing materials, equipment, and work required by the Contract, the proper fitting and construction of the Work; the accuracy and completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the Work in a safe manner. +rw No portion of the Work requesting a shop drawing submittal shall be commenced until the submittal has been reviewed by the Engineer and returned to the Contractor with a notation indicating that resubmittal is not required. One copy of all reviewed shop drawings shall be kept accessible at the construction site. If the Contractor believes that any shop drawing or communication relative thereto calls for changes in the Work for which the Contract amount or time for completion should be changed, Contractor shall not proceed with the changes in the Work so called for and shall promptly notify the Engineer in writing of an estimate of the changes in the Contract amount and time for completion. No payment for changes in the Work will be made and no change in the time for completion by reason of changes in the Work will be made, unless the changes are covered by a written change order approved by the Owner in advance of the Contractor's proceeding with the changed Work. All authorized alterations affecting the requirements and information given on the Plans shall be in writing. No changes shall be made of any plan or drawing after the same has been stamped by the Engineer"Resubmittal Not Required". wr Add the following to the second paragraph: All such drawings, specifications, and copies thereof prepared or furnished by Engineer are Engineer's property. They are not to be used on other work. 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 ow ON 4W No criteria has been met, and acknowledges that the product, method, or information will function as intended. .r 1-06.7(2) Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/z"x11", 11"x17", or 22"x34" sheets and shall to contain the following information: 1. Project 2. Contractor aw 3. Engineer 4. Owner 5. Applicable specification and drawings reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications 11. Special handling instructions 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 15. Other information as required by the Engineer 1-06.7(3) Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for 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. 1-06.7(4) Substitutions (Additional Section) Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. In the event that the Contractor shall request, or submit, an alternate design for some portions of his work, the Engineer will consider such alternate designs with reasonable promptness. Such request for either a design review from alternate plans submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When to the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. For each proposed substitution, the Contractor shall submit samples, descriptive err and technical data, and reports of tests to the Engineer for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without the Owner's written approval. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alternate design or, if requested by the Contractor, the Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating list or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by the Contractor, if performed by non-Owner staff, but duly authorized representatives of the Engineer, will be billed to the Contractor by the Engineer at the rate of 3 times the duly authorized representative's direct payroll costs, plus direct expenses directly attributable to the work. +rr The Contractor shall reimburse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. r 1-06.7(4)A After Contract Execution (Additional Section) Within 14 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. ' 1-06.7(5) Submittal Requirements (Additional Section) The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. wr 1-06.7(4) Substitutions 7-04.2 Storm Sewer Pipe Materials w 7-05.2 Manhole and Catch Basin Materials 7-08.3(1)B Shoring 7-17.3(1)6 Pipe Bedding 7-17.3(1)C Pipe Foundation 7-17.3(1)D Trench Dewatering Plan 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 9-30.1(6) Restrained Joint Pipe and Fittings 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays aw resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. ,. 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton unless State Sales Tax Rule 171 is used within the Bid. If Rule 171 is used, then the contractor shall include the State Sales Tax within the Bid Item price. For this project, Rule 171 applies. Payment of sales tax to the Washington State Department of Revenue is, under this contract, required to be made by the Contractor. The Contractor shall, at the time of making payment of MW sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 40 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) The Contractor shall comply with all construction related provisions of the HPA, Short-Term Water Quality Exceedence permit, and other permits obtained by the City. so The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The City will so not make additional compensation for any changes or fines due to the Contractor's violation of construction provisions. to 1-07.6 Permits and Licenses go All easements and right of entry documents that are acquired will be available for inspection and review prior to award of contract. so Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. .w Contractor shall fully restore all property within the easements or rights of entry. See also Section 1-07.16 of these Special Provisions. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. Where Owner is required to secure such permits, permission under franchises, licenses and bonds and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and offset by Owner against the Contract price. The Contractor shall meet the required provisions of all permits, the cost of which is to be included in the various lump sum and unit prices bid. The Contractor shall not use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from streambeds. The Contractor shall comply with all requirements in said permit documents and all costs shall be included in the various unit and lump sum prices bid. 1-07.9(5) Required Documents Modification Delete the first sentence of the third paragraph, and replace it with the following: The City may require that the Contractor submit weekly certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. wi► wr .. ar 1-07.9(5) Required Documents Modification .. Delete the first sentence of the third paragraph, and replace it with the following: The City may require that the Contractor submit weekly certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.13 Contractors Responsibility for Work 1-07.13(1) General Add the following: Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work +� by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. 1-07.14 Responsibility for Damage Modification In the first sentences of both the first and third paragraphs, change the words "State, Commission, Secretary" to "Owner and Consulting Engineer and their officers and employees". 1-07.15 Temporary Water Pollution/Erosion Control Supplement Contractor shall submit a temporary erosion and pollution control plan, which shall include plans for a temporary stormwater bypass system for the outfall vicinity and a pipe bypass system for the upstream end of the project, to Engineer for approval in accordance with this Section of the Renton Standards and Section 7-01 of these Special Provisions. Temporary water pollution control work shall also consist of placing filter fabric (silt) fence as needed, in accordance with the Plans and as specified in Sections 2-12 and 8-01 of these Special Provisions. .� The Contractor shall prepare and submit for review a Spill Prevention Control and Countermeasure Plan in accordance with Section 1-07.15(1) of the Standard Specifications. These and other temporary water pollution/erosion control measures shall be performed on an as-needed basis, where directed by the Engineer, and shall be paid for by lump sum. Measurement for payment for temporary water pollution/erosion control will be based on the Iwo i percentage of total project work completed as determined by the Engineer. All costs to prepare, A submit, implement and maintain the work of the Spill Prevention Control and Countermeasure Plan shall be included in the lump sum bid price. �i Costs for dust and mud control are considered incidental to the various bid items of the contract, and no separate payment will be made. rw 1-07.15(1) Spill Prevention, Control and Countermeasures Plan (New) The Contractor shall prepare a project specific spill prevention, control and countermeasures (SPCC) plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296-155 and WAC 296-62. The SPCC plan shall address the following project-specific information: . �rw 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. • the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above. D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On-Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. 16 r F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination �. If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. 2. Attachments "' A. Site plan showing the locations identified in (1. B. and 1. C.) noted previously. B. Spill and Incident Report Forms, if any, that the Contractor will be using. so Implementation Requirements The Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the Contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the Contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" compacted topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the r Contractor. The Contractor shall coordinate work with the City Engineer and City staff to + reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's expense. 1-07.17 Utilities and Similar Facilities Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. rw All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. �i MW as At least 2 and not more than 10 business days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. AW 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 Contractor for locations. ,0 Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. AW Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with do the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. NO If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to ON Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. The locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring; or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown or correctly located on the Plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. dw The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES am 19.122.010 Intent a` 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 am No a underground facilities, and protecting the public health and safety from interruption in utility JW services caused by damage to existing underground utility facilities (1984 c 144 1.) ire 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. " A. 'Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground , protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous .r +� vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service - Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service area AW shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known +�•+ to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in +r�+ accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction " site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not �.. identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable care - Liability for damages -Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground aIw facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract rw from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. err B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). AW 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on Aw which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be +•• deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one- number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred-in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) ,r 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: w. 40 A. Worker's compensation: (under limits of liability stated on the City of Renton Insurance so Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent Contractors, Owners and Contractors protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: aw D. The Contractor will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration us pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. IN Policies shall also specify insurance provided by Contractor will be considered primary and not contributory to any other insurance available to the Owner or the Engineer. All policies shall provide for 45 days written notice prior to any cancellation or non- . renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. ' Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. ' 1-07.17(3) Utility Potholing .................................................................................. If reasonable doubt exists as to the exact location and depth of an existing utility, the City may direct the Contractor to verify field additional locations not shown on the plans. In no way shall I the work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specification or these Special Provisions. Prior to any construction activities, the Contractor shall coordinate with the City and determine the locations of all required potholes. Surveying of the potholed utility shall be in accordance with Supplemental Specifications Section 1-05.4(1) and 1-05.4(2). Once the exact depth and location of the existing utilities are know, the Contractor shall provide that information to the City in writing prior to the commencement of any construction. The number of potholes shown in the Bid Schedule is not known and has only been estimated for bidding purposes: the exact number may be revised by the City during construction. The Contractor is alerted to the existence of Chapter 19.122, a law relating to undergrond utilities. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES MW .. 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating to 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.) AW 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through out AV this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. C. "Emergency" means any condition constituting a clear and present danger to life or err property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. .r E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field-marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of +► the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. dw of L. "Underground facility" means any item buried or placed below for use in connection with * the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, 4 cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. me M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service - Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled ' commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the "o 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 �i site. Emergency excavations are exempt from the time requirements for notification provided in this section. w IM as If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; WO 1984c1443.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable Am care - Liability for damages - Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The *W following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; A. and 2. An underground facility not located, as required by this chapter or other provision of law, AW by the project owner or excavator if the project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An aw excavator shall: 1. Determine the precise location of underground facilities which have been marked; "" 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and .w 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground Me 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. xrr w. 4W B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). ar; 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property arr shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in to 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 riw general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases AN in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject'to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) wrr 1-07.18(4) Endorsement (Addition) The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. Subsequent to award of the contract the Contractor shall submit to the Owner the following: A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. «r w• B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an appropriate representative of the insurance company(ies). 1-08 PROSECUTION AND PROGRESS .w Aw 1-08.1(1) Preconstruction Conference Supplement After award of the contract, Owner will issue 6 sets of reduced plans, 6 sets of full-size plans, and 6 sets of Contract Provisions to Contractor without charge. Further sets may be purchased from Owner for the cost of reproduction. A preconstruction conference will be held at a time and place fixed by Owner as stated in the notice of award. In addition to Contractor, the intended project superintendents, subcontractor foremen, and major suppliers—those who will actually be involved in construction activities—should attend the preconstruction conference. Contractor must be prepared for a thorough discussion and review, as well as revision which may be deemed necessary in the opinion of Engineer, of the following: rr 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid items 4 Shop Drawings (bring preliminary list) 4 Traffic control plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan Bonds and insurance Project meetings –schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocation, if by Owner Compliance with Contract Documents Acceptance and approval of work MW Labor compliance, payrolls, certifications Safety regulations for Contractors and Owner's employees Suspension of work, time extensions 40 4r Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts so The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. ; 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00 p.m. rya unless otherwise approved in advance by the City. Machinery shall not be started before 7:00 a.m. IN Work on weekends will not be allowed, except as approved in writing by the Engineer. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. Edmonds Avenue and NE 28th Street are arterial streets. NE 31St Street is included within vi the truck hauling time limitation. The Contractor shall give a minimum 48 hours notice to the City prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. In addition the Contract shall call One Call with proper notice of utility markings prior to trenching and/or digging. Additional limits on working hours or hauling may be given in the Bid Item descriptions or on the project plans. 1-08.2 Assignment Modification Change the second paragraph to read: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Supplement Promptly after award of the contract, the Contractor shall submit to the Engineer for approval a construction schedule consisting of a chart which sets out operations, methods, equipment, and labor forces that the Contractor shall show early and late start dates and early and late finish dates for the items of work required under the contract. Payment to the Contractor on any estimate may be withheld until such schedule has been submitted and approved. The construction schedule shall be based upon working days. The schedule shall be submitted to the Engineer two (2) working days prior to scheduling the Preconstruction Conference and will be the primary topic for discussion at the Preconstruction Conference. VW Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the aw schedule to complete of the contract by the date specified. Should it become evident at any time during construction that operations will or may fall behind 4, the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the same form as specified herein, setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the aw Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the Contract Provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the Contract Provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. Acceptance by the Engineer of the progress schedule shall not in any event excuse the Contractor of the obligation to complete the work within the time specified in the contract or of 00 complying with all terms, conditions, and provisions of the Contract Documents. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or «w any portion of the job site from time to time, and will relieve the Owner of any responsibility for delays to Contractor in the performance of the work. 1-08.5 Time for Completion (Additional Section) The Contractor shall complete all work within the working days specified in this section and within the Contract Document. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with section 1-08.9 and may require termination of contract in accordance with section 1-08.10. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized • schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. *0 ,wr 1-09 MEASUREMENT AND PAYMENT 1-09.8 Payment for Material on Hand (Addition) Section 1-09.8 of the Standard Specifications is supplemented with the following: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the City will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. Payment for "Material on Hand" will be made only when considered desirable and appropriate by the City. The City reserves the right to make the final determination as to whether payment will be made for "Material on Hand." 1-09.9 Payments Supplement this section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. 0 Items or work clearly indicated in the Plans or in the Specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in other items of 16 work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. lo 1-09.9(2) Retainage Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the err following: Upon completion of the project the retainage shall be returned to the Contractor when all of the rr following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. MW 3. The Contractor shall submit a signed "Certification of Payment of Prevailing Wages" form to the City (City form) listing all subcontractors used on the project and certifying that prevailing wages were paid to all employees and subcontractor's employees. Aw 4. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. .. 5. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 1° 6. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 4W 7. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. ww .. w aw 1-09.14 Payment Schedule (New Section) GENERAL - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include w 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 to items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety + and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities which exceed the actual measured amount , used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items, which will determine the low bidder for this 40 project. 66 Bid Item 1: Mobilization (Lump Sum) Mobilization shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of facilities necessary for work on the project; providing sanitary facilities for the Contractor's and Owner's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. The Contractor shall provide his or her own site for mobilization, laydown area, and material and equipment storage, including any staging areas to assemble HDPE pipe. The mobilization shall also include the placement and materials for erecting the vrr project sign as noted in the construction plan set. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of 40 all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. Equipment and material shall not be stored on private property, outside the existing easements. For any proposed storage on private property outside the easement area the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be sr responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. w "W The Contractor shall prepare a Work Plan which shall include the following: A. Proposed construction sequence and schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. .rw C. Erosion Control Plan for all stages of the project. Including dust control measures. D. Traffic Control Plan, including provisions for cleaning, and sweeping of any impacted roadways. F. Trench Excavation Safety Systems plan/provisions. �r The Work Plan shall be submitted to the City for review, revision, and approval within 14 days of the contract award. VW Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site shall be included in this bid item, or in the Restoration bid 40 item if one is included for the project. Payment for Mobilization will be made at the lump sum amount bid, which payment will be Im considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance with the Contract Documents. Seventy (70) percent of this item will be paid after the Contractor is fully in operation, construction has begun, and invoice has been submitted. The remaining 30% will be paid in the Final Pay Estimate when the project is completed, cleanup and restoration is complete, and all items are to the satisfaction of the Owner. wr Bid Item 2: Construction Surveying, Staking, and As-built (Lump Sum) Surveying shall be per Specifications Section 1-05 of the Renton Standards. The as-built survey shall be per Suppl. Spec. Section 1-05.4. Except for the survey control data to be furnished by the Engineer, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The location of the outlet structure and pipe centerline shall be staked by the Contractor for approval by the Engineer prior to clearing or excavating. In addition, the location of the lower ..► access route will be staked prior to clearing and grading. The Contractor shall locate, excavate and survey depth of existing telecommunications line in the vicinity of the outlet. Depth of line beneath existing grade shall be recorded and reported to the Engineer. If depth to telecommunications line is less than two feet, Engineer may direct the Contractor to alter construction to protect the line. The Contractor shall protect the line at all times, and any damage to the line shall be the responsibility of the Contractor. The surveyor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing storm system structures. VW aw Measurement for construction surveying, staking and as-built information will be based on the +rr percentage of work complete at the time of measurement. The Surveyor shall also assist in approximately determining lot boundaries of neighboring property owners if unknown boundary lines are needed by the Contractor or Engineer. This includes access route alignment staking from NE 31St Street, as well as from NE 27th Street. Payment for construction surveying, staking and as-built information will be made at the err measured percentage amount for the pay period times the unit bid price. Payment will be complete compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of work in conformance with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the us as-built information by the Engineer. Bid Item 3: Traffic Control (Lump Sum) 'o The Contractor shall prepare a Traffic Control Plan for review and approval by the City. The plan shall address the proposed working area, signage, flaggers, contractor access to the working area, truck and equipment haul routes, and public access during construction. The Plan shall address any proposed lane and sidewalk closures needed for construction activities. Lane closures on NE 27th Street shall not occur before 8:30 am and after 4:00 pm. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded at all times. Traffic control devices shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. The Contractor shall prepare traffic control plans to be submitted to the Engineer for approval a minimum of 14 days before beginning work. ww Unless otherwise stated in other sections of these Special Provisions, the Contractor, at his own expense, shall provide such flaggers, barricades, lights, signs, and other devices and shall erect and maintain all barricades, fences, lights, guards, standard construction signs, warning signs, and detour signs as necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, parking lots, sidewalks, or paths affected by such operations. All construction signs shall be reflectorized. The Contractor shall, at a minimum, provide traffic control for the following items of work: • Mobilization and site setup. • Trail closure — providing signage and protection for users of the trail. • Delivery of materials. • Fabrication and hauling of HDPE. Contractor shall secure site for stringing HDPE pipe and for fusing HDPE pipe. • Demobilization. wry ,rr� "W M• Allowable work hours are given in Section 1-08, and as may be noted on the plans. Actual work hours will be approved in the Traffic Control Plan. The City may revise the work hours and Traffic Control Plan to address traffic problems or complaints. All adjustments to the work aw hours, the Traffic Control Plan, and signage are considered incidental and no additional payment will be made for adjustments. 410 The Contractor is responsible for controlling mud and dust on any route used by trucks or equipment, as noted in Supplemental Specifications Section 1-07.23. The Contractor shall be prepared to use sweeping, power sweepers, watering trucks, and other means necessary to OW avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning the road is considered incidental and no additional payment will be made for this work. Payment will be prorated over the construction period. Payment for traffic control on work will *W be made at the measured percentage amount for the pay period times the unit bid price, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, ON detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). Bid Item 4: Clearing and Grubbing (Lump Sum) The Contractor shall minimize clearing and grubbing activities along the steep slope portion of the pipe alignment. Clearing and grubbing activities include removing sharp protrusions and deleterious materials that may protrude into the HDPE pipe when installed. Any large trees or light brush should be kept to ensure slope stability and to minimize bank slope failure during construction. Clearing and grubbing shall be performed in accordance with Section 2-01 of the Renton Standards and not more than 5 feet on either side of the new pipe alignments and associated structures to allow for field alignment of pipeline, except as modified by these Special Provisions. Field alignment and clearing for pipeline shall be performed with minimal disturbance of adjacent vegetation. Grubbing shall be minimized. To the extent possible, trees shall not be disturbed during placement of pipe. Debris within the project limits, including debris within the outfall pool area, shall be removed, hauled and disposed of in accordance with this section. Refuse and debris shall be loaded and hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as .. to meet all requirements of state, county, and municipal regulations regarding health, safety, and public welfare. Clearing and grubbing shall be limited to a 10-feet maximum access width from the terminous of NE 31St Street along the south side of May Creek to the discharge energy dissipater site. Clearing and grubbing shall be limited to removing small deciduous trees less than 3-inches in diameter at breast height and shrubs. No amount of soil shall be moved to modify slopes, but use of ballast structures along steeper slopes would be permitted. The path to be cleared shall be walked with the Project owner prior to clearing. "" The Contractor shall remove only plants necessary within the area to be cleared in order to accomplish this work, and which are not designated for preservation. Prior to clearing operations, it shall be the Contractor's responsibility to flag all trees over 15 feet high, or 4-inch ` caliper or greater (measured 6 inches above ground line), which are to be removed. The Contractor shall notify the Engineer after flagging is completed and arrange a meeting prior to the removal of any existing trees on the project. At this meeting, the Contractor and Engineer shall inspect those trees designated for removal and make any necessary changes. Following the inspection, the Contractor will be notified in writing to proceed with clearing and grubbing. Construction Fencing The Contractor shall provide high-visibility orange construction fencing where shown before commencement of clearing and grubbing. The fencing shall be a minimum of 30 inches tall, and shall be maintained in good condition until construction is complete, and then removed from the job site. The Contractor shall not cross the fence boundary during construction. Protection of Existing Vegetation The Contractor shall not disturb or damage existing plant material designated for preservation during construction of the new pipe and shall contact the Engineer if there is any conflict between the Plans and field conditions. The Contractor shall be responsible for the protection of tops, trunks, and roots of existing trees on the project site, except for those designated to be ,ww removed, or those under 3 inches in diameter. The Contractor shall notify the Engineer if there is a conflict between the alignment and any existing trees. Existing trees subject to construction damage shall be boxed, fenced, or protected by wrapping with burlap and construction fencing before any work is started; remove protection when directed. Use of equipment or placement of stockpiles within the branch spread of trees will be permitted in designated staging areas. With the Engineer's approval, the Contractor may remove interfering branches; this must be done without injury to trunks, and cuts are to be covered with tree paint. If the Contractor removes or damages any existing plant or plants not designated for removal, such plant(s) shall be replaced by the Contractor to a condition equal to that existing before such damage or removal in accordance with Section 8-02 of these Special Provisions. All replacements shall be inspected and approved prior to planting. Planting procedures will be subject to approval. All replacements shall be guaranteed to survive in a healthy condition. All costs of protecting plants from damage and replacement when necessary shall be incidental to the various bid items of the contract. No separate payment will be made. The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removal and disposal of all debris within the project site, providing, installing and removing high-visibility fence, and preparation of the alignment and ground surface to receive the HDPE pipe as described elsewhere in these Special Provisions. Bid Item 5• Trench Excavation Safety Systems (Lump Sum) Measurement for trench excavation safety systems will be based on the percentage of new storm sewer pipelines installed divided by the total length of new storm sewer pipe shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the unit bid price, said payment will be complete compensation *W for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. +•► Bid Item 6: Import Backfill (Ton) See Special Provisions Section 7-08.3(3) for compaction and testing requirements. Import Trench Backfill may also be Bank Run Gravel per Standard Spec. Section 9-03.19, or as shown on the plans. .. Measurement for Import Trench Backfill, shall be in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans will be deducted from the certified tickets unless approved by the Engineer. Additionally, no payment shall be made for necessary compaction to correct backfilled areas, which are not compacted in accordance with these specifications. At the discharge pipe location a proposed fill area is proposed for the eroded hole caused by the �.• pipe separation. Import to fill this 'hole' will be trucked in on-site using smaller loaders in order to minimize disturbance to slopes and vegetation when accessing the lower construction site area. The Contractor is responsible to assess if existing bridges will meet the loads placed on the structure. The Contractor will be responsible for any bridges and roads damaged during construction when accessing the project site. The quantity for this item is included to provide a common proposal for bid purposes. The .. actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for select imported backfill will be made at the unit bid price, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials including existing pipes and structures in «. the excavation, etc. required to complete this item of work in conformance with the Contract Documents. .► Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. See Special Specifications Section 7-08.3(3). "W Suitable excavated soil shall be used as backfill if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 am inches, and has a moisture content that will allow at least 95 percent compaction when placed. This bid item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans. lw Measurement for furnishing and installing Crushed Surfacing will be based on actual tonnage weight as determined by measurement from a certified scale. Certified weight tickets shall to ow 40 accompany each load, a copy of tickets shall be given to the Engineer daily. The quantity for 40 this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. W Payment for Crushed Surfacing shall be per the unit bid price, which shall be complete compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Engineer. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Bid Item 7: Plugging Existing Pipe (Each) See Special Provisions Section 7-08.3(4). Do not plug entire existing CMP, only the upstream 10 4-feet of abandoned pipe segment. The lower CMP pipe shall be left open. Bid Item 8: Modify Existing Manhole 00 This item includes all surveying and inspection of the manhole prior to construction in order to determine the manhole condition and modification. This manhole modification includes to removing the existing 24-inch CMP connection to the north, core drilling at the proper angle and diameter in order to install HDPE connection, and following plan details on the manhole to mortar to pipe connection. This item includes all materials and work necessary to install the HDPE pipe connection to the existing manhole. Bid Item 9• 24-Inch Diameter HDPE Storm Pipe, SDR26 (Linear Foot) HDPE is to be installed per Special Provisions Section 7-08.3(2)J. Pipe bedding shall be placed for the buried HDPE pipe along the plateau from a minimum of 6 inches below the pipe „r to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in 0 the unit price bid for pipe in place. The 24-inch HDPE pipe along the steep slope will be placed on top of the slope surface with any deleterious roots or sharp rocks to be removed. Light brush shall be retained upon the pipe alignment if possible. Minimizing grubbing along the pipe alignment will be required. Bid Item 10: Concrete Block with Wall Anchor (Each) 10 The concrete block shall conform to Special Specifications Section 7-04.2, 7-04.3(4), 7-05.2 and 7-05.3(5) for material types and specifications. io Bid Item l l• Manhole, Type 11 48" Diameter w/ Overflow Birdcage Structure to A type II 48-inch diameter manhole will be installed downstream per plans and Renton standard specifications prior to discharge into the riprap gabion apron. Water-tight joints shall be furnished and installed to prevent leakage from the structure into the soil. wr 1W 4W Measurement for furnishing and installing manholeType II will be per each in conformance with the Contract Documents. Manhole Type II shall be per WSDOT Standard Plan B-1 e. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for w MH's that may be shown on the plans. Payment for furnishing and installing manhole Type II will be made at the unit bid price per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. �. required to complete all catch basins in conformance with the Contract Documents. Imported Backfill materials are included in other bid items. OW Bid Item 12: _Shoring or Extra Excavation Cl. B (Per Square-Foot) rw Shoring or extra excavation class B shall conform to Standard Specification 2-09.3 (4) for trenches 4 feet or more in depth that does not meet the open pit requirements. The Contractor w shall be responsible for safety with the Contracting agency assuming no responsibility. Bid Item 11: Excavation Class B Including Haul (Cu-Yd) or Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. ". Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment to haul and disposal of excavated material shall be included in the unit bid price. • Bid Item 14: Helical Earth Anchor(Each) Helical earth anchors shall be installed per Special Provisions Section 7-04.2 and 7-04.3(3). "W The anchors shall be installed to minimize disturbance on the steep slope. Installation shall be hand driven to minimize slope disturbance. Under no circumstances shall the Contractor utilize heavy equipment to excavate upon the steep slope. up Bid Item 15: Gabion Mattress (Lump Sum) No Gabion mattress shall be installed per Special Provisions Section 7-16. Bid Item 16: Temporary Water Pollution / Erosion Control (Lump Sum) Erosion Control includes planning, installing, maintaining, and removing temporary erosion control measures needed for project construction. Erosion control consists of all activities a.r needed to prevent soil erosion on the project site, creation of sediment laden water, and �r migration of sediment laden water into the City drainage system, other water courses, or private property. For this type of project typical Erosion Control measures include catch basin protection, cleaning catch basins, and filter fabric fencing, at a minimum. This item includes access route erosion control protection at the base of the slope from NE 21St Street, proposed HDPE pipe 40 alignment erosion control, top of plateau erosion control, and any other disturbed areas from the project. Other erosion control measures may be necessary depending on weather and site conditions, 4` including but not limited to filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. rr The Contractor shall develop a "red lined" erosion control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design ► Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. Payment will be prorated over the construction period. Payment for Erosion Control will be made at the unit bid price, which payment will be considered complete compensation for all design, labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. This item includes all work needed to remove a section of the existing rockery wall between the existing CB in Sunset Blvd and the new CB#2 to construct the new stormwater system. This item includes removing the existing rockery, backfill, underdrain system, piping, etc., and hauling, and disposal of the debris. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specs Section 2-03.3(7)C. rr Existing one- through four-man rock may be salvaged for use in rebuilding the rock wall if it is in good condition, hard, sound, durable, free from cracks and other defects, meeting the requirements of Standard Spec. Sections 9-13.7. Any rock proposed for salvage shall be reviewed and approved by the City. Any rock rejected for use shall be disposed of at no additional cost to the City. vo Measurement for Remove Rock Wall will be based on the percentage of work complete at the time of measurement. to Payment for Remove Rock Wall will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, hauling, preparation, installation, removal, hauling and disposal of waste materials, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. �r rrr wr M' Bid Item 17:_ Seeding, Fertilizing and Mulching (Lump Sum) This item includes seeding, fertilizing, and mulching disturbed areas cleared and excavated. If ,.. weather does not permit for seeds to germinate (before October 15th), then hydroseeding will be required in order to expedite grass growth. Erosion control seeding and mulching shall follow Special Provisions Section 8-01. 4W This item consists of all tasks necessary to completely clean and restore the project work area, any areas outside of the work limits that are affected by the contractor, and any damaged areas. This item includes final cleanup, grading and raking, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site. The streets adjacent to the project area shall be inspected and swept clean (manual or power sweeping) at the end of construction. Topsoil will be raked to match existing grade and the new edge of the new road. Fertilizer, mulch, and lawn grass seed mixture will be spread evenly over the new topsoil and any areas of *� bare soil. Topsoil shall be Type C per Standard Spec. Section 9-14.1. Fertilizer and mulch shall follow the general requirements in Special Provisions Section 9-14. Seed shall be a lawn grass seed mix. Fertilizer, seed, and mulch may be mixed and spread manually (instead of hydroseeding) due to the limited area. Hydroseeding shall be used after October 15th. Specifications for all w, material proposed for use shall be submitted to the City for review and approval. All restoration work shall be inspected and completed to the satisfaction of the City. Any adjustments, additional applications, or corrections to the work identified by the City shall be '�` considered incidental, and at no additional expense to the City. Measurement for Restoration, Topsoil, Seeding will be based on the percentage of work No complete at the time of measurement. Payment for Restoration, Topsoil, Seeding, Restore will be made at the unit bid price, which Im payment shall be shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare for restoration, final cleanup, sweeping, grading and trimming, topsoil, fertilizer, seed and mulch, etc. required to compete this item in conformance with the ,W Contract Documents. Bid Item 18:_ Spill Prevention Control and Countermeasures Plan (Lump Sum) A spill prevention, control, countermeasures plan shall be provided to the owners prior to project startup. Two copies of the plan shall be delivered to the owner 14 days after bid is awarded by Council, and another copy is to be kept onsite at all times. Bid Item 19: Shoulder Ballast (Ton) Shoulder ballast shall follow Standard Specifications 9-03.9(2) and 4-04.3(1) from the 2006 Standard Specifications, and Special Provisions 4-04.3(11). Ballast shall be placed on the access roadways when needed to drive up steeper access slopes from NE 31St Street to the outlet location. The Contractor shall survey the access route prior to clearing access route from the lower May Creek valley. AW 40 Bid Item 20• Construction Geo-textile for Permanent Erosion Control and Slip Joint 40 (Square Yard) This item includes all work needed to place a geotextile layer between the erosion control rock 00 entrance and the cleared and grubbed earth. Contractor will follow Standard Specifications 2- 12 and 9-33 from the 2006 Standard Specifications. In addition, the Contractor shall provide and install with woven geotextile along the slip joint per Detail C of Plan Sheet 4. The payment schedule will be made in per square yard based upon measurements. Bid Item 21: Quarry Spalls (Cubic Yard) Quarry spalls shall meet the following Standard Specifications 9-13.6 and and 8-15.3. This item �wtr includes all work and materials needed to provide access to the project discharge outlet site from NE 31 st Street. +r Bid Item 22• Temporary Stormwater Bypass System (Lump Sum) This item includes all work necessary to provide stormwater bypass of runoff that may occur on the upstream drainage system that presently drains into the Edmonds Avenue Outfall. The Contractor is to follow the construction plans in order to temporarily re-route the drainage. This includes labor, materials, and rental equipment necessary to discharge the stormwater without eroding the slope. The Contractor will be responsible for any slope failures due to bypass system failure. ww Bid Item 23: Landscaping and Planting (Lump Sum) Any previously planted species by the Newcastle Qwest project shall be replanted if construction access disturbs the recent plantings. The Contractor shall follow the species type, spacing, and requirements of the City of Newcastle. (See Exhibit 1A & 1B of the plan sheets that are provided within this bid package) For the purposes of this bid item, use the following to bid the planting requirements on the lower May Creek area accessing from NE 31St Street along with the planting spacing recommended by Exhibit 1B: Type Number Size 1. Red-Osier Dogwood 7 18-24" (1 gallon) 2. Sitka Willow 20 Stacks 3. Snowberry 7 18-24" (1 gallon) 4. Salal 7 18-24" (1 gallon) 5. Salmon Berry 7 18-24" (1 gallon) ' 6. Oregon Grape 7 18-24" (1 gallon) In addition, if the access gate is disturbed or damaged during construction, then the Contractor shall restore the gate to it's original condition if damage or removal is done. Any disturbed properties shall be remedied to it's preconstruction condition including bridge damage, property damage, or roadway damage. Bid Item 24: Minor Changes (Lump Sum) At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu of "' the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. 4W All work and payment under this item must be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard 4W Specifications. Payment for this item will only be for the changes and amounts approved by the City. If no changes are authorized under this bid item final payment for this item will be $0 (zero). �r OW UW AW AW tv Im MW .. WO .. AW W MW DIVISION 2 "a'' EARTHWORK Im 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP or 2-01.1 Description Delete the first paragraph of this section and replace with the following: ow The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the City. aw 2-01.2 Disposal of Unusable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be .w disposed of in such' manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. UW 2-01.3 Construction Requirements Supplement In areas with restricted vehicular access, work shall be accomplished by hand labor. w. The Contractor shall prepare the alignment for the new pipe so that it is free of logs, fallen trees, rocks greater than 3 inches in diameter, or other obstacles that might puncture or deform the pipe. The Contractor shall remove only plants necessary within the area to be cleared in order to accomplish this work, and which are not designated for preservation. Prior to clearing operations, it shall be the Contractor's responsibility to flag all trees over 15 feet high, or 4-inch caliper or greater (measured 6 inches above ground line), which are to be removed. The Contractor shall notify the Engineer after flagging is completed and arrange a meeting prior to the removal of any existing trees on the project. At this meeting, the Contractor and Engineer shall inspect those trees designated for removal and make any necessary changes. Following the inspection, the Contractor will be notified in writing to proceed with clearing and grubbing. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs ""' and replace them in-kind in the original locations after completion of the work. If a shrub is damaged during construction, the City may require the Contractor to replace in like size and kind. "w go w. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS " 2-02.1 Description Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for the completion of the project. w► All removal will be considered incidental to the work unless specifically identified as a bid item. 10 2-02.3 Construction Details 2-02.3(1) General Requirements 10 Supplement this section with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilities, 40 roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction joint, or a new 46 sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be at determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(1)A Salvage (New Section) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable ; value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. 2-02.3(7)D Contractor Provided Disposal Site (Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. aw VW DIVISION 3 ow PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Materials Sources Supplement `W No source has been provided for any materials for the construction of this project. If the source 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. VW 1W No .r a. wwr ..r lo. +rr ,► DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Supplement This work shall also include placement of Shoulder Ballast in the vicinity of the manhole with overflow structure and Crushed Surfacing Base Course where shown in the Plans. In addition, additional ballast may be required to provide access from the lower NE 31St Street area along steeper portions of the access route. 4-04.3(5) Shaping and Compaction Supplement Crushed surfacing base course shall be compacted to at least 95% of maximum dry density in accordance with ASTM 1557. aw 4-04.3(11) Shoulder Ballast Replacement Shoulder Ballast shall be placed and compacted to at feast 90% of maximum dry density in accordance with ASTM 1557. �r 4-04.5 Payment Supplement Payment shoulder ballast shall be made per ton of material for a total of 120 tons. DIVISION 7 DRAINAGE STRUCTURES 7-01 DRAINS 7-01.1 Description Supplement This work shall consist of constructing a temporary stormwater bypass, including connection to WW the existing 24-inch diameter storm sewer, flexible pipe and control of water, as shown on the Plans. err Contractor shall submit a temporary erosion and pollution control plan, which shall include plans for a temporary stormwater bypass system for the outfall vicinity and a pipe bypass system for the upstream end of the project, to Engineer for approval in accordance with Section 1-07.15 of «. .w 10 these Special Provisions. Portions of the existing CMP culvert may be utilized for drainage + ► bypass. 7-01.2 Materials Supplement Corrugated Polyethylene (CPE) Pipe shall meet the requirements of Section 9-05(6) of the Standard Specifications. 7-01.3 Construction Requirements Supplement The approved bypass system shall be installed prior to disturbing earth at the outfall. The existing 24-inch diameter corrugated metal pipe (CMP) shall be exposed and cut flush with existing slope upstream of the new manhole structure. A 6-inch diameter CPE pipe shall be inserted into the existing CMP pipe and the opening filled and sealed with concrete or grout. rr� The Contractor may propose alternate means of sealing the existing CMP pipe, and shall submit details of the alternate to the Engineer for review and approval. The CPE pipe shall be routed to discharge downstream of the new manhole structure and discharge area. The temporary stormwater bypass shall be constructed, monitored, and maintained until such time as the new stormwater sewer is complete and operational, and the removal of the bypass is approved by the Engineer. The Contractor shall remove the temporary stormwater bypass upon approval of the Engineer, and shall completely plug the existing CMP pipe. 7-01.5 Payment Supplement Payment shall be made per the bid prices specified in the bid form and named "temporary stormwater bypass system". 7-04 STORM SEWERS +rr 7-04.1 Description Supplement This work shall consist of providing HDPE pipe as shown on the Plans and described in these Special Provisions and as directed by the Engineer, in accordance with Section 7-04 of the Renton Standards and the manufacturer's requirements. Alternates are not acceptable. 7-04.2 Materials Supplement Materials shall meet the following requirements: High-Density Polyethylene Pipe High-density polyethylene (HDPE) pipe shall be made from polyethylene resin compound that meets the requirements for Type III, Category 5, Class C, Grade P34 as defined in ASTM D to 1248. The pipe produced from this resin shall have a classification of 345434C, 355434C, or better in VA accordance with ASTM D 3350 and a Plastic Pipe Institute (PP) rating of PEE 3408. so to Ow 4W The material shall be of virgin quality and contain a minimum of 2 percent well-dispersed carbon black. The workmanship shall be of the highest level compatible with current commercial practice. The pipe shall contain no recycled compound except that generated in aw the manufacturer's own plant from resin of the same specification and from the same raw material supplier. The pipe shall have a manufacturer's recommended hydrostatic design stress rating of 800 psi based on a material with a 1,600 psi design basis determined in accordance with ASTM D 2837-69. The pipe shall conform to the dimensions, wall thickness, testing, marking and all ON other provisions of ASTM F 714. Pipe shall be marked at 20-foot intervals with a coded number which identifies the manufacturer, SDR, size, PP rating, manufacturing standard reference and production code 1W from which date and place of manufacture can be determined. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions or other injurious defects. It shall be uniform in color, opacity, density and other physical properties. All fittings shall be of the same type of polyethylene material as the pipe. The ends of the fabricated fittings shall be trimmed to match the pipe section to which they are going to be .w joined. All polyethylene fittings shall have the same or higher pressure rating as the pipe when provided in accordance with the latest technical specifications. AW Earth'Anchors Earth Anchors shall be 10-inhc Earth Anchors meeting or exceeding the requirements of Military Specification MIL-A-3962E with integral swiveling cable as manufactured by American Earth Anchors or approved equal. Cable shall be hot-dip galvanized. Concrete Concrete for pipe anchors shall be Class 3000 as specified in Section 6-02 of the Standard Specifications. Wall Anchors Wall anchors shall be 24-inch HDPE IPS Wall Anchor DR 32.5. �► Pipe Clamps Pipe clamps for connection to earth anchors shall be carbon steel pipe clamps meeting the requirements of Fed. Spec. WW-H-171 E, Type 4, hot-dip galvanized after fabrication. MW 7-04.3 Construction Requirements Supplement Storm sewers shall be constructed in accordance with Section 7-08.3. 7-04.3(1) Cleaning and Testing Replacement Standard Specification Section 7-04.3(1) and the various subsections of Section 7-04.3(4) of the Renton Standards pertaining to pipe testing are not applicable to this work. 7-04.3(2) HDPE Pipe Installation Supplement r HDPE pipe shall be installed in accordance with Section 7-08 of these Special Provisions. qW 7-04.3(3) Earth Anchors Earth anchors shall be installed using drive rods and hand-operated equipment in accordance with the manufacturer's recommendations. Anchors shall be driven to the depth shown in the Plans and shall achieve the minimum pullout capacity specified by the manufacturer. Each ground anchor shall be tested and visually observed to be stabilized to resist anticipated loads. The Engineer may require additional verification and performance testing should visual observation indicate questionable performance. 7-04.3(4) Concrete Block with Wall Anchor The Contractor shall provide a concrete block with a 24" IPS Wall Anchor per the manufacture's specifications and per the details on the Plans. 7-04.3(4) Wall Anchors Wall anchors shall form a watertight connection between the HDPE pipe and existing and new structures. 7-04.4 Measurement Supplement The length of HDPE pipe will be the number of linear feet of completed installation measured ► along the invert through fittings and bends as shown on the Plans. The Concrete shall be in accordance with Section 9-04.3 of the Renton Standards and these Special Provisions. as Pipe Anchors and Concrete Block with Wall Anchor will be measured per each complete assemblage installed. rr No unit of measurement shall apply to the lump sum price for pipe support. 7-04.5 Payment Supplement Payment will be made in accordance with Section 1-04.1, for each of the following bid item(s) that are included in the proposal: The unit contract price per linear foot for "High Density Polyethylene Storm Sewer Pipe 24-In. Diam., SDR 26" shall be full pay for furnishing all labor, materials, tools, and equipment to install the pipe, including furnishing, placing, and fusing pipe, bedding and backfilling the pipe trench, bends and fittings, slip connection, and all components necessary to make watertight connections to existing and new structures. No separate payment will be made for gravel backfill for pipe zone bedding or select backfill. Payment for trench excavation shall be made at the unit contract prices included in Section 7- 08 of these Special Provisions. girt The unit contract price per each for"Earth Anchor," shall be full pay for furnishing all labor, materials, tools, and equipment necessary to provide and install the pipe anchors, including any verification or performance testing required by the Engineer. +r The unit contract price per each for"Concrete Block with Wall Anchor," shall be full pay for furnishing all labor, materials, tools, and equipment necessary to provide the concrete block r and wall anchors. rr it err ow 7-05 MANHOLES, INLETS, CATCH BASINS, and drywells ow 7-05.1 Description Supplement This work shall consist of modifying the existing catch basin at the south end of the project and providing a new sanitary manhole with overflow structure at the north end of the project in ar. accordance with Section 7-05.3 of the Renton Standards and City of Renton Standard Plan B071. The work shall include excavation, placement of quarry spalls and crushed surfacing, backfill with shoulder ballast, providing and installation of construction geotextile, and all ,w connections as shown on the Plans. 7-05.2 Materials Supplement VW Materials include, but are not limited to: Overflow Structure shall be in accordance with Renton Standard Plan B040. *W Shoulder Ballast shall meet the requirements of 9-03.9(2) of the Standard Specifications. Crushed surfacing base course shall meet the requirements of 9-03.9(3) of the Standard Specifications. ,w„ Wall anchors shall be 24-inch HDPE IPS Wall Anchor DR 32.5. 7-05.3(5) Wall Anchors „r Wall anchors shall form a watertight connection between the HDPE pipe and existing and new structures. MW 7-05.5 Payment Supplement Payment will be made per the bid prices provided in the bid tabulations. The unit price for "Modify Existing Manhole" shall include cleaning the existing structure, core `�` drilling the existing manholes, cutting, removing and disposing of existing pipe, providing and installing wall anchor, grouting and all other work necessary to achieve a watertight connection. aw The unit price for "Manhole with Overflow Structure" shall include all labor, materials, tools, and equipment to install the manhole and overflow structure, including excavation, backfill and bedding, and inlet/outlet connections including providing and installing wall anchors. This work ow shall also include the means and methods to transport the manhole to the planned location. All costs for structure excavation, shoring or extra excavation, and for furnishing and installing ,w. crushed surfacing base course for bedding manholes shall be included in the unit contract price for "Manhole with Overflow Structure." ow Payment for furnishing and placing quarry spalls for bedding manholes will be made under Section 8-15. aw 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS VW 7-08.1 Description Supplement This work consists of excavating and backfilling for the buried pipe and the manhole outlet structure, removal and disposal of the existing corrugated metal pipe (CMP) where new pipe is wr 4W to be buried in the same location, and providing shoulder ballast at the outlet structure for err backfilling manhole and existing scour hole as shown in the Plans. 7-08.3(1)A Trenches Supplement Existing pipes and other materials encountered during excavation of the trench and not designated on the Plans to remain shall be removed and disposed of to the extent needed to install new piping. ' The Contractor shall take measures necessary to minimize sparks and other sources of combustion to prevent fires resulting from his operations during cutting of existing CMP pipe. ON 7-08.3(2)J HDPE Pipe Installation New HDPE pipe shall be cut, fabricated and installed in strict conformance with pipe manufacturer's 10 recommendations. Joining, laying, and pulling of HDPE pipe shall be accomplished by personnel experienced in working with HDPE pipe. ■o Handling and Storage The equipment required for the installation of the HDPE pipe is dependent on the method of go construction selected by the Contractor. The handling of the joined pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Ropes, fabric, or rubber-protected slings and straps shall be used when handling pipes. Slings for to handling the pipe shall not be positioned at butt-fused joints. Pipe or fittings shall not be dropped onto rocky or unprepared ground. Sections of pipe with cuts and gouges exceeding 10 percent of the wall thickness or kinked sections shall be removed and the ends of the pipe �r rejoined. Pipe shall be stored on level ground, with a turf or sand surface, free of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions as recommended by the pipe manufacturer. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such widths as ON to not allow deformation of the pipe at the point of contact with the sleeper or between supports. Care shall be exercised during fabrication to prevent the accumulation of pipe cuttings and filings, gravel, cleaning rags, etc., within piping sections. All piping shall be examined to assure removal of these and other foreign objects prior to assembly. Joining and Laying Pipe HDPE pipe shall be joined by the method of thermal butt-fusion as outlined in ASTM D 2657 "Heat Joining Polyethylene Pipe and Fittings." All butt-fusion joining of pipe and fittings shall be performed in accordance with proven procedures and techniques recommended by the manufacturer. Thermal butt-fusion of the pipe shall be performed by an experienced technician, certified in the joining of high-density polyethylene pipe in accordance with Title 49 CFR 192.385. Written certification of the individual welders shall be submitted to the Engineer prior to the performance of any welding. A manufacturer's representative shall be present during the fusion process. go IN wr �r HDPE pipe may be bent as appropriate to allow for installation in conformance with the details and profiles in the Plans. The minimum radius of deflection for the 20-inch diameter SDR 26 pipe is 30 feet per the manufacturer's recommendations. The Contractor shall conduct minor hand digging or leveling as necessary to transition between different slopes and terrain to maintain support along the invert of the pipe. Installation and Backfill of Buried Piping Excavation for the construction of HDPE pipe shall be performed in accordance with the requirements of Section 2-08 of the Standard Specifications. Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of the pipe. Pipe must be at the temperature of the surrounding soil at the time of backfilling. .. Installation of Exposed Piping 10 Prior to installing overland pipe, the ground surface shall be prepared in conformance with Section 2-01 of the Renton Standards and these Special Provisions. The Contractor shall be responsible for providing temporary equipment, such as guide posts and thrust blocks, required aw to place and hold pipe on the alignment during installation. The ground along the pipe alignment where the pipe will be pulled into place shall be cleared of all debris that may damage the pipe, including but not limited to, sticks, roots and rocks greater �. than 1/2-foot in diameter, and those with sharp or projecting edges. Installation of the pipe shall be without springing or forcing the pipe in a manner which would set up stresses in the pipe. All pipe flanges shall be set level, plumb and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. The Contractor shall conduct minor hand digging or leveling as necessary to transition between different slopes and terrain to 'w maintain support along the invert of the pipe. In areas where the existing ground surface does not allow continuous support along the invert of the pipe, the Contractor shall provide supports for the pipe at spacing no greater than 11 feet. When ambient temperature during pipe installation is lower than 55 degrees Fahrenheit, the pipe shall be supported continuously along its entire length. 7-08.3(3) Backfilling Supplement Select backfill above the pipe zone shall consist of excavated materials, except that no organic •• matter, deleterious debris or rocks or lumps larger than 3 inches shall be permitted in the backfill material. ,., If, in the opinion of the Engineer, excavated materials are not suitable for backfill, the Contractor shall use imported bank run gravel for trench backfill, conforming to Section 9-03.19 and remove, haul and dispose of the wasted material. Compaction testing of bedding and backfill shall conform to the modified Proctor test method, ASTM D1557. Fill shall be placed in loose lifts with a maximum thickness of 8 inches and w. compacted to the minimum relative compaction shown on the Plans. 0 7-08.3(4) Plugging Existing Pipe Replacement of Where shown on the Plans or where designated by the Engineer, the CMP pipe shall be abandoned in place. The upstream end of the existing CMP shall be plugged with commercial concrete to a minimum of 4 feet into the pipe. Care shall be used in placing the concrete in the to pipe to ensure that the opening of the pipe is completely filled and thoroughly plugged. The downstream end shall be cut flush with the slope and left open to drain. 00 7-08.4 Measurement Replacement No measurement for payment for gravel backfill for pipe zone bedding or select backfill will be made. 7-08.5 Payment Supplement Payment will be made per the bid price provided within the bid tabulations section. No separate payment will be made for removal and disposal of existing CMP pipe designated to we be removed, and all costs associated therewith shall be included in the unit contract price for Structure Excavation Class B Including Haul No separate payment will be made for gravel backfill for pipe zone bedding or select backfill, and all costs associated therewith shall be included in the unit contract price for HDPE pipe in accordance with Section 7-04 of these Special Provisions. No separate payment will be made for commercial concrete, and all costs associated therewith shall be included in the unit contract price for "Plugging Existing Pipe." �r 7-16 GABION MATTRESS NEW 7-16.1 Description This work shall consist of the construction of a rock blanket using gabions at the north end of the project. The Contractor shall provide the outlet structure in accordance with the detail on 40 the Plans, Section 7-05 of the Renton Standards, and these Special Provisions. The work shall include providing the rock blanket, as shown on the Plans. 7-16.2 Construction Requirements Gabion Mattress The Contractor shall construct a rock blanket using gabions where shown on the Plans. The blanket shall consist of light loose riprap in accordance with Section 9-13.1 of the Standard Specifications, and shall be constructed in accordance with Section 8-15.3 of the Standard ► Specifications. The rock blanket shall be underlain with construction geotextile for permanent erosion control meeting the requirements of Section 2-12 of the Standard Specifications. 7-16.3 Measurement and Payment Payment will be made per the bid prices provided in the bid tabulations section. 1W go w. w The unit contract price per each for "Gabion Mattress" shall include all labor, excavation, materials, tools, and equipment to provide the Gabion Mattress as specified, including the rock, gabion blankets, and construction geotextile for permanent erosion control. N END OF DIVISION 7 aw aw aw aw aw as wr .. aw wr wn rr DIVISION 8 MISCELLANEOUS CONSTRUCTION V 8-01 EROSION CONTROL aw 8-01.1 Description Aw Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance �` of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection • Sediment Control Fencing aw Hay Bales and Mulch • Covering Soil with Plastic Covering • Miscellaneous Erosion Control r 8-01.2 Materials Supplement Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved Erosion control seed shall consist of the following mix: Tall Fescue 60-70% Seaside/Colonial Bentgrass 10-15% Meadow Foxtail 10-15% Alsike Clover 6-10% Marshfield Big Trefoil 1-5% �. Redtop 1-6% Total 100% ow 8-01.3 Construction Requirements Supplement Seed, fertilizer, and mulch shall be applied by hand immediately upon completion of wo grading and backfilling. to H:AFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)A27-3037 May Creek Slope Stabilization Program\1135 ,w, FINAL-Specs\I9-SPECIA'.,PROVISION Sv00.doc Page 2 Seed shall be applied at the rate of 2 pounds per 1,000 square feet. Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1,000 square feet. + Straw mulch shall be applied to a depth no less than 3 inches. Fabric Filter Fence, shall be constructed per City of Renton standards and per Standard Drawing B066. Payment for Fabric Filter Fence shall be incidental to the bid item for Temporary Water Pollution/Erosion Control. No measurement will be made for erosion control seeding. All incidentals shall be provided within the lump sum pricing, as specified within the bid tabulations. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. If a bid item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. + 8-04 CURBS, GUTTERS AND SPILLWAYS �Ir 8-04.1 Description Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. H:AFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3037 Mav Creel;Slope Stabilization Program\1135 FINAL-Specs\I 9-SPECIAL PROVISIONSv00.doc Page 3 *r M. 8-04.3(3) Width of Replacement (New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. a. 8-04.5 Payment 00 Supplement this section with the following: See bid items descriptions for units of measure and payment. aw 8-15 RIPRAP vM 8-15 Description Supplement a" The work of this section shall include furnishing and placing quarry spalls in the area of the gabion mattress and for bedding for the manhole as shown on the Plans. 8-15 Payment Supplement Delete entire section and replace with the following: +. See bid items descriptions for units of measure and payment. If a bid item for Erosion Control is not listed, the cost of all such work shall be considered aw incidental and included within the unit bid prices in the contract. vw 4W AW IM Ow vM H:AFile Svs\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3037 May Creek Slope Stabilization Pro-ram\1135 FINAL-Specs\19-SPECIAL PROVISIONSv00.doc Page 4 40 +rr DIVISION 9 MATERIALS 9-03.22 Controlled Density Fill (New Section) Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free- flowing and excavatable material which will result in a hardened, dense, non-settling fill. Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description tw Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3. Materials *W 1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 2. Fly Ash: Class F or Class C aw 3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 4. Water WSDOT 9-25 .w 5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM C 260 9-03.22(2) Proportioning The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. H:AFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3037 May Creek Slope Stabilization Program\1135 FINAL.,-Specs\14-SPECIAL PROVISIONSv00.doc page 5 a Class of C.D.F. A B C wo Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq.ft.) (14400) (43200) (43200) 1W Max. gals. of mixing water per cubic yard 50 50 30 wir Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assumed Sp.G. 2.67) 3200 3200 3200 Ir 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable C.D.F., 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. Oil 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or go machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump g Normal Flow-ability 6 - 8 inch slump High Flow-ability 8 inch slump or greater me C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section is to be filled with C.D.F. shall be contained at either end of trench section by bulkhead or earth fill. 00 C.D.F. patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, C.D.F. must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground. 9-03.22(4) Compaction For flowable C.D.F. compaction is not necessary for placement. wli H:AFile Sv_s\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-3037 May Creek Slope Stabilization Program\I 135 FINAL-Specs\I 9-SPECIAL PROVISION Sv00.doc pace 6 1 4W The contractor may as an option, adjust the water content to obtain a 0 to 1" maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. mv 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with ow C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. we 9-03.22 (6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. 1W If laboratory trial batches or field trial data confirm weight and strength, no further testing will be necessary, if approved by the Engineer. ow For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to go confirm strength and weight. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS . a. 9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP) (Addition) 9-05.19(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.19(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, A„ Type S. 9-05.19(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.19(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 4W H:AFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)A27-3037 Mav Creek Slope Stabilization Prolgram\1135 ,� FINAL-Specs\19-SPECIAL PROVISIONSv00.doc page 7 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Seed (addition) Seed mix for hydroseeding shall be as follows: err Meadow Seed Mix % Weight % Purity % Germination wr Redtop or Oregon Bentgrass 40 92 85 Agrostis alba or Agrostis oregonensis so Red Fescue 40 98 90 Festuca rubra rr White Dutch Clover 20 98 90 Trifolium repens Seed shall be applied at the rate of 120 pounds per acre. 9-14.3 Fertilizer (addition) A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job. Fertilizer shall be 10-20-20 N-K-P slow release rate. Fertilizer shall be applied at the rate of 90 pounds per acre. 9-14.4 Mulch and Amendments (addition) Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process, from fir, hemlock, or alder. The mulch shall have a minimum of 77% of the total fiber exceeding 3.5 mm in length, and 60% of fibers 8.5mm or longer. Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be incorporated into the wood fiber in the drying process Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre. H:AHe Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3037 Mav Creek Slope Stabilization Program\1135 RNAL-Specs\19-SPECIAL PROVISIONSv00.doc Page 8 so 9-14.4(7) Soil Binder or Tacking Agent (addition) Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or "" greater than 10%, with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fir fiber mulch to provide tackifier rates equivalent to or greater than specified. far fall far MIN wo M aw +all fall fw 4W fall 1W far H:AFile Sys\SWP-Surface Water Proiects\SWP-27-Surface Water Proiects(CIP)A27-3037 May Creek Slope Stabilization Program\I 135 1W FINAL-Specs\19-SPECIAL PROVISION Sv00.doc Page 9 aw ww go ON dw Am am SURVEY CONTROL AND aw MONUMENTS so an Aw ow vo to go TRAFFIC CONTROL INFORMATION we aw ON CITY OF RENTON TRANSPORTATION SYSTEMS- TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL.DATE: ADDRESS: PERMIT#: .ir PHONE#: CONSTRUCTION SUPERINTENDENT: MOB./CELL:# PROJECT NAME: FAX#: �r PROJECT LOCATION: N/E/S/W/OF: WORK TIME: APPROVED BY: a.r WORK DATE: APPROVAL DATE: NOTES: 1. WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD). 2. CALL 911 (USING A LOCAL PHONE)OR 253-252-2121 (USING A CELL PHONE),FIRE AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3. CALL METRO TRANSIT CONTROL CENTER AT 206-684-2732 AT LEAST TWENTY-FOUR(24) HOURS BEFORE ANY STREET OR LANE CLOSER AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4. THIS PLAN MUST BE SUBMITTED AT LEAST THREE(3)WORKING DAYS PRIOR TO WORK. 5. APROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6. ANY VEHICLE AND/OR EUQIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO(ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME,ADDRESS,AND TELEPHONE NUMBER)AT A CONSPITCUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: SKETCH a. .ri .r. I have been informed of my responsibilities for traffic control and OFFICE COPY T- agree to comply with all traffic regulations of the City of Renton. CONTRACTOR INSPECTOR K.KITTRICK/ SIGNATURE: DATE: POLICE FLOYD ELDRIDGE r' FIRE JIM GRAY/STA.#11 i I ,representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan.That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four(24)hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B. SS#: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: to WASHINGTON STATE DRIVERS LICENSE NUMBER: vi lei datacenter/pw/trafcontrol/bh io GEOTECHNICAL INFORMATION dW sw r w rrr +■r ON r SITE PHOTOS ,w a. =�. ,a•..» ��. � „; � { ��; � �c ��. Tea �A.�;?°'�•+�,,� 'J _ ,. siv s�,yd A.k ♦'x ? .fit „ g ,e-` {3 wx •e w7w � � �re'�� ..� �� � ,�aNa }` *#�' � as + X� }° e• x?r ,, ':� ^� s�d+� ". e- ,w��wr � �b,�}""a'"°,n,. k.• � a ; �� {t� °{ ,�qw t a ,,`. ��' r_ ;_, �°'_. "'� � �,._�t ,r .'.. `:`..,� a,,, �, g�," E } # _.',�" � � '°•-fix".'"",, y{�# '+�° r 9 � a . r6l may` ra r .a se #' x• a,x = w , � ��r t.e+++•+"�a'c"`a y'''" �rY{,�,t�.. an�, r ,i i ..�a�� - _ +� ° - P..4 y art ltll - „ r a OL, f 4 � 4- J m f," # *��r ,sa°y�;♦y"^ � ;.�y ::ry�3"�#yam � ��`.>~,ti-. 1.x' aF t ��� �• t�a'.; ».,�� •-„ k/ �'°Y�"J '1� 1 y s F tr c.. wyK ,� ht '��.� '^s,' --�,� *y..->�- '"'��E`x� �'a Air. r 41` S•+ 4 ' �,, £Y.. 'k�' _ �_'€ Xe" � ��" � M1 '•_'Wy`� ��'�� R �� ��f. � i 4�►' .w•.T� •A +;gyp' y k �y k '•fir k T,1 J.. J;i b _ r Ye•.«. Ayr^YW° fa'� '! WIT F iJ 1f `'#'+�' q' " 1S .t,'�^ iRy",�"''" �" x'S"`t >N•- ,y, 4' ''jay`' *`q � d + i wy r ao A w, �,y�, 4. ' + .%`15 R-�fi"f• � *i ,�V' �� Y«.,._�'� d�� .. ,�. �` ¢�y� �.:� m:.+ ,+ v '4�y, iRi i tr� tr,.. - �. .r, ;bt/� 44 "'✓� ,.,.�'.� 'N'.'_ ter. i` ;,A 'wr.... _ 'yC 'R}-• Y i R' P -' �/ �4h ; %a ��... '{ y'!»O _ �� 1 $ y � 'L " 1�• . J y It r t , _ � �» jay.""}�5°°�+... :t �eA • "t. _x tt J r , p 'yV , �? d ��;tr P 9Jr^ ..�} :,1Rw ��,�. :.fi h`. � '✓R' s#p a �+��Ri r ,!w �,.... � 9 . mow ., .'���' .'�4 �g��y q-'k �'`4�r'��y y� •� « ��' � � * �^+�� a� e � 'mss � . .� � •, � �, , '.p , 'i t'9�R � ,•p i Fyry .i'Y i y °'ae 'T'�a � li4Rlyf�") a ; 'i lj a r *C49 c` h RL'u , p _ v M •ra,» k1, _"`'"s # rwj, � ,, » tT„ t -�. �.�'a,: y¢° 'Ps •4 s. .. Ow ar are an r �. STANDARD DETAILS a ar ar T � - r + c z It 0 + � J U C a E QaL � r OF O, + OE 0UO O + OQ Qz c 00 rWh O N n O.L••- r u� W ar O 1 O V 75 114 0) + - 4/ Q 0 0 � 0 Qr + 61 L L W 0 � n W 0 � c0- oUaD � r- o JW Q0 V] N+- E 4) 0- •- Q W J + — + Or — vo — 7r 0 d XVW ,b 6 J Vo 0 Ql r O C N L 0 0a 0E 0� pW �Z 04 � Mp L -- arr Q Q ? 2 N N a D+ C — OL co Ln— + O T L u C r C C L m N O Qi h O O d Q — r f E - +_ 0 0. (L) 11 t c J LL c r vLI) L 11 CL._ O W low o u a ', a o In Z I 1' E O O" Qi O.O L L L d my Q) D = N ° r TQl L + + C 0 +' N < v+ m L L C , N O QI C N O O O O a V)+ Q1 L t •- S O- + L U 0 vl 1 Q) n +V1 7 O > o•I 1 r L0N3 0001 E � OE Imo; CL ID 010 N C a O c O L 0 0 N L 0 0- 0 0 r 41 + cp 1 �a - + O � L +d NIW W L • � �16 Z L) a ON L N z n © E n > � a 0 _ n oi> N O= 0 it i � cIQ N W D v, ilm NIW si< NIw d V) u, 4w z J z LLJ o I,,d o N Z N O 0 Im N = Q U 4L, L „9 , + Q, c > V N 0 U U V O N i z U L Q L } EO O > + •.. + EO U E O N 0 O+ z t 0 L D r ODE Low Q 3 s{ m L L mL N m :t+ 8 v r Q c•- . + + �-� v3 � v A m 3 O 7 4-1. ao — v �, • No 0 CL L +rr Lj CV U C U U O d LO C c N L > va 00- OH N > L > = L Q N Q L CC) V U Q i u N C W a 9F5c Z p L — m v a rn Q 3 a C MM (n N 0 N O N O ip 'o 4) C F; �„� E$ Q y F+� O Lt O Y•-D 0 W U T O ppp m CDOdm UN--LC 0 O — Q•C O O 0.0 0•- 0 0 E 4- • .0 O L C 4, L 4 0 L d +U aLU Y—L O a0 C -C N O i C Urn y 4)0+w O LS}7N W 4)— I (n Urn U O d) UN D U DO C a C•-z N7 +Z•-000 — L 4) = 0 G , N N O :3—'a m-U 1n O� U — b a I+ndd O 7: 0 •DoO h=• U + 4� 7 �r s�7¢ 7+U L— UNt V1 lDz — V7 Q 3l fi ,n c o— 7 nL a + c U V O N 4)+-000LC 4)4) 0 O L, 0 >0 C}O N i-to O L •0v(n O 0-O'(-4) (n O U 4)4) L 4)4) •- L(n O.U U 3 D 4) .0 In C U• —4)aL' co 4) C 4) O. T L N OLZ: C Oa O+QQD Ut 4) E O S Vi O•-•m O o 4) L L + OM N•- —L C U 04- + N C 9 L— d L-000C )F O t•- v: C 0) O sv- .0 C+ o � v v c �a 7 - > .-z L L w—0'C' C U) 4)— ..4)3 0 O— N•-IO•-•- L O E O VI f> v .0 0 m n o'v C O .0 U S g b 'O O D C: 3 4,O O v + • C Ca)0U1 + DD UIDE (n 0_ +� 0 Ord L+— to O - 7 0 0 02 O -� 'O 4)-7 O UL— -.)+- C EC C>00'N} 0)t O+N+C — N 4)7 03 c .. OOL0 0 L•-LO•-OX —L LO LO (n x L m L In C). EL (n L) U 2 a+ r L w v w r z N Y43_ Y€3� aaa 000 LW QO L .NO N O 0 W L N L L L C L N 0 0 L O > t`F)F)F U — C C C O v L0 0 0 0 0 L Dw � C Pt t} Q) y 0 N U U U + • ol U C L L L p} C N O 0 C L. n - } - L } +L L L U U U 3 3 0 0 0 — N O E 4i t L u v v a o•- -- D y a u° L ? > +D OtN\\\ U E T U- -Ua V) D O [ D 0 C L v 0 C C V 4) N N O TO o 0 O O O N O U ar L N L 0 (n L L000 a- p� N N C, E 4) 'D t d aN N U) L: 0 L O W v 0 O (n C O N P C L(llml0 (D D O_ yv V)W w 2 2 w In N4-^^N ,� p L L L .v x..-000 O D,�4-+ L CL t C C C N 0 0 0 0 U U U HELL ff° O •1- U U U — — — — — —-,\ i' o a0a c _ a v y \ 0 � ccc ID \o O �rrr O • V O)w LL.l.L L ----------------------------------- [\\\ zzz O G N } •U.-, W b 0 L000 NI v^ } N� m O C n to XV to W „91 L O( •o. a _rom(n N 0 0 0 XVW „8Z ' o INIW „0-,Z `.,. N ~ L�L Z ---- ------ .v..v..'.� 1. p } FI mP O- - d C 6' N to co co L ___ } W 0 °°° oo t a w 0 (XVW ,ZI) „9„ o W ' r 0 o ° +rr 0 v c ° c � m 0 E Ln a c� V) O N p U N p Q Yi1 O.2, -0 'O Ol X E.,. T C O c O C C O O L 0_ O N pg a p N'0 ON F N U d p- Lo En 0-6 2 z QZZ(n (n c_ N D 0 AFT � GaW IL � m� =w c� C^ N•� �" a0 3 (�O aC Ow 0a WO 0C•6'p_aa JCL++ CQ ow UQ Of Q) `o °'� °'4)i d v aid _M V) U�O w a--0L.c N.0. «OLLx LLI Z • 7 �OYQ (p� �-00V) 0O � cL� D m —ZUU � � c- 0 ,? CO3c w jE o U LLJ w °= O M ° u O lJ .r Q 4� o a m U) w m Z cnQ°� N� 't 0 N Ln Q OJ H o w `.J w� oZa x „r (n m �mJZ omZ E ° CL m Q O° 0_ Q _J _J m U)Of w w > Uw QPw0L'a zoo 0 w Y� ��O--gym J w Z � alll O Ow w�JQ > wZQ mw 0 Z 2N o.•�Li �FJ- �Qn- 0 cn J w �....==w 3� w3 Ld F--�_ - w V) x?w W X Lwi I Zv cn a\ Q w 17X S 0_ n M ow F- Q N < Q T m N T O o a F- o Uo Wz W ¢J ^o U) _ow Lu z �c m rrr ^ Q U am < n- Z x v w Y LL 0 0' UO U � A rr w 0 Q_ m Q m`�' -0 (3 F- 11)U Q r 0ov oZ J U w vii n Q F- /r // Q cn m `s v ar JO O N rr J w 1- T `w , O o \CZ7 W`F I- �w 3Of 0 _ w O or OLD Q V) Q J J w w cri OhU--N Y2OLj O()fof oU U cn>m °zap AM r` v o m w � Q N � a o °° v W zo Z'D ( z n N T- o N (� A w 0 0 0 6 WQ� Q w -0o >, N a. A P, o oa 0— 0 0 O z .� A a F �00 > c -0 d� aid O 0 Illy v�mv _0 4) Q m Of a) 7 C.7 N ':3 W 0' 7 N c C N r z U nay a rJ + o N O ° N Q N L O :3 N N E L c p 6 N d N ° N c c vi 0'''' on- Q CL _ O N ac 0 a N 0-5 0 La N m N: i N N W L W O x Z N M Q U � —I z go ry W WI O1aw Z W a m = W 0 0 ° M _ U) Q F- ^ O a °w°r O o of(r N moa- wL' oNEL C) 17 J J LLJ V)Q H O O LLI W O J J W N a- -- W O~ J V) 0 m? � W � Z 5; Q J W U) W 10 W W o U U Z 2 OO dO O :2 : U(n W n d 00 ""' w 0 U m z w c E- 3 c -C W Q_ V) 0 z V) U) _ z\ O U +rr rn U) Q a W Q aUi CE-lJ a 0 e a D c Z Oy z° a e- +Ir ` UO Q� � N O .Y C m O Q fk + N W aw _0 H Z �.� r � i� n� J + 4 p ow V� 7 O = �+ 0 a O O_ L N V) U N r D a rn O °- +rr m— C °a o a).5 a o (n � � om > > U o �(D E O CO.0 L� O w L O -C O C 3 0'E N D N p Z (n.- C, 11(A (ter C-i E 0 F- 1N3W3AVd 30 3043 80 .lbMOy02i < aino ),VM3AI210 0 w rntO W� (n N 9 N II U) V) }U ow Q U Q Z W W N �- Z 0 N Q_ O sm 3r 00 !Y Z OV) O fnmQ I � oJO xQ0 �z O U bi= N W�� Z IIW O Oa)F-- O 0 W-- X 0 0 Of Cf)W W W Li U 0 m~ O vw Z Z V) F— W V) O QQOf x 50Q W (� YM 0 Z F- _Z X W In r aw _. I LLJ O Uw W 2 )- O Q U LL) O Q Fw=- ? W= H m g z W T~ p ¢ 00 LLJ � C7 w W w o w Z N p Q W z04 w0 � W Z W W z Q d o J �0= �mmQ Dwm W cn — z S \ F- O� U Q Q = ~ 0 � 0� (n HJJ z z0 � m W z Z W Q F \ D [7j Z (n~ () E w aFW LLJ Z a.o a a z m<_j(n wmQ ww ¢ OG] Ez»o OJQ J mLi m m (. QU E79 O W z _JQ2d Y JOW J ¢� � cn J OF- NZQ U ¢� � -i W m O " w U z w w U?0 w Q ul� w Vl ¢Q C +��/ Q. O W 0� 00 m wJm wJJ z w � cn U U�(n U ¢ J z � � V) 0 0� Qw Qo ZLLJ < wZ� �lJ LLJ Z w � � cn ZF- _ = WZ wQZ + 0 p < 0. wW toz0 (n U) U ¢ U ¢ OJ SO JSw0 -r wOf U Sm w cn � Nw � ~ m0 Z ¢F— ¢ m ¢ Ww O 0 F- SW Z (n ZW oW000 d' F- WOn- WwZQ 0- U) g �W OJZF- W W(h LLJ> -J W WODW Q N � Fn X W X W to Q 0 Q W F-X U) F- i- 0 H Uj W O N LLJ J �F=- � (n(nI--- HD LL-(nZ LL ¢W m O Z N U) U) tD S U Z w U F- z G O M I N m N ¢ >W LLL)L C�: � (n S W m JU 0c N w o z F~-- :� 0 0 I W Q m F~-- CD N Z_ to 00 OQ M 3:F- Q ? m- tn C�Z >-0-1 c 00 � � UF cD z 1 J F Q m m Q w N Of LLJ m 2 I N <U m Q - m It ---- �I —_ U)p w N LL C w M O W Q W W Q 0 m cn w oz W z w Of V) I x Q w O W _ w W m I ¢ m > �J d — cn z w J N¢ I U Z J O W D � Z LL iD > w0 -i u �N Q mw Ymm m m I NO �mZLLi NQ w >- — O mm I woU LLJ Ir ----- -�---� l` NL� \<QwW LL Q U w Of wpZ�- z 0 W W J C o iD >czn� C) l w I I N N 0- 3: z o P O I in N YII� m O m W N Q it d 0- V) CC Cl) Q N L ¢ F z D Q Q W R N Im Wa a aF w Z ~ U � U ¢� ca � o U z = z m Lij � U � + r p z O �r 71 tV C) J + 4 to Y O0 O Qf K a. d�IIP ° Q. � Q > } I o�] N aw low Z W m N o co o -- -d tirr `O 1�� Q NL Q Y z Y -- U W ° U E-- ow = Z Q z = U J CL :2 U ---� C� D -- --�� � w' `� Z ar. o > N w N— W =, J I Z D p Q S L ow I I I I J Q CLI«. cn aw I I I I I I I 0 J L�. wr wrr do aw .r .w ,r ow CONSTRUCTION PLANS am ow ow ow aw w ow Q I o o � z IU z z JZ v/ W M a/ U N 'n W g F z.5 cc , QpOO°n i�b W cr .i. � Z . 1 1 n ik In In`o W CL C� LL CL $oto; Z0� mat..s oQW �SWC W Q LL Z 30 X wort " r rnnlq ag r a a M}} Tf w t x-k OC F- PMXwv g 0 V 3X 3tY 1p11i k k LL-x 0 c) o 1M z V w J ( W O a U c k MIYtI a YI Y YII4110 P' bz z V S pp X 6 (� � ■� C Z X f� Z FT:J > 7) W M 3Y x n� ~ n W ~ Y 1..� � 9 T Ld p U G W °n �(/ � Z Q n a J Lc) � ..P N s mr lu k J z z a Q z < LL C, r� w O F— F—Z 0 O w WW Z z W � d o L. p Z N \\ J J } ¢ O Q �- `– �(� a d Y � W w2511f Z Z ZaZ< wW�w Q =Ww oto � ZWw� ° n cc � Z) 3 Z U W 0 O 'A C) !n Q�}��J N �— Q U Ir ? �/ I Q o L'i U) V)m d g S v! Z a ° w 4th \// Z Q QZ F- ... F Z J ' W CL Cr j d Z 0 Ir U Q _J cl tD W M IS cn w z Q a Q W H W -i W w to F- F-- d ° (n d Z X Z LL vv� } w W F- .. w n z a <r w w 0 o LL)30 O U J QUO F-m wO� � U� O� o W 3Or Zcn ODD a X ONWaQO 3°mw��m fn° � In In 2� w Q w .Ir W Z 3 w (n o un Z _ ��COU In Z�C.O W�to W�'WSW In }' _ Q f— O O O Z L, ZO F(N L��z V)� =�7^�t �� I F LV O U d F OZ W l7Ov UZrW}NUv ZO Jv >N o Z z (7 w W ° O N H p W 2 F F�W= H p�W 2 N / 1 UQU��d UQU�Z� °Q (nmd �cr LLI F `J 0 C) � W z m & w 0 z I I I I-SS-ddd t0-O .swcN Pat-1 6•P'IOO\s7so45\OOVo\ffOSO-Ot\:N INIPB ..00:8-BOOZ'tz XT trr�llr ■Imur 1Lmr qw. r.nr VAUNOW famomw ..rte WAMOr lumina 1 "Now .i swomm ftwm 1 trod NUNN" s o � Q ��? z F- llJ <:J11 J I fiz �m m .9 zw \2n LS P 'moo\ 1Z. OR mwwcd Iff } 50.32 \\\ g co .i y- 1ez.� fib --I�=\c1.IP A � LL- Z c 10 m Z n \ 3 U o z m' z _ a�V�\\F '\X V` v w � w ` LL z SOON ngw� S<w Nil d m f]`y'�\\pJ1�\\\`•114\\\\� \\\\\\\\\\ \ \'L O.- 1 �-\� \1\�\\\\:\\\. \ Y nSV n�1 n•Nn AY 3AOGV S .0-.L `I \ \ \\\�\\fix Z LJ \ W O OC Lfv .61 Pte + � ¢ RE ° 11I I InII 'II CD 1z �F vv vI kv,v��y � v,A` \\ \ Irp\\\)\\ O z oig \��x %N S y YL \ 3;1 \ Gt iwFS i ° m zW C� ) °70 � �i yy x z lT3FO q pa Yy o \1\ ¢3oz1� Pi'4y^ L �N4Q wiT5 W� �I^�ai 3 o w� •, N O u ��WF g` kor€�. n a ° mz� W� N o 1 q Hpfi Ufi62'd W-' �a �jWh qU° °wZ ° ° #Igy.0 -� —. Ip�S ym 7 z o`� m31 �g 6 u�„¢ s z_ �' In `� \ RMBSI _88 >n\ '/� y� z° OE I=�Fw In��O O�Z SjZ <c'd6 �$ j ln0L Ln < VWJ iZZ5 ` J��FS��s� FNZ ` P Ve1cZpp �ISn��S '� o_z �- to m Ill ON °�°° y Opl�U<�$3 � � 2 Q� I ° 0 S�5 � - � c� M al< z O O W I �___ _ —_—_ [°v Z V� U�Z V�=� N Wp°• �m ZI� N}'N O \\rw3 J Z w JO SY p2? z Fk a< y�1Ei <m $F � rc a J p 5 W .b cFi °d •�+r,z ass z< �' °� 0�8 zS^ � $� � Q O o my1��,\\ o �/ I <m ° I��,��lo�w � o�°= F� og moan �N �< v�,00 �nd m Z I `� Z � °� rL3w�§ � b� ���z=LTi v yoa°�"cz5wr F..- A m I 0m C. W\\\ \ �\ o W �I Seim 0 z> �m rcma�i�aGo S"' <" s8 w w \\ \ W I 'S�� Q ° is�z ��NaW��14 aim =8zz�F M 63 <E� Fk� <zF 9gz<� go� Rga fN �d r-F NUl•IO F rc� ��< o iV R z°�x i 9��rc� �« N �oNm� a��gqyyi 'o7,i z�?� w'z,�$ 'gpVp^In a ♦r I,, 11`1` `I \I Illli LLI ��F c7 •S Sal c°i?o0 i HO.P.E vi lei, Id<�g��O, riw ro�I I III I-SS-ddd l0-dd ---N)--A-1 6%P"433\a1p-4S\OOVO\rCN0-01\it H-IRS 11010:9-800L'lz UT I +(rilr�lr Ilrrw �� llEMrr +rmwN " um mmomm am 1 i... `mwam .....K .-wamw ....& .AN.r awmor ....r vm r m .rr s o � Q g� zoc~i O O O O O O O N pQ n N N N N N Z Z `gyp WUZ� z w , �, F U Z Lf) 2 ME aEspp0 _o j 15 I/2< Mo P RPM � Fu`s � R" ow 2 Q OY� O \ R �2 9W U j W Q N °8� a 24.°..,rrbh\\\\\ \ _ \\+ �W yg= Z g giN � J >¢�a Z on 9 QU� O0OQ .r,�, z0z mww A4, LLJ ILL IE=1 GC 32 O a W ci Er,v 47 a \ < ` IL \I \ w + O 41 6 le \ _ -a L1 Z q 05 CL off+ ��`v 10 0 W� mp<a — - O \' < W O \\ \\\\ \ \I` t \ I\ \ NW_HO ft MONO , -- --- nlora oe N3 M N 'V1S rn z _ « \�V v -- - --- - - - --- — e )) < sn ava o N3 � s o& Z'9Z 'V1S -� \����VA� Sn....-6 LN•vx ��� -- - -- -- --- 4 AV A \ ♦ � 0 O \\\\\ \ \ \ \ \ \ N W w a \\\\ \,\� �\\�,\\\ Snl 08 ON3 \ z yy ' O< v v`Iv - V \�AV���� ����AvA\ o Fa \\, o wW \ \\ o: _t W — - -- --- i oO z \ \ \ \ \\o \ --- o w< � V A .V vVA' <w z zz zd� - / �� \1v l A Al l\ V\V�AAPE I O z X^ I IMO O 0 RIM M/a �A v — -- -- O g + I 0 Ln :vA A g (n0L a > � A Z. a — -- __. _.. -- — o ve `\ — O d v �va` �\ aK o Lij O QUO �"a o = ------- --- - --- --- U li 00 z 8 x w 3 0 - s9� �� m I & w _ o m l �\ ZIM j AB 9F / -- ---- O O O O O O O O O N N N 00 O 0 W N y \ \ p b< Z 1� W $$ �z ZUUO a �[^III�JI 3zw� � /� ffi NS A�df�77S� � � OOz i \A\ r I �jFFSS WZ� W �p �maNtE�i I mW<&F Tl �mNp �� � y4 ��°°<• Nil W3ur u�.� 308�� KLS{�' •_ oZ�'f a FWAm F6 Ops }4( ~{I�7(i{ OO i��Jm�6 LTi�m 3 o� oma�i f l l l l-SS-ddd 10-dd -WON i�al 6 MP'Ldd\alo-4S\00V0\££OS0-0L\:!1 Milos --zo-.B-900Z'LZ-T Yr.rr ames� Mr...rr amosow 400ow lama r +rte■ ...W moomm ....o r.+r wr sommaw .rr.� i ° Qo � a Nrr a ?;SS gy�ni � > U� Pm W yy��a �h m C )2 2J <7 T ••� Z(^� Z O < m Wa<O L'O LLq j9 NIl\ �p, N NZg -�O n _L_ W u WQ tzJ 7 ` fa / H. 2dW 3� W2z �o:��F m UI` N � x l c�4o W �g of-A 60% o� is 4 m z _J Q '�p$t°vE ZQ-3 < ga d WOE o� '� F— <�- ZJ�ri' LyJ If n < <� �� O'��' �s � �� ^�aNN� aLL aJ � w r �aO4x DOES �u 03�°c �Dz ari y 0 U pmtp3DOp r ON matte 3 0��W Z H M W Y1 W Q \ Nm 9 Z W30 \\ £31ON 33S ° /. Q Q as L \\ � is F �aaB� V- 0 < 23 U rc�rc� fIJ LL- ?�a < z ° i 00 o \ tri LLJ � �� = z P �U�F r a 0.~ W pp Q i } o o a \ a kTavntxoaaav Rum �Y Q N U 0 W S O vs y H ° F S I io Nln,ZI NI11.9 �� N a Z N 8 a<o2 W0�� I W Q ! ¢ EY N o a H��z I 3 ys N UW qa Q ; �� W < �s�gZ3 W < - Nln.9 i 9 Q < mf°-rctMW H o= U N O I XVn.f :E I-,�. U U Z W a w� 2 w �� Q Z z U W tri I Q I ^ Z J n 0 I V(J y 2 O N 11 f > 26 W I y a_ I S N a�bGSW F=O '-III IIT- I z Y Q� �W.yr��jz o (� �°.` 9 I � U N x°J1` � PH 4z Q I iV `Iv .ilo O H io � Q I Q J Cai vWi5 n ��r �o I m 1�W fag UP U � x Ld am O NS P rc = z `� 8n 0 TJ z O a T °< Fx omp x Q W r � N b U)p of IW`Y N I N� i "NIn. Q Q�� F \ l < ¢U O N \� LLJ N i \ So F- Q0O Lt ° C) t MON 93S 00 LJ m 00 'o V) f 5 Ld CL < O (/ x g 0 o f z k' 6z U F °zd z XN 4y4 N W W J-JJI-SS-ddd 3WyN 103('Odd L0-10 WON l--A-1 -P tla\-W-4S\aaV3\CC0S0-0t\:a Holroe —t09-90aL,tz loom r r.4wor rrtNrlt wrr .....r WASUPW "NINO tr.rr rrMrrr .rllw.lr+ ..rr�lr m � < 0 / �f f Ji �Y[ J �J �f �fi F �W Q vc uj W x CL �� n N uj 1 FW J lie � u C � � C v S SN YC 8 fV o E cL CL , E a ILL Irotlio un y� / 4% _ N i•a 90.2 .L �,♦ 'ai0.L�y `,\ 710 ' I '\ i 0 .01 `:•�`, \ 7a0•,'" 'S 7 ' `v O W r / tlJaw.L � «b .� ��" .. �4' ,� � % naw'.r �9•i � �1� 'T �F- Z / N � � J \ `•♦ \� rylw�a\ I ' 411. ''°"'•��`� \\\ \,1J,F \\ I'.. ..,av•��.. �. ^Si� 1 I im„a `-\� �. I ,�. .: t 'ATM••�,� -'�,, s a o , osa A , top Bel \ I` }` LLL\\,. ♦( �i X: ./mil / c9`/ /- 600-0 1-33HS 33S - 3N1-1HO.LVNl 600-0 133HS 33S - 3NIIHDJ.VN 6£+S d1S 6£+5 V1S raw !W* !w pw pw !p" li" P ! "M pw w m pw pw "W "F "OW W[" VW[ 1Y� OMONE/ 4810.10 UM "Moom ..✓ vowsw fif Umffxnw ,..-~ r1omm lommm ,IIIImaw Immom glwwr wrluwllf a 4 J ^ 0 < G 3 7 F- �yj R ar b 0 LL°- CL `a CL W o � o n �w n i it 8 F a a \ / a �c / \ (n r 'W' AK $fit w !�► 11�IP 1�w ►w 7�' "IA 7lAR '1i1� '� X11 "� � '� �1R �"1®er � '� � +� %*W w wrwr sommrrr qm r emwmw irrw wrrdow aw"No w ftmm . 40WANO WAMMO UNNNOW wwor err Isomew ...Il.r ....� ....