Loading...
HomeMy WebLinkAboutContract gt- ROW 01, � _ � � 3/3/2008 } Shoreline Construction V­ymp PO Box 358 ^' 3 #f �� � Woodinville, WA 98072 $619,308.86 t tz a ,' ks r k b 7 � Lot l� 4' &• } man t Too lots' ` x 'eS } F 4 Eta vow 691 oil so h"Am WWWAT ANN,s 04 u = � � �RY3„� � •' ��'�. of � aNS .� r �- r V W, r RFC k°K u r '+ { ti rc£ rs4 ai ate, ow �°`^ s v x ` t e � £ R �. I Iona NOW u £ Q too" MAI � 3 .�' f 3=� as •��, ,� �.i t � �` SQL •vffi $ `� ^ Zia 1 7JR a '.5a `j On r v 4 s30 , r .. f c �a k3. �, .# TWO W= Wne b: o Wow.. a �{ WKWA e` b F t* r vv�� �ryk•d MAW.-E; at Shoreline Construction Co. General Contractors (206)483-0600 Fax(360)668-5133 PO Box 358 Woodinville,WA 98072 October 10, 2007 it Project: Duvall Ave NE Water& Sanitary Sewer Main Installation Name Description Phone Cell# E-Mail Fax# _Poug Suzuki Office Contact 425483-0600 206-571-3571 dsuzuki wsccwa.net 360-668-5133 Alec Andry Project 206-571-3572 alec andry@hotmail.co Manager/Emergency m Contact Don Beck Superintendent 206-571-7330 dbeck2230acomcast.net Dan Stocker Foreman 206-571-4024 dan2482 cocomcast.net Jim Binder Bonding Agent 253)3104068 206 948-3819 'b bratrud.com ilk i; L . � 7 . � . � . � � . 7 . � + � » . � 7 . � . � � 7 . . � . � r . am CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the 2008 Sanitary Sewer Repairs PROJECT NO. WWP-27-3298 4W December, 2007 BIDDING REQUIREMENTS ■• CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS " PLANS of wASy`� '� r 9 23169,." qtr O CG1ST �� c irr Are W raw to CITY OF RENTON WWP-27-3298 wo 2008 Sanitary Sewer Repairs CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids low *Proposal & Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims to Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance to ❖Contract Agreement (Contracts other than Federal -Aid FHWA) •:•City of Renton Insurance Information Form Kity of Renton Standard Endorsement Form 1W Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid go Certificate of Payment of Prevailing Wages WSDOT Amendments Special Provisions ■r Standard Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the �. event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. Submit with Bid ❖ Submit at Notice of Award CITY OF RENTON ow Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98057 rr ow err w to 00 rr go rri+ Sri ow rr rr to so err rr +rr CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 r 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 rrr reasonably accommodate the disability, of employees and applicants for employmer..t and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: No (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. or (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employmer.t 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 �r set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and aw 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. ,W 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. go CONCURRED IN by the City Council of the City of RENTON, Washington,this 7 ttday of October, 1996. C1TY OF RENTON: RENTON CITY COUNCIL: rr go Mayor Council President ,At est: ` +r. City Clerl ow my wo CITY OF RENTON SUMMARY OFAAIMCANS WITH DL&4BILPlIES ACT POLICY +rr ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- "" discriminatory manner. Personnel decisions will be based on individual perfbmiance, stiffing requirements, and in accordance with the Americans With Disabilities.Act and other applicable laws and regulations. +r (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions orgznized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall ' be the responsibility and the duty of all City officials and employees to earn, out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consult<<nts 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 r 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, r,r including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th. day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor Council President Attest: City Clerk IV g M. to go to 90 vi io to rr we so err 00 as do No aw WWP-27-3298 2008 Sanitary Sewer Repairs SCOPE OF WORK aw 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: Installation of approximately 711 linear feet of 10" diameter PVC sanitary sewer pipe, 993 linear feet of 8" diameter PVC sanitary sewer pipe, 4 linear feet of 18" diameter PVC sanitary sewer pipe-, 143 linear feet of �r 24" diameter Cured-in-Place sanitary sewer pipe, 368 linear feet of 6" diameter PVC sanitary sewer pipe, 407 linear feet of 12" diameter CPEP storm sewer pipe, 10 sanitary sewer manholes, 1 catch basin, 2 storm inlets, associated asphalt street restoration, associated side walk restoration, and associated landscape restoration. This work is to take place in four (4) separate locations; Shattuck Avenue South between NE 2"d Street and NE 4`h Street, Renton Shopping Center parking lot, the alley between Williams Avenue North, Wells Avenue North, North 6" Street and North 5"' Street and two spot repairs in the 2600 and 2900 blocks of Talbot Road South. Excavations for the sanitary sewer will range between 5 feet and 11 feet. Excavations for the storm sewer will range between 3.5 feet and 6 feet. wr+ Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 90 working days will be allowed for the completion of this project. .r +�r .r ow rr Ito +r aw rrr �w 4� I�u, 'I S 123rd PI 123rd pl, �_ W J v 124th S 1241h 1. N 6th St. N lh S1 ° c� Nw 6th St. PROPOSED S S 251h St Q a S 125th St h M NW 5th S. PR E T o ' N 5th St. +r q� � °� �A OJ C e � � e J o N 4th St. � �REnfO Z ❑� z �� S 130th St z Q Q � ❑� e it s 132nd St� ° - Airport Wo [� 2nd 2 d t o � o 134 <o RP S 132nd St a S Tobin St th St �70� Ave S ictoria o v> v a°�'� z�s 3 S 134fh Q d St S nd t r-- ow 0 ° o ° s � S 3rd S W Q 7401ii S7 4 id th / a�a h Ell /� Tu Q ` NO SW 5/h Cl Str s S ¢ l 0 SW 7th Si T N h oa ° O ill y�ih PROPO Fc,,,,J D SE Bih PROJEC � o E �Oih S1 SW G+ody WoY �I SS Sw S Renton Village PI S� Ow Gtody boy 51 1�th SW 12th Si. _ Q No � E S 16th St. SW 16th St S 151h St �o S SE 16th PI O > S 17th St o l > Q Q 18th Q J g O N 2 SW 79th St "' 16 S 19th St a aw J — Rolling 0 Dr �a F� SW 21s1 St _ Q S 21s1 St of 0 SE 2 S 23rd St SE le In v 6 Q =' v S 25th S1 < I SW 27th St SW 27th St w ° S 6t S L1\r 3. �n SE 164th St � S 2 th ti ti$r 3 SW 29th S ,� CITY OF RENTON SW 30th St PROP OS D it [ 2007 SANITARY SEWER PR a S 32nd PIS 32G MAIN REPAIRS Q is ��� to to INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Or 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 to award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be err 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. wr 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. +rr 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 �wr reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that s 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. irr 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 wr 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 fall amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. +w� 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. %W 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 aw A herein and as identified within Specification Section 1-07.18. ®w Revised:04/06 bh +ir 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. wo 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. w 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. ow 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. wr 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. wr 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 wr 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. rr 19. Pollution Control Requirements to Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall No comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. .wr ow Revised:04/06 bh +rr 20. 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 "2004 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transpertation," "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. wr 21. 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 wr bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. rr 22 Bidder's Checklist VOW ❑ 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. rre ❑ Have you submitted, as part of your bid, all documents marked in the index as "S_ibmit 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) err ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? w ❑ Have you submitted the Dept. of Labor&Industries Certificate of Registration form? rr Ow *a Revised:04/06 bh va CAG-08-012 CITY OF RENTON ww CALL FOR BIDS WWP-27-3298 2008 Sanitary Sewer Repairs Sealed bids will be received until 2:30 p.m., Tuesday, February 19, 2008, at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room 511 on the fifth floor, Renton City Hall, 1055 South Grady Way. The work to be performed within 90 working days from the date of commencement and-.r this contract shall include, but not be limited to: Installation of approximately 711 linear feet of 10" diameter PVC sanitary sewer pipe, 993 linear feet of 8" diameter PVC sanitary sewer pipe, 4 linear feet of 18" diameter PVC sanitary sewer pipe, 143 linear feet of 24" diameter Cured-in-Place sanitary sewer pipe, 368 linear feet of 6" diameter PVC sanitary sewer pipe, 407 linear feet of 12" diameter CPEP storm sewer pipe, 10 sanitary sewer manholes, 1 catch basin, 2 storm inlets, associated asphalt street restoration, associated side walk restoration, and associated landscape restoration. This work is to take place in four (4) separate locations; Shattuck Avenue South between NE 2nd Street and NE 4th Street, Renton Shopping Center parking lot, the alley between Williams Avenue North, Wells Avenue North, North 6`h Street and North 5`h Street and two spot repairs in the 2600 and 2900 blocks of Talbot Road South. Excavations for the sanitary sewer will range between 5 feet and 11 feet. Excavations for the storm sewer will range between 3.5 feet and 6 feet. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. err Bid documents will be available February 5, 2008. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://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.") If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson at 1055 South Grady Way, Renton, WA 98057 or(425)430-7279. 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. Michele Neumann, Deputy City Clerk Published: Daily Journal of Commerce February 5, 2008 r. Daily Journal of Commerce February 12, 2008 w irr r s go ADDENDUM NO. 1 20,08 Sanitary Sewer Repairs Project # - WWP-27-3298 40 FOR THE CITY OF RENTON, Revised Bid Opening: February 26, 2008 This Addendum forms a part of the Bid Documents and modifies the original Bid Documents dated December 2007, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. ;itle-lure to comply w' is requirement shall render the Bid non- " responsive and may cause its rejection:I Addendum No. accepted by: This Addendum consists of four pages, including this page. ITEM E 0 1-09.14(2)R Sewer Bypass Pumping(Bid Item 18) (page 53 of the Special Provisions) (Revise original language to include additional text as shown in bold type): Measurement for sewer bypass pumping will be per lump sum in conformance with the Contract Documents. iW a� Payment for sewer bypass pumping will be made at the unit price bid per lump sum,which payment will be complete compensation for all labor,equipment,materials,pumps,hoses, fuel,set-up,maintenance,removal, pipe, fittings,appurtenances,connections,water,cleaning,temporary pavement patching,etc.required to a complete all sewer bypass pumping for sanitary sewer work on Shattuck Avenue South in conformance with Q the Contract Documents. (Sewer bypass pumping for all portions of sanitary sewer work other than that on U) Shattuck Avenue South shall be considered incidental to the pipe.) 0 C 1-09.14(2)AD Abandon Existing 24"Sanitary Sewer(Bid Item 031) v (This is a new section-.) Ch 73 Measurement for abandon existing 24" sanitary sewer shall be measured in linear foot of pipe abandoned in �6 conformance with the Contract Documents. L5 Payment for abandon existing 24" sanitary sewer shall cover the complete cost for all labor,materials, equipment, concrete,pipe filling material (Section 9-03.22), saw cutting, dewatering, excavation,haul and o ar disposal of waste materials,backfill (native)and placement and removal of temporary pavement patching. m X X W N E N c � N Co a Q o 0 a W:\W W P-27-3298 2008 Sewer Repairs\Bid Specifications\Addendum no.1-2008 Repairs.doc p M W W as .r 9-03.22 Cement-based Grout for Abandoning Existing Utilities (This is a new section:) The Contractor shall submit a mix proposal, to be approved by the Engineer, for Cement-based Grout for Abandoning Existing Utilities prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: .+. Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. ri Schedule of Prices (Revised): Delete page three of the Schedule of Prices and Replace with the attached,revised page 3. Call for Bids (Revised): Sealed bids will be received until 1:30 p.m.,Tuesday,February 26,2008,at the City Clerk's office,7th floor,and will be opened and publicly read in conference room 620 on the sixth floor,Renton City Hall, 1055 South Grady Way. Addendum Number 1 is hereby made a part of these contract documents and its terms and conditions are fully binding on the plan holder and contractor. The contractor shall acknowledge receipt of this Addendum Number 1 by signing in the space pro Lided above and attaching it to his or her pmposal. E 0 Cd U +r Sincerely, Fg f} fohn Hobson a0i Project Manager a� E w � 0) Q U) C O rr c 0 U a� c `0 U- U C QQ O 4 N C t U X L11 40 N a m O do .� CV 0 W\W WP-27-3298 2008 Sewer Repairs\Bid Specifcations\Addendum no.1-2008 Repairs.doc p M r w CITY OF RENTON W WP-27-3298 2008 Sanitary Sewer Repairs TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: W 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, arid 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: r (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.) The undersigned certifies and agrees to the following provisions: ar NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that lie 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 shatn 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. Therefore, vendor hereby assigns to purchaser any rr and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, 1 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com to �r minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. air FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Shoreline Construction Co do Name of Bidder's Firm Printed Name Douglas u ki ,___� Signature Addres : PO 35 7/0 dinville TWA 98072 ari — Names of Members of Partnership: ar rr OR Name of President of Corporation Douglas J Suzuki Name of Secretary of Corporation _ Alec C andry Corporation Organized under the laws of Washington State With Main Office in State of Washington at 8315 — 216th St SE Woodinville, WA 98072 Subscribed and sworn to before me on this 19thday of F r ,may, *,��111111t///� s All P1AM1$�. �y Pu c in an for the Stateaslri►tgton 04 o SPrint)_ Margo K Faccini •4 rr - :Z• Ors 12--11-10 �. 0 anointment expires: ���j��►'9R ?SH.NG ```�``� ipUBL � Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com .s . w Y BID BOND FORM w Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here: Know All Men by These Presents: 4' That we, Shoreline Construction Co., as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound until the City of Renton, as Obligee, in the �• penal sum of Five Percent (5%) of Bid Amount(5%) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2008 Sanitary Sewer Repairs WWP-27-3298 according to the terms of the proposal or bid .r 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 therefore, with Surety or Sureties approved by the Obligee; or if the .r Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. +r SIGNED, SEALED AND DATED THIS 19th DAY OF 08. February, Sh elin C ru on Travelers Casualty and Surety Company of America t,- _ _ Surety ��- do Anne E. Strieby, At4 ey-in-Fact Received return of deposit in the sum of$ r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ 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. 219161 Certificate No. ®O 1 Q 9 8 3 5 5 7 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of t:ae State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporal ons 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, Karen Swanson, Kip W.Vandeventer, Brent E. Heilesen,Anne E.Strieby,James B.Binder,Peter J.Comfort,Jennifer L.Snyder, Lisa Kerstetter,Julie R. McGee, Kami C.Allen, Peggy A. Firth,and A.Noreen Jacobsen 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,recognize.-ices,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. ilk IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 26th day of September 2007 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 �GASU,��� � �TJ• Jy F10.E�4ki \*N �NSG pl,�XSUnigk PItV ANp u��M r".O ,oaP°'q'�b"ci °�°Pjo * Q� may` Qo:--....... J�f�c,J::............•L't g� y� •/�/ Fry �y�F 91982 O 191/ M<:�IFatAtCD 921 m4 �tcOR a_.R4)F;m iWlGpFPORATE�; °P 9w Z s l is .n's a HARTFORD. � fl(RTFOgQ � < A91l6 SBAL W coHH. l�cosn. N less r, + x. tea, AI..�o, '•�d:. ,•'D' >Or� f,/ O•r day. rr � � 9jF � '�,s c�' ls`»N�L f +:qo.•.. a �a ..:H�yi% ��AtN� Opp ���n„nm �s �tg... ..•��a yt Fd State of Connecticut By: City of Hartford ss. Ceorg Thompson,(nior ice President On this the 26th day of' September 2007 y ,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. 0.7 T In Witness Whereof,I hereunto set my hand and official seal. ' My Commission expires the 30th day of June,2011. �0l/8U� * Marie C.'Cetreault,Notary Public �s 58440-5-07 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 i 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 of America,and 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 executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of F=C 20 C7 Kori M.Johans Assistant Secretary io ,,fit �"'po•D 16 O �� L f• 6 9: r.0°NPOR�FE�y 'QU pP°RA C-' u 9 /j +-� 6c+ wDORPDftATED Yc _ m4 �? �. m iW'c°__TC':jO 3• '`''� i �M�qy� r 6 # 2,,,ys�- c°�'� d�.........� ! v.'.. `as s ar �°..„.• .is �1q� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.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 do do Department of Labor and Industries Certificate of Registration Name on Registration; T Shoreline Construction Co Registration.Number; SHORE__C*374N0 Expiration Date: 10/01108 d Note: A copy of the certificate will be requested as part of contract execution when project is awarded. go 40 ar are do +rr qtr rr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com rrr 4. CITY OF RENTON PUBLIC WORKS DEPARTMENT AN SCHEDULE OF PRICES 2008 SANITARY SEWER REPAIR PROJECT (See Section 1-09.14 of the Special Provisions for Information on Bid Items) as (,Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where confiictconFlict occurs the written or typed words shaft prevail.) ITEM APPROX. ITEN't WITII I_TNIT PRICED BID UNIT PRICE AMOUN-F as NO. QUANTITY (Unit Pi-ices to be Written in Worcls) Dollars C ls. Dollars Cts. 001. 1 Mobilization & Demobilization (not to exceed 10% off al bid) rr Lump Sum $ au�L�i6/ tLSA.�e � � .��` . per L p um (words) figures 002. 1 Trench Excavation Safet S s s Lump Sum ��. Iy1Y SA4jo per Lump S&n (words) figures 003. 1 Construction Surveying, Staking, and As-Builts Lump Sum � ,,, _� ��,�, per Lump Sum (words) -'figures 000 0 004. 1 Traffic ontroi Lump Sum / &#,�eVts�/SIOI�p�I,pc-�o.�J of oaD. per Lump/Aum (words) figures 005. 1 Temporaryy Erb/Sediments ' n Controls Lump Sum $��Vd /AIM&I .�� [.L,a�1 qh per Lump Sum (words) ' figures 40 006. 1 Land apciR oration Lump Sum $,��dOLrKIa�� ../LY•1. .j gCCM,zM _-5- per Lump Sum (words) figures rr 007. 2 Re-e blish e istir g Monume is Each $ QQ ,�1j_ ,�.7 per Each (words) figures 008. 1,708 Televi cn ins ection of Sanitary Sewers Linear Foot $ 66 ar per Linear-Foot (words) figures 009. 143 Furni and'I�stall Cured-in- lace Pipe Linear Foot $./u/c. AV4 p ap 4/0AV Zao. go per Linear Foot (words) 7— figures 010. 4 Fur fish and l tall 18-inch PVC erwer Pipe Linear Foot $ 1110- "o per Linear Foot (words) Tigures 011. 711 Furnish and Insta 10-inch PVC Sewer Pipe Linear Foot $ r per Line oot (words) figures 012, 993 Furnish and Install 8-inch PVC Sewer Pipe 40 Linear Foot $f�V 'Am 70. ;/O per Linear P6ot (words) figures go Page 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com 40 CITY OF RENTON PUBLIC WORKS DEPARTMENT a. SCHEDULE OF PRICES 2008 SANITARY SEWER REPAIR PROJECT (See Section 1-49.94 of the Special Provisions for Information on Bid Items) (Note: Unit prices for all items, all extentions,and total amount of bid most be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE. AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. r 013. 368 Furnish and Install 6-inch PVC Side Sewer Pipe Linear Foot $ 0t k 06z . S' Z5 a7zo per Linot (words) figures .+r 014. 3 Furnish and Instal 0-inch Sanitary ewer Manhole Each . 16 �61'OrLS'A�clo '� __ U per Each (words) figures 015. 3 Furni and Insta 664-inch Sanita Sewer Manhole Each $ r �/6►!][l f1Qsd �r e12J X00. per Each (worms) figures 016. 4 Furni and Ins 148-inch San��tarry Sewer Manhole Each $4,V6 /�artsr � �i —Al�.l per Each (words) figures �r 017. 1 Furnis and Install Sewer Cleanout Each /S3./i)G do �LC_r0[Z� per Each (words) figures ar 018. 1 Sewer Bypass_s._P.uu ng Lump Sum $,,C Y�.C! /�Q44CA..AA;7 t�)Fx.c A"u v0 r per Lump Sum (words) figures 019. 2 Con ect New Sew Main to Existing Sewer M hole Each $ d '') Pat , per Each (words) figures 020. 407 Furni and Ins {i 12"CPEP Storm Pipe Linear Foot $ oe-}U .07Z� r per Linea/Foot (words) figures 021. 1 Furnis nd Install ype I Catch Ba Each $ l000 .O*Q O, per Each (words) figures 022. 2 Furni and Install Storm Inlet Each $ Lf W&.-/ 4_1 /_%. Z,4_j9jV per Each (words)) figures 023. 1 Cco ect New Stc Sewer to Ex. tech -Bas-inn s Each $ '` �,//e�(�L1S _� > per Each (words) figures. 024. 500 Removal and Reallacement of Unsuitable Foundation Ton $ 49 & A 0c) D per Ton (words) figures Page 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vw✓w.bxwa.com 'r CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES �.r 2008 SANITARY SEWER REPAIR PROJECT (See Section 1-09.14 of the Special Provisions for Information on Bid Items) (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures ' and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO.' QUANTITY' (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 025. 3,000 Select Imported Trench Backfill Ton $ [J.--Ae /NDGLAR OO , t7D. r per on (words) figures an 026. 1,200 Alpha Patch Inca ding CS ve Sq. Yard $ ' per Squafe Yard (words) figures _ 027. 815 3" De2q.Asphalt All ebuild " Sq. Yard $ per Square Xrd (words) figures Aw 028. 1 Replace Pavement M kings and Tra rc Buttons Lump Sum Qg��,r( 5 � 1aRJ 'DOD.a0 per Lump Sum (words) figures 029. 60 Remove and Re ace Concrete Sidew Ik and Qqveway Sq.Yard $ 'r✓'D•On E per Square Yard (words) figures � c� 030. 300 Remo and Replace Concrete Curb and Gutter Linear Foot $ p per Square Yard (words) figures CD 031. 615 Abandon Existing V Sanitary Sewer (U Linear Foot per Linear oot (words) figures Q Subtotal 9S o it 8.9% Sales Tax &I s. o U Total 0, X10 `O LL U C QQ 0 O N U C N (B U 0 U a W fill O N N O N Cc U O 4W Page 3 U) 0 M � N > �O (U n- n ow CONTRACTS OTHER THAN FEDERAL-AID FHWA do THIS AGREEMENT, made and entered into this 4y 4A day of M&L44" , 2008. by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and SHORELINE CONSTRUCTION CO., hereinafter .0 referred to as "CONTRACTOR." WITNESSETH: 40 1) The Contractor shall within the time stipulated, (to-wit: within Ninety (90) working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-08-012) for improvement by construction and installation of: 2008 Sanitary Sewer Repairs,per the"Scope of Work"included herein. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications, if any WA .. 00 err IM 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as do will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten(10)day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the n 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, 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. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. 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 employees. ;rr W:\WWP-27-3298 2008 Sanitary Sewer Repairs\Bid Specifications\constructioncontracl.doc Ar Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, to then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the 40 indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or do termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be as 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 Ninety (90) working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of �r 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 wr 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 are 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. to 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. W:\WWP-27-3298 2008 Sanitary Sewer Repairs\Bid Specifications\constructioncontract.doc all 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 $568,695.00 numbers Five Hundred Sixty Eight Thousand Six Hundred Ninety Five and 00/100 written words PLUS Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. r IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. �r CO C OR CITY OF UNTON Presi r/O Mayor Denis Law ATTEST 'W Secretary Bonnie I. Walton City Clerk dba 4' Firm Name check one ❑ Individual ❑ Partnership Corporation Incorporated in AA y do Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and 40 Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. so 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. ar .w W:\WWP-27-3298 2008 Sanitary Sewer Repairs\Bid Spec i ficati ons\con structi oncontract.doc SHORELINE CONSTRUCTION CO. General Contractors SH-OR-EC*374NO �+ (206)483-0600 Fax(360)668-5133 PO Box 358 Woodinville,WA 98072 lib r+ RESOLUTION "RESOLVED"that the President of Shoreline Construction Co., Douglas J. Suzuki, Vice l Secretary/Treasurer Alec Andry and Don Beck is authorized to sign contracts and other documents requiring a signature of an officer o the company. This RESOLUTION without meeting dated October 30th 2007. Signed and sealed with the seal of the corporation this 301h day of October 2007. � v Secretary Signature of all members of the Board od Directors o ted withgut Me ing) ` I L t> If av; i - Irai Pli I�dl I j `- FC :�--► " F I O � �- � i V ,till � iQ OOD4 i � N w0 I I ta; HcnW � alQ 1 .40 c :w x000 xu "" W crab Ag No I �r i x I o ' 1�Y o CITY. OF RENTON 8USINES'S LICENSE Expicatioin Date Finance Division 12/31/2008 1055 South Grady Way Q Renton, UIIA 98057 lssued,bates License # (425)430-6,0§1-, 1011,0/2007 BL.022527 Business Location PO'BOX 35a' $jljjng Cg0a: ocl-a WOODINVILLE,WA 98072 Lionsee, has appiied for a City of Renton. business license in 4ceo rdan ce with Renton 11%funscipl Cody(the Cocie), Title-V Title-V Business, apter 'S Business Licenses The Licensee swc�RELI E,cONS r�ucTloN ct? Chagrees'to comply with`all requirdments of the PO BOX$58 WOODINVILLE,WA 98072 Code, as well 45 4tate laWs and re'guIat onS aPplicable to'the business-aeti�rrt�1iQensecl. Post this License at the place oflusiness. �rr _ air �y O CITY OF RENTON FAIR PRAC:TIC'ES POLICY AFFIDAVIT OF COMPLIANCE irr Shoreline Qnstruction Co hereby confirms and declares that ( Namc of contractor/subcontractor/consultant) arr 1. It is the policy of Shoreline Construction Co to offer equal (Name of contractor/subcontractoriconsuftant) 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. Shoreline—Construction Co complies with all applicable (Name of contractor/subcontractor/consultant) fcdcral,state and local laws governing non-discrimination in employment. It. When applicable, Shoreline Construction Co will seek out and (Name of contractor/subcontractor/conultant) negotiate with minority and women contractors for the award of subcontracts. ar Douglas J Suzuki Print Agent/Representative's Name President qtr Pant Agent/Rcpresenta e' Title do A enta t ,t ure 19 February 2008 Date Signed i Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this documents) with the contract. rr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com Client#: 111944 SHORCONS1 ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) P 03/20/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brokers, Inc-Tacoma General 253, /59. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR rlr 1201 Pacific Ave,Suite 10001 , 75'Z, �`) ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tacoma,WA 98402 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Transportation Insurance Company AN Shoreline Construction Co. INSURER B: AMERICAN INTERNATIONAL SPECIALIT LI P.O.Box 358 Woodinville,WA 98072 INSURER C: Continental Casualty Company INSURER D: Vol 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. LTR INSR, TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MM/DD/YY DATE MM/DD/YY LIMITS A GENERAL LIABILITY 2083940449 10/01/07 10/01/08 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED occurrence) $100.000 PREMISES(Ea CLAIMS MADE FX_1 OCCUR MED EXP(Any one person) s15,000 X PD Ded:5,0 0 PERSONAL&ADV INJURY $11,000,000 GENERAL AGGREGATE s2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2 000 000 POLICY X PRO- JECT LOC C AUTOMOBILE LIABILITY 2083940404 10101/07 10/01/08 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY 2083940418 10/01/07 10/01/08 EACH OCCURRENCE s4,000,_000 X-1 OCCUR FI CLAIMS MADE AGGREGATE s4,000,000 H DEDUCTIBLE $ X RETENTION $10000 $ WORKERS COMPENSATION AND 10/01/08 WC STA IT 0ER A EMPLOYERS'LIABILITY 2083940449 10/01/07 10/01/08 E.L.EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Wash Stop Gap) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 +1r�B OTHER Pollution CP02458084 06/12/07 06/12/08 Pollution Liability I $1,000,000 limit $10,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE:2008 Sanitary Sewer Repairs City of Renton and its officers,officials,agents,employees and volunteers are included as an additional insureds per attached.Coverage is primary and non-contributory.Severability of interest clause is included. Waiver of Transfer of Righs applies per attached. CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF,THE ISSUING INSURER WILL Rt q(KRXjk MAIL A5_ DAYS WRITTEN Public Works Dept. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,MXX" X 1055 South Grady Way 7N1MRMR7Q1IlQJII3IK"]tXDN6KMMAXXXMXIPJQI(RN6CI411€KSMKIb67IR9CE67 XKXX 7 Renton,WA 98057 XF3FAYA0a0 XR,X AUTHORIZED/REEPPR�E_SSENT_ATTIIVE ACORD 25(2001/08)1 of 2 #S212494/M190904 SXH00 © ACORD CORPORATION 1988 CNA G-1 7957-G AW (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.I. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: As required by written contract. (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to These Limits of Insurance are inclusive of, and aw include as an insured any person or organization, not in addition to, the Limits of Insurance shown including any person or organization shown in the in the Declarations. schedule above, (called additional insured) whom 3. The coverage provided to the additional insured you are required to add as an additional insured on by this endorsement and paragraph f. of the irr this policy under a written contract or written definition of "insured contract" under agreement; but the written contract or written DEFINITIONS (Section V) do not apply to agreement must be: "bodily injury" or "property damage" arising out do 1. Currently in effect or becoming effective during of the "products-completed operations hazard" the term of this policy; and unless required by the written contract or written agreement. When coverage does apply to 2. Executed prior to the "bodily injury," "property "bodily injury" or "property damage" arising out ®„ damage,"or"personal and advertising injury". of the "products-completed operations hazard" B. The insurance provided to the additional insured is such coverage will not apply beyond: limited as follows: a. The period of time required by the written +r 1. That person or organization is an additional contract or written agreement; or insured solely for liability due to your negligence b. 5 years from the completion of "your work" specifically resulting from "your work" for the on the project which is the subject of the to additional insured which is the subject of the written contract or written agreement, written contract or written agreement. No coverage applies to liability resulting from the whichever is less. sole negligence of the additional insured. 4. The insurance provided to the additional insured do 2. The Limits of Insurance applicable to the does not apply to "bodily u Pp d " Y inj rY,,, "property additional insured are those specified in the damage," or "personal and advertising injury" written contract or written agreement or in the arising out of an architect's, engineer's, or to Declarations of this policy, whichever is less. G-1 7957-G Page 1 of 2 (Ed. 01/01) to G-1 7957-G (Ed. 01/01) surveyor's rendering of or failure to render any which also has insurance for a loss we professional services including: cover under this Coverage Part; and a. The preparing, approving, or failing to (3) Agree to make available any other prepare or approve maps, shop drawings, insurance which the additional insured opinions, reports, surveys, field orders, has for a loss we cover under this change orders or drawings and Coverage Part. specifications; and f. We have no duty to defend or indemnify an b. Supervisory, or inspection activities additional insured under this endorsement performed as part of any related until we receive written notice of a claim or architectural or engineering activities. "suit"from the additional insured. C. As respects the coverage provided under this 2. Paragraph 4.b. of the Other Insurance Condition endorsement, SECTION IV — COMMERCIAL is deleted and replaced with the following: GENERAL LIABILITY CONDITIONS are amended as follows: 4. Other Insurance 1. The following is added to the Duties In The b. Excess Insurance Event of Occurrence, Offense, Claim or Suit This insurance is excess over any other Condition: insurance naming the additional insured e. An additional insured under this as an insured whether primary, excess, endorsement will as soon as practicable: contingent or on any other basis unless a written contract or written agreement (1) Give written notice of an occurrence or specifically requires that this insurance an offense to us which may result in a be either primary or primary and claim or"suit" under this insurance; noncontributing. (2) Tender the defense and indemnity of any claim or "suit" to any other insurer ar irr wr do r G-17957-G Page 2 of 2 (Ed. 01/01) .r AN Policy Number: 2083940449 Commercial General Liability CG24 04 10 93 ar THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY 1W AGAINST OTHERS TO US go This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: "SEE CERTIFICATE ATTACHED" �r (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV—COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the"products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. �r .r 40 GzY City of Renton + 0 Human Resources & Risk Management Department Insurance Information Form FOR: �'1 'r?: i n P. �. ,�i� , i ! 1 PROJECT NUMBER:WWP-7.7-3298 STAFF CONTACT:Michael Benoit Certificate of Insurance indicates the coverages/limits specified in ED-Yes ❑ No contract? 0,<-, i ,o, r„ J Are the following coverages and/or conditions in effect? ❑ Yes ❑ No 40 The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes [a"No General Aggregate provided on a"per project basis(CG2503)?* ayes ❑ No *r Additional Insured wording provided?* Yes ❑ No Coverage on a primary basis and non-contributing basis?* ayes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑'Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No *To be shown on certificate of insurance* ar AM BEST'S RATING FOR CARRIER GL � Auto Umb Professional 4W '.. This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF AN INSURANCE. The CITY OF RENTON, at.its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Completed y(Type Print Name) Address Co pleted By(Signature) ar Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE low 40 so t - Fa ` e' a �r }� ',F ` i ��€ y.d- �° 'fit"�'yx- '� ' x'' r "t ,.t. A+u .: A '+' # . mss,£x,"'r k �.'r. �Szza.. ?`?,ts#'" �:'?i ka * s r �t *�L �`tti j v i'"' ^` ' M �'' :P ��3v_ �`,. ', - f3 a ,,��,- �,,],,,,�z � , I I ,, � ,� ,�11'1-,W�" ,�"-' X: "a i�� I a I c. y r- . , 11,Y alb f { t �' l " '' � Esc . � W, d }Y }R�x yy �yib. k� " k '' t 6' Zn�2 ,:�"etya ti s k-Ir 1-1 4 4 k . � erY, r F. `i ce' "' ,, - .y , " ,4 ,I s t r : c-� - - I k -��,I!l- - - - " - ---- � - , ' ', - -� ,,". -;' ': '' ,,���, ---�,��.,�. - -. -: � , 4 �- . ,- ,, ,-11111 , �� r 5� � -- ,� �, �, " � -7r 11 ", 1- � - !I , - , �11 ,1 - - "�` - P-,V"`�t z, '' 'z+ ..� a I � ;, - ,�f!-��lln-"�-,�,,��ll""�',�i��l,�,, ", ", I , � - - I �� 11$" 1 S. a j j t Y I ' ll , � �, - E RA I - I I , , ,"I'll , -,;�,, I - I I ;, " �, I I " , - - - - - " I --`",..�-A,`, � , , ,,,�4, - "�'�,�,� �'��-,;,,�:Z.�����,�;,�,<�,,�,',, � �.,',%:,!�,�,,, �'�,�'�,-�'� - , , ,:, ", , , -,"�"n",041�, , ", � �, ", �- 1'1� -1 I . -I. '' _"� -1� I - , , -:� ,;� - - I � -, -, ,-,�-,f-', - -�1' ': ". A,',R71,- - , " , " ,�;",�',' `- "' " ';" ­�� ---,�',--, � , , �.`��' - -,-, S,-- �� �-,,, -, ""., I ' ' - - ` �� - I - I 4 - I - - - , ­ 11'', 11 I " -, ,. -, - -,,,-�, , � '"'. ,- - -",- � -,- "'," I 111- � ,, ----d ", , , ",��f,�-:�, :�:`,-- I-, ;: ` , ," ," 1, 1 '1,-,� - - I I I I �� �-',, � , � - �-- �;ii�"TI��i"�,"�'ll�!�,,�_-,,� , ", - ` -, �� - 1:��,� --,-->�'D-I-r- �-I: ,W- - -� - ''---�,, � , , ,"", �;� ' '; I ' ll - ,� - -111-1 � ,� - :1, , � ",k+ 4' 5�'t h , � - � , ,,y# Y k $ ,� ` �-,­-, ,, , - , " , I I - � - I. . I � �11 11- �,, "i $ 5 I I 1- 1 I - I -:- - � � -1 I I - , : , - - - 1- �, �,-"�- � �,,,_�­ , '!���. , -- ,�� 11 � ��,, ,� � -�el- _ I - : ,-, , ,,�,� �,-[,,-,-,,�,';,�,@-�-:�l - � , , -.- I ",", -1,�-,,_� � �, ,-,,-�,,- ,� , f , ", - ' ' , I - �, -`- - ,,,,,,,, - --,"j- -_,," -- - - :, ll� 1, , ,� -_ ,,-�,' ,-, -, -11,� !� , , - � :� , . - I 11 , I --1 -1, - , - � , �, ,"t - ­,� , -,--�,, -��',',� 6 '� 'f £. p � - -,, 2 ,:�-,'i,''�- ',,-,- ,, --- - - ,� �,�, - �� 1-1 11 ,,, , , ,, �� ��,�4-�- , - , .11-, ,�-' ,' ' -,,�5,-- - "A. ,� ,,,,,,--,�,,,,,-, -�:�,� -� --l"' , , I �1111*77 11 � 11- I ­ 1 - -��,:�,;_,�-:-'� � , � � - I 11 -1 �-. -, -;WM"'-J;- ---��4�,',-,,��, .:�,j:',,,,� , , Ne g , �- ,� �- ,,,�: ,� , -�,.:�,'t�,','�_ -- , -� I 1. , " Vl� - "R�'Ok! A. -��-,k",--,--", - -', ,',�_-'��- ��:,7 - - - I - �-,- , V4`4,-,�i, � -:�,�`�V�� �- `,- - - �­,-- ---�,,�',- , I - I ,,,, I?11� , - . �� ,': -,"", - I . , `S,,,,� � "ul -, � r'f,' , ,'�, , � � - , ,:,��,"' ' -: � ,,,� , - I -- -, I � I I , '' ': � "', -i�-�,���,, -, - � � ` : , - - I :1-1�1-�:,� ��l ''",- -2- ,_ � � I ,�,� I , , , " - -11 I I . ", �� 11.K ,',e AY'W>� 3 3 ? k C' ,- � � - , I I I - : � �, � .��:, `%'��- - ,,,- ��- - ,��'�_ -�-','�' � ,, , -, �' - p3y" ; P', " - , ,�, ,�4 ,-, " ,,". A , -�;� -�1`11'1-" I - , I r�, , -- : ----,,'-�,� ,1'1,�, 1, 1� � � �� - - - , �:, ,� � I L I- , � ,� I I -", ,I - ,�: , - -,,�,�:�� I , , : , � �',j--- , -, -,�, -1� , � - �­ � 'k,--',",, "-."-,., - , -, -'-, , � ", ,-,` ��,:-�, � , , . - - � 11- � , - , �-�'�I' ,_,,�, _�. , � _ I 1: � -,."�,��,-�-',---­, - , ,� - -- - " I I � �, - "" - , , , - - ,� ,�," - �,:_ �� � � , -, I I ­ ­ � - - : �',,_� , - - I 6�x` '5 �a } c s.. n,5,�, : �,,�,�`- "",- ,�-�� I , , , ,,,, , - - "" , I 11,�N,� 'Vz,,-;�,,v,',%R� 't, - -1111 - " I , '� , _�-,,i�,-,,�:��,'i-ll - - ,-,Ill� -1�P x ---�� '�;,', ,,,,,s , - '" " �' - �� I - I . , ��,,- "�r,:�,,��'l,"--�� '4,�;i,�""� ,� �- -1 '--l'-,--, � " `�"':, �,' �,:� ,-� ��I�I "; I � I I I I . I - - s, � -�� - I I I-- -, I I I " I I - - - � , - ;, ,,-,7,, _�,-,,�­-- -,,.-,--, ""I' ' " __ I : �,--,-, , , ,,,I,- �, --,� �" :-- , � ," ,,, I'-- . 11 -1 - ,1111-,� 'l- 1­1 I,', - - �1 - - I 11- I �� ': � ""'' - � -- ll� .1-1 :, , : 1, - , . - , :�, I I I I 1 � ' � I Pt�l,111 11#p S ¢ S 5 k'- ''I' � ,- -,, -,,, ��,,',,� ,," - - 1%,, -, � � � I , - �;,� , . " , �, " , , - -' ' , �l " I � ',�', "11--l", �� ;: I - "- , , , �, . � I , � ;l 1 : ,-, -'l, - � - � ., . � - -,��--�,-": :�-�-�� I'- Vi""l-k , I'l-0,1, ,-.,. -,�� - ,s� -,��',�,� ; � I" I I , L f - � ':,' ",I �, ��� : ,,, �:, X,'�': ", , ,;� �- �l , ", "I " ., I , , - -, � -, , 1. � 1� -, ,� " i", ,, -q--A, ,,j--,'-- - � , 4 ,: , , - , - I - I . - I ,�'I, 1-1 - - - -1- 1 - I _ ,A , I , I � -� I - , � �,,i,-,,q ,-c""', -��";��,'X- �, 'I, , , , ".,I , �,, " , " "'iO,�x"",-, - - - . .�� I "" - -,-,11-1- ,zc. e -c r' :k ' 1, �"" �, � � ,,,, 7",,,�,,-�t,,-Ir,,1 ,C,�,�,���,��'��,',',�,,�.-,,,'�,",�2��.,,-,� ,o ,i -�,�'l,�, , --,,;�',,,"�',�-,�:,"���I"IN ,�f p'- - -E v, �: --,,, ,'-,", 11 I I N"? t A' A 2 .5 -- -� , I r - -Iw-,��l�iO , -- , X. ---�,w"',h t I I � - ,: , 1�11, �-, ;�� - -- ,, I I'll '. I I' ll, 11 - -1 - - I � -- - I - 11' ' � � , ; I � ll� , � I � -11 I . -,�,-� ��,�- -�'-'-� , -� 1 . -1 � � ','-1�, �: , -11. , , -, 1� ,�-�-- � -� 11 , -11 �l I :_ - e, I I .-�,- I I I I � ��- ,�� 11 , -----, �l I -1 � 1, 11 - - �, � I - el- - 11 I � �- �, ��1: I "I ' ll � - � " - y I � � i I E -','9,; �,�% -�t,w,,�.'�&�;��,,, - M, � - , �- - 11- � ;, I I I I I I � I I �,�,I�,��,,,�, ", : I " , ", , , ,�,�': , , , "I" , , -- - , , , '. , " - - - �-,,I,i,-"�-� � - - , , I I I - , , , � - I 1 , I �: , ,',��,'�,���;"""-,�,�,_,,,' , �:, , ,,, - -�,�', �-, 'I - -A,5� - , - � � , ��"----,-,-- �- �"" , - , '-,��-,-,7 I I L -N3-t-,-,,',-",, - � - -- --�j",:"' ---'` I- ,, ��-:�",,.�'l � I I—, I -- I'l - I I - -1 ", YX f , � f 't ,, , A ,��`,, - , ---,��:-,�` �:,��- I I - -, - '-,��-'l - - � � I " " I , , " I --, I _; A R- !"'i,,'�,",�,F�""",�""","�' ,�--�t',�.��,��,�l��,,�,�,,, �, ��,",�,,,�,],�� � ---'�24� - - I I - a '" ' k` ' ."'."-, -­ ­�_ ­ -, I !, j ,- I � �- l-', ­­ �� �- � '' ,�� 1�, � -,� : , � � I - I - < - �,11�1- - , .11 - I ,- I �. , I I I � I �-a: -I- I 11 - � I I I I- 1�1'I � -'�,,� ��, ,, - I � , ��:, " - , ,, 11 I ll� - - 11 tv 4t,,',,,--Ni�,�-'�-���!,�,-���-,.�t�.,-,,�,-,-;,,�-I'l"ll� ,� , ,- -- �, - ,, � ,-,,,�,,', -:�, ' . � I I I I I �,,' �;,,�,-�, : , :--� ,:��,� , , � ,�l , '��...... ��, I-- ;l I - -, -1 1, 1,1 I - I �, ,; I � I- - zl I I I � 1, �11 -1� � , , , , " , , I , ". - 11 �- , I " , �- ,�- I - I � , - - , , - """` �� - - �l _,�It --.1 � , --- -�� �. �,� ,�,,��--'-'," �� :,� , I I ". � � ,, �:-, - ,- I ,�;� �, : � I , - � I k ,-" I - �, � - ;:: � �, , , , � �� - le�L'��,�'�,,.�-,�";�-:"""",�,,� _ � 11 - , � 1, :, I" - , -�:", , " �l , � 1, , � , - : ��'' I - � 1, � I � I �, I I I - �l �,, -1--1 - , - - - , � I I I -1 I , -: , 11 - 11 K-� iZU A�A,A,,-� - "',�', - , - lj�; ,��- I I � - 11 - 1, . - : : ,�-,� L, : � , , "I I "I ,A VIM,g. -�t';-,�, - ;� , ,, I 1, �� , 11��s c ll-g, 1-,Nllpig,�"-,;>�",�,,�-. � �, , �� - � ' ,"f ;l I I I , I- , 11, ,�,-,,:,-,�,�"1 : �" � I", K�"I I � : � , , � , , ,-, I - . I '' 11 I I I . 1, , I I I I % s� r - " I : � I 1, , - - , �11 O ,il,� �'Ilsj',l I ,I 11- ,I ` ��'..I-I,nl I �� W.�I, ��.��-,11�1, . �(-,-��? ��-,'. -111 1-- , i; .g _- I ,tft-,�,�,,*-,q ­r -"�,'-�-­'l I,, ,'' � � "',, 1 . '-',,�': -,'�,o h n I I I I � ,,, I , 11 I� �t � +}. L . A- � I ,;,� � , �-- " ,�, ! �' - � -, -1 -, 1:� ,� -If� F p ��r :��,.,Qf� I I I . , 1 -1 - I � I - ". � I - : �, 'All ;, xaa w r I- , .sa ?w r 'x " ,- -, I , , -: '' ' ' ! , -., 11, 17 - , - -1 , , - I � � I I . � I I'll - I - � �', -:� , � I � I�,�%': "��; I , �,,�� ��p,�`,-"'5�-�:,�, , I I I I I 1, I 1� , , -� 7 -1.-", ,�;-'�', , -.�, � -a Y �` S - 'i" -1-- 4 4 1: . I � , - 11 �pl 11 , ,:� �,- - - I -- "�I,� �' �" , �-1 z�11 I �'l �::��,',,.!-- � � y , ,r�I-,f� Lt,w.ws eta.. _ t4... x a __ r a ,ilr w,a, .` .. .. .. _ 11 I . I - - � rrr State of Washington DEPARTMENT OF LABOR AND INDUSTRIES r Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note rr Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEYLEVEL $36.24 1H 5D yr BOILERMAKERS JOURNEYLEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEYLEVEL $43.75 1M 5A lop CABINET MAKERS(IN SHOP) JOURNEYLEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43.91 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43.85 1M 5D DRYWALL APPLICATOR $43,79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1 M 5D FLOOR SANDER $43.75 1M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D SAWFILER $43.75 1M 5D SHINGLER $43.75 1M 5D STATIONARY POWER SAW OPERATOR $43.75 1M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D CEMENT MASONS JOURNEYLEVEL $44.58 IM 5D DIVERS&TENDERS DIVER $85,75 1M 5D 8A DIVER TENDER $44,22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 IT 5D 8L ASSISTANT MATE(DECKHAND) $44.08 1T 5D 8L BOATMEN 44.59 IT 5D 8L ENGINEER WELDER $44.64 IT 5D 8L LEVERMAN,HYDRAULIC $46.21 IT 5D 8L MAINTENANCE $44.08 IT 5D 8L MATES $44.59 IT 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS r+r JOURNEYLEVEL $43.59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEYLEVEL $18,69 1 *W Page 1 ■m KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55.05 1 D 5A CABLE SPLICER(TUNNEL) $58,86 1D 5A CERTIFIED WELDER $53.16 1D 5A CERTIFIED WELDER(TUNNEL) $57.15 1D 5A Wrr CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEYLEVEL $51.25 1D 5A JOURNEY LEVEL(TUNNEL) $55.05 1 D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION y� CABLE SPLICER $54.37 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.89 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A for. LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.89 4A 5A ELECTRONIC TECHNICIANS rr ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEYLEVEL $31.01 1H 5D 1w GLAZIERS JOURNEYLEVEL $43.76 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS �. MECHANIC $46.13 1s 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS rr JOURNEYLEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEYLEVEL $9.10 1 INLAND BOATMEN CAPTAIN $38.04 1K 513 COOK $31.90 1K 5B DECKHAND $31.59 1K 58 ENGINEER/DECKHAND $34.37 1K 513 MATE,LAUNCH OPERATOR $36.02 1K 5B +rr Page 2 rya r. KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over rirr PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 aw TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $43.75 1M 5D IRONWORKERS JOURNEYLEVEL $47,92 10 5A LABORERS ASPHALT RAKER $36.75 1H 51D BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D i CEMENT DUMPER/PAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D w CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCKTENDER $36.24 1H 5D CLEAN-UP LABORER $36.24 1H 51D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1H 51D IOU CONCRETE SAW OPERATOR $36.75 1H 51D CRUSHER FEEDER $31.01 1H 5D CURING LABORER $36.24 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D r DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D DRILL OPERATOR,AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D EPDXY TECHNICIAN $36.24 1H 5D EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER,CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1H 5D construction debris cleanup) FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1 H 5D GABION BASKET BUILDER $36.24 1H 51D GENERAL LABORER $36.24 1H 5D °r GRADE CHECKER&TRANSIT PERSON $36.75 1H 5D GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 5D arr Page 3 �r. aw KING COUNTY Effective 08-31-07 Aw (See Benefit Code Key) Over to PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 5D iv HAZARDOUS WASTE WORKER LEVEL A $37,20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36.24 1 H 5D HIGH SCALER $37,20 1H 5D w HOD CARRIER/MORTARMAN $36.75 1H 5D JACKHAMMER $36.75 1H 5D LASER BEAM OPERATOR $36.75 1H 5D MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1 H 5D MINER $37,20 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D sw PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $36.75 1H 5D PILOT CAR $31.01 1H 5D up PIPE POT TENDER $36.75 1H 5D PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D PIPELAYER&CAULKER $36.75 1H 5D PIPELAYER&CAULKER(LEAD) $37,20 1H 5D rr PIPEWRAPPER $36.75 1H 5D POTTENDER $36.24 1H 5D POWDERMAN $37.20 1H 5D POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 1H 5D RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 1H 5D SCALE PERSON $36.24 1 H 5D o' SIGNALMAN $36.24 1 H SD SLOPER(OVER 20") $36.75 1H 5D SLOPER SPRAYMAN $36.24 1 H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D SPREADER(CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D STOCKPILER $36.24 1H 5D - TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D aw TOPPER-TAILER $36.24 1H 5D TRACK LABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $36.24 1H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMER $36.24 1H 5D rl�t WELDER $36.24 1H 5D WELL-POINT LABORER $36.75 1H 5D Aw Page 4 rr aw KING COUNTY Effective 08-31-07 No (See Benefit Code Key) Over ON PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $36.24 1H 5D PIPE LAYER $36.75 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 err LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28,17 1 LANDSCAPING OR PLANTING LABORERS $14.22 1 LATHERS JOURNEY LEVEL $43,79 1M 5D METAL FABRICATION(IN SHOP) FITTER $24.94 1 LABORER $25.45 1 LAYEROUT $37.15 1 MACHINE OPERATOR $30.96 1 PAINTER $25.15 1 WELDER $30.12 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 irr EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 am UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEYLEVEL $33.16 2B 5A Aw PLASTERERS JOURNEYLEVEL $43.10 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS r JOURNEYLEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEYLEVEL $56.34 1G 5A POWER EQUIPMENT OPERATORS Y1r ASSISTANT ENGINEERS $42.14 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L `tie; BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $45.96 IT 5D 8L BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L BARRIER MACHINE(ZIPPER) $44.92 IT 5D 8L +w BATCH PLANT OPERATOR,CONCRETE $44.92 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L BOBCAT(SKID STEER) $42.14 IT 5D 8L BROOMS $42.14 IT 5D 8L a7r BUMP CUTTER $44.92 IT 5D 8L CABLEWAYS $45.41 IT 5D 8L CHIPPER $44.92 IT 5D 8L to COMPRESSORS $42.14 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L CONCRETE PUMPS $44.50 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 IT 5D 8L No Page 5 Vw `w KING COUNTY Effective 08-31-07 to (See Benefit Code Key) Over do PREVAILING Time Holiday Note Classification WAGE Code Code Code CONVEYORS $44.50 IT 5D 8L ■r CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L WITH ATACHMENTS) as CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42.14 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $44.50 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47,09 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L CRUSHERS $44.92 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 5D 8L DERRICK,BUILDING $45.41 IT 5D 8L DOZERS,D-9&UNDER $44.50 IT 5D SL DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 IT 5D 8L DRILLING MACHINE $44,92 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44.50 IT 5D 8L rr FORK LIFTS, (UNDER 3000 LBS) $42.14 IT 5D 8L GRADE ENGINEER $44.50 IT 5D 8L GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L rrr GUARDRAIL PUNCH $44,92 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L rr HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L LOADERS,OVERHEAD UNDER 6 YD,PLANT FEED ( ) $44.92 IT 5D SL LOCOMOTIVES,ALL $44.92 IT 5D 8L MECHANICS,ALL $45.41 IT 5D 8L MIXERS,ASPHALT PLANT $44.92 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L aw OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L OPERATOR PAVEMENT BREAKER $42.14 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 IT 5D 8L rir PLANT OILER(ASPHALT,CRUSHER $44.50 IT SD 8L POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L POWER PLANT $42.14 IT 5D 8L rr Page 6 rr KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PUMPS,WATER $42.14 IT 5D 8L QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 IT 5D 8L EQUIP RIGGER AND BELLMAN $42.14 IT 5D 8L ROLLAGON $45.41 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L ROTO-MILL, ROTO-GRINDER $44.92 IT 5D 8L SAWS,CONCRETE $44.50 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44,92 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L fi OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L SCREED MAN $44.92 IT 5D 8L SHOTCRETE GUNITE $42.14 IT 5D 8L SLIPFORM PAVERS $45.41 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44,92 IT 5D 8L SUBGRADE TRIMMER $44.92 IT 5D 8L ift TOWER BUCKET ELEVATORS $44.50 IT 5D 8L TRACTORS,(75 HP&UNDER) $44.50 IT 5D 8L TRACTORS,(OVER 75 HP) $44.92 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L TRENCHING MACHINES $44.50 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L YO YO PAY DOZER $44,92 IT 5D 8L err POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34,27 4A 5A TREE TRIMMER $31,88 4A 5A rr TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $54.01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS ru JOURNEYLEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEYLEVEL $23,47 1 sw RESIDENTIAL CEMENT MASONS JOURNEYLEVEL $22,64 1 RESIDENTIAL DRYWALL TAPERS JOURNEYLEVEL $43.59 1E 5P RESIDENTIAL ELECTRICIANS JOURNEYLEVEL $26.24 1 RESIDENTIAL GLAZIERS No JOURNEY LEVEL $28,74 1H 5G Page 7 rr. KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS no JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS rr JOURNEYLEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEYLEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS trr JOURNEY LEVEL $54.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 r1r RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $30.51 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS err JOURNEY LEVEL $41.96 1B 5A ROOFERS JOURNEYLEVEL $36.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A yrr SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $31.46 1H 6W rr CARPENTER $30.74 1B 6X ELECTRICIAN $30.37 1B 6X HEAT&FROST INSULATOR $46.13 1S 5J rr LABORER $29.26 1B 6X MACHINIST $30.29 16 6X OPERATOR $30.22 1B 6X PAINTER $32.34 1B 6X wo PIPEFITTER $30.22 1B sx RIGGER $30.33 1B 6X SANDBLASTER $30.22 1B 6X SHEET METAL $30.48 16 6X SHIPFITTER $30.32 1B 6X TRUCKER $30.17 1B 6X WAREHOUSE $30.20 1B 6X WELDER/BURNER $30.32 1B 6x SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 wr SOFT FLOOR LAYERS JOURNEYLEVEL $36.08 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEYLEVEL $12.44 1 5S wrr Page 8 +,rr ww KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over r PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) to JOURNEY LEVEL $54.24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS IN CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS to TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $30.66 2B 5A to HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER(REPAIRER) $29.41 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 213 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEYLEVEL $41.96 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $35.79 1 B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A ■r TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $41.19 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $41.90 IT 5D 8L DUMP TRUCK $41.19 IT 5D 8L DUMP TRUCK&TRAILER $41.90 IT 5D 8L OTHER TRUCKS $41.90 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 aw do to 10 Page 9 dirt BENEFIT CODE KEY-EFFECTIVE 03-3-07 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC 'w WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE aw AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ■r C. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. to E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ow F. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER ow CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. to J. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ow K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED 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. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE wa THE HOURLY RATE OF WAGE. 0. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY r THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. �r BENEFIT CODE KEY-EFFECTIVE 03-03-07 -2- 1. Q. THE FIRST TWO (2)HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS 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 (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 rrr HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, 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. 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 irr 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 HOURLYRATE OF WAGE. f V. 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. rrr W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))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. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE 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. art 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. �r 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. rr 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 err 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. irw G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY 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. Ow BENEFIT CODE KEY-EFFECTIVE 03-03-07 -3- 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- No 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, ow WORKED THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rrr O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. 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 to WAGE. AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. 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. �wr HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY rr 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). im C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE aw FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). to F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). 'wt► G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER +�rw THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). rr J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' ww DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). rw 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). wwr BENEFIT CODE KEY-EFFECTIVE 03-03-07 -4- 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). rrr 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). of 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). '& F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). r 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,VETERANS DAY, am THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_ PRESIDENTS'DAY. 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 No 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 Ar 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, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). 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 OR AFTER CHRISTMAS DAY(10). o 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). ill' tow aw BENEFIT CODE KEY-EFFECTIVE 03-03-07 -5- NOTE CODES low 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: ow OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET err No 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 40 OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. ow L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. ow 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, rr LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25. ow to rr wrr 40 ow YYr r Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO .tseT"''`o (360)902-5335 Q PAY PREVAILING WAGES ow www.Ini.wa.gov//TradesLicensing/PrevailingWage y� =tea° Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# *W • Large,bold numbers match instructions on back of form. • 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. "01 APPROVED FORM WELL.BkMAILED TO THIS ADDRESS ► Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 go Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed 4W 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 r1r 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 a benefits ar trr ow r 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 r City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No UBI Title Signature aw Industrial Insurance Account Number Email address Phone number ForL&I Use Only aw Check Number: ❑ S25 or $ For L&I Use Only Issued By APPROVED: Department of Labor and Industries + By Industrial Statistician trr F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I aw 00 How to expedite the processing of your form: to 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 or on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage No occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. ow (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you as will actually provide 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. go Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable. The exact dollar r amount will be required on the Affidavit of Wages Paid form. 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—Intent must be signed by an authorized representative. +�w Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. 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 Intent 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 Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval +rr of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. rr A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.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 rr F700-029-000 statement of intent to pay prevailing wages—backer 12-04 WRI Z� AV Ab 4a,'s A x erg 4 woo ,+ NSA woo We a AMISS-a A. AM- F, r ;�My, ROMS-A By -, Aw MAE ' + } � ral ai y *-. t "ry 4 `k d 3 AT?Apo SY Q&XZQQ, of agmus no Any"' 4 1 oil Now* k .� ThAiMnsfy - zEW�2,S"ji fi."Sk 1 son kAn Go so IQ,in OWS - POW hall MI ills, WAT OMAN "We ZY � �s e J J 7 � sS gawk R­i & G2 2in WWI TV � r a s a MW x Qnv + * INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge,and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS w The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the wo date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard 40 Specifications and may include references which do not apply to this particular project. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. nr AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-04,SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with "If the adjusted final quantity of any items", is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. +�+ SECTION 1-06, CONTROL OF MATERIAL April 3, 2006 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA)Database, or the Request for Approval of Material(RAM) form. ri. Number 1 under the second paragraph is revised to read: O or WSDOT Amendments 1 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List(QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.izov/biz/mats/QPL/QPL.cfm The following new sub-section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval(ASA)Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate ' sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract.The ASA`Aggregate Source Approval Report'identifies the currently approved applications for each „rr aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA `Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.govibiz/mats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor(CPF)for each lot. r CPF= fl(PF1, +) f2(PF2)+•..+fi(PFi) ad Efi i= 1toj where: fi =price adjustment factor listed in these Specifications for the applicable material J = number of constituents being evaluated SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 7, 2006 1-07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class •�r WSDOT Amendments 2 and locality from the Industrial Statistician, Washington State Department of Labor and Industries(State L&I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the contractor initiates the request by preparing standard form 1444 and submitting it to the project engineers'office for further action. 1-07.10 Worker's Benefits The fourth paragraph is revised to read: ■ The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid r premiums. 1-07.15 Temporary Water Pollution/Erosion Control ,,, The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby .0 protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. #` SECTION 1-08,PROSECUTION AND PROGRESS December 4,2006 40 1-08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: tm The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency to funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http://www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become a requirement for so all contractors effective January 7,2008. 1-08.3 Progress Schedule o Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 1-08.3 Progress Schedule O 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order No of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition,published ,��„ WSDOT Amendments 3 by the Associated General Contractors of America. Except for Weekly Look-Ahead 16 Schedules, all schedules shall meet these General Requirements, and provide the following information: to 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. .r The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources so will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s)specified in the contract. �++ 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look-Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method(CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress WSDOT Amendments 4 1W WO Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. No The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following it information: Contract Number and Title Construction Start Date " Critical Path Activity Description Milestone Description �► Activity Duration Predecessor Activities Successor Activities err Early Start(ES)and Early Finish(EF)for each activity Late Start(LS)and Late Finish(LF)for each activity Total Float(TF)and Free Float(FF)for each activity as- Physical Completion Date Data Date as The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. rr 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look-Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look- VW Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look-Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. Ow This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon �w. submittal time. 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. r 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. r1r WSDOT Amendments g The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 4 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A"significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as-constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. dry 4. Any modifications to the as-planned sequence or duration of remaining activities. .rr 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. .rr 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. wr The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work The first sentence is revised to read: WSDOT Amendments 6 r The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency,unless otherwise approved in writing. r 1-08.5 Time for Completion This section is revised to read: ow The Contractor shall complete all physical contract work within the number of"working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1- 08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday Yr. of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of r time in accordance with Section 1-08.8. Contract time shall begin on the first working day following the 21 st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, until the contract work is • physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period,the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and wti WSDOT Amendments 7 yr At 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) to b. Material Acceptance Certification Documents C. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. g' d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification a0 1-08.8 Extensions of Time Section 1-08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will 1* consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of da 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: 1' a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. +W WSDOT Amendments 8 60 b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. rr c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. err d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. + f. In Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. .w g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. it h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the r responsibility of the Contracting Agency. i. In Section 1-09.11 if a dispute or claim also involves a delay in completing r the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and • could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from .rr the Contractor's default, collusion,action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: rr. v.r wr WSDOT Amendments 9 • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; aw • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. r SECTION 1-09,MEASUREMENT AND PAYMENT December 4,2006 wr 1-09.6 Force Account The last paragraph under "3. For Equipment" is revised to read: rrr Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www.wsdot.wa.gov. wr 1-09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28)provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the + ► Contracting Agency(RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works It Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1-07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. WSDOT Amendments 10 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT August 7, 2006 2-03.3(2) Rock Cuts This section is revised to read: 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, loosen, or damage the rock under the subgrade line, except as provided by Section 2- 03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed,regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall wr scale and dress them,removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided �r in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: wr a) Station limits of proposed shot. +•+ b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be rr employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. When blasting to establish slopes '/Z to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. tir WSDOT Amendments 11 Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: wr a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which + ` combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. VA Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30-inches apart, then adjust if needed, until , the Engineer approves the spacing to be used for full-scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. .r c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches in diameter. rr d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill #6 holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9-inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. g) When the cut height requires more than one lift, a maximum 2-foot offset between lifts will be permitted to allow for drill equipment clearances.- The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so wrr► WSDOT Amendments 12 yo go that the placing of the charges will not cause caving of material from the walls of the holes. AW i) The maximum diameter of explosives used in presplit holes shall not be greater than Y2 the diameter of the presplit hole. j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes. �r k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip err down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. 1) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a 3/8-1nch sieve. r o) If presplitting is specified, the detonation of these holes shall be fired first. +� p) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. r q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of production holes shall be on a delay sequence toward a free face. r) The use of horizontal blast holes for either production or controlled blasting is prohibited. SECTION 2-09,STRUCTURE EXCAVATION ` January 3,2006 2-09.3(1)E Backfilling Item I of the first paragraph under Compaction is revised to read: 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal WSDOT Amendments 13 vrr standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. SECTION 2-12 CONSTRUCTION GEOTEXTILE August 7,2006 The section title is revised to read: CONSTRUCTION GEOSYNTHETIC 2-12 CONSTRUCTION GEOTEXTILE This heading is revised to read: 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description The word geotextile is revised to geosynthetic. 2-12.2 Materials In the first and second paragraphs geotextile is revised to geosynthetic. 2-12.3 Construction Requirements so In the first,second,and third paragraphs geotextile is revised to geosynthetic. SECTION 3-01,PRODUCTION FROM QUARRY AND PIT SITES August 7,2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract, the Contractor is required to provide a source of materials, or so if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable lit material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 5-01,CEMENT CONCRETE PAVEMENT REHABILITATION December 4,2006 5-01.3(2)B Portland Cement Concrete ' The third paragraph beginning with "Acceptance testing" is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect Wt concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. WSDOT Amendments 14 w 5-01.3(4) Replace Portland Cement Concrete Panel The third paragraph is revised to read: a When new concrete pavement is to be placed against existing cement concrete pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the existing pavement with either Type I or IV epoxy resin as specified in Section 9-26. Tie bars are not "" required for panel replacement less than a full panel. 5-01.3(6) Dowel Bar Retrofit yr The fourth and fifth sentences in the second paragraph are revised to read: When gang saws are used, slots that are not used shall be cleaned and sealed with either Type I or +r N epoxy resin as specified in Section 9-26. The sixth paragraph is revised to read: All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall remove all slurry, parting compound, and other foreign materials prior to installation of the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to the Contracting Agency. Traffic shall not be allowed on slots where concrete has been removed. 5-01.3(10) Pavement Smoothness This section is revised to read: Perform the work described in Section 5-05.3(12), and the following: Where the pavement is ground, calculation of the profile index shall exclude dips and depressions in the existing roadway. The profilograph generated reports shall be provided to the Engineer prior to payment. 5-01.5 Payment •� This section is revised to read: In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement Concrete Pavement Grinding",per square yard. At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per square yard. MW The second sentence in the 16th paragraph is revised to read: The costs of any additional pavement grinding and profiling required to complete the work as specified is also included in this payment. The 18th paragraph for Replace Uncompactable Material is supplemented with the following: All costs associated with the containment, collection and disposal of concrete slurry and grinding residue shall be included in the applicable concrete grinding or cutting items of .r work. rr WSDOT Amendments 15 wr SECTION 5-05,CEMENT CONCRETE PAVEMENT December 4,2006 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. .w 5-05.3(7) Placing,Spreading, and Compacting Concrete The second paragraph is revised to read: go The average density of the cores shall be at least 97 percent of the approved mix design density or the actual concrete density when determined by the Contractor using AASHTO T 121 with no cores having a density of less than 96 percent. 5-05.3(10) Tie Bars and Dowel Bars The second sentence in the seventh paragraph is revised to read: The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 9-26. 5-05.3(12) Surface Smoothness The first sentence in the first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor,under supervision of the Engineer, within 48 hours following placement of concrete. SECTION 6-02, CONCRETE STRUCTURES December 4,2006 nw 6-02.3(2) Proportioning Materials The third paragraph is revised to read: The use of fly ash is required for Class 4000D and 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly ash and ground granulated blast furnace slag is optional for all other classes of concrete. 6-02.3(2)A Contractor Mix Design The first paragraph is revised to read: 4W The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for those accepted based on a Certificate of Compliance. No concrete shall be placed until the Engineer has reviewed the mix design. The required average 28 ' day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2.ACI 211.1 and ACI 318 shall be used to determine proportions.The proposed nux for Class 4000P shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 100 pounds, wits and a minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 pounds. All other to WSDOT Amendments 16 concrete mix designs, except those for lean concrete and commercial concrete, shall have a .. minimum cementitious material content of 564 pounds per cubic yard of concrete. The following new sentence is inserted after the first sentence in the fourth paragraph. An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also be used. 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the following: irr Batch Plant Prequalification may be obtained through one of the following methods: +r.r 1. Certification by the National Ready Mix Concrete Association (NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The ... NRMCA certification shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the project engineer. a. A copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices(including water meters)verification. 2. Independent evaluation certified by a Professional Engineer using NRMCA checklist. The Professional Engineer shall be licensed under title 18 RCW, state of Washington, qualified in civil engineering. The independent certification using the NRMCA checklist shall be good for a two year period. When this method of certification is wr used the following documentation shall be submitted to the engineer. a. A copy of the Professional Engineer's stamped and sealed NRMCA Verification of Inspection and Application for Certificate page from the NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 3. Inspection conducted by the Plant Manager, defined as the person directly responsible r for the daily plant operation, using the NRMCA Plant Certification checklist. The Plant Manager certification shall be done prior to the start of a project, and every six months throughout the life of the project, and meet the following requirements: a. The Agreement to Regularly Check Scales and Volumetric Batching Dispensers page in the NRMCA Plant Certification checklist shall be signed by the Plant Manager and notarized. b. The signed and notarized Agreement to Regularly Check Scales and Volumetric Batching Dispensers page and a copy of the NRMCA Plant Certification checklist cover page showing the plant designation, address and Company operating plant shall all be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350-040), along with copies of the rr WSDOT Amendments 17 rrr truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices(including water meters) verification. c. The NRMCA Plant Certification checklists shall be maintained by the Plant Manager and are subject to review at any time by the Contracting Agency. e. Volumetric water batching devices (including water meters) shall be verified every 90 days. 6-02.3(5)C Conformance to Mix Design Item 2 under the first paragraph is revised to read: Wrr 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that specified in the mix design. 6-02.3(5)H Sampling and Testing for Compressive Strength This section including title is revised to read: 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing Acceptance testing for compressive strength shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a temperature between 60°F and 80°F for concrete with specified strengths less than 6000 psi and between 68°F and ter► 78°F for concrete with specified strengths of 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure the internal temperature of the cure box. The thermometer shall be readable from outside of the box and be capable of recording the high and low temperatures in a 24-hour period. The cure boxes shall create an environment that prevents moisture loss from the concrete specimens. The top shall have a working lock and the interior shall be rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure box shall be the appropriate size to accommodate the number of concrete acceptance cylinders necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be moved until the cylinders have been cured in accordance with these specifications. When concrete is placed at more than one location simultaneously, multiple cure boxes shall be provided. The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock " waves during the curing period in accordance with Section 6-02.3(6)D. 6-02.3(6)D Protection Against Vibration The last sentence in the second paragraph is revised to read: See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and soldier pile shaft installation operations. The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact tools, pavement breakers,and other large pieces of equipment. WSDOT Amendments 18 w 6-02.3(11) Curing Concrete The second paragraph is supplemented with the following: `w Runoff water shall be collected and disposed of in accordance with all applicable regulations. In no case shall runoff water be allowed to enter any lakes, streams, or other surface waters. aw 6-02.3(16) Plans for Falsework and Formwork The address for FEDEX delivery following the fourth paragraph is revised to read: is Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans The address for FEDEX delivery following the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 w� 6-02.3(16)B Preapproved Formwork Plans The address for FEDEX delivery following the second paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(24)C Placing and Fastening rrr The 14th paragraph is revised to read: Clearances shall be at least: 4-inches between: Main bars and the top of any concrete masonry exposed to the action of salt or alkaline water. �r 3-inches between: Main bars and the top of any concrete deposited against earth without intervening forms. w 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the top of the roadway slab. 2-inches between: Adjacent layers. Main bars and the surface of concrete exposed to earth or weather (except in roadway slabs). Reinforcing bars and the faces of forms for exposed i" aggregate finish. 1 1/2-inches between: Main bars and the surface of concrete not exposed to earth or weather. Slab bars and the top of the slab (except roadway sw WSDOT Amendments 19 low slabs). Barrier and curb bars and the surface of the concrete. j Stirrups and ties and the surface of the concrete exposed to earth or weather. 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties and the surface of the concrete not exposed to earth or weather. 6-02.3(26)A Shop Drawings The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: Washington State Department of Transportation + ► Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 r 6-02.3(28)A Shop Drawings The first paragraph is revised to read: Before casting the structural elements, the Contractor shall submit: 1. Seven sets of shop drawings for approval by the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: US Postal Service P. O.Box 47340 Olympia, WA 98504-7340 FedEx 7345 Linderson Way SW Tumwater, WA 98501-6504; and 2. Two sets of shop drawings to the Project Engineer. 6-02.4 Measurement This section is supplemented with the following: No specific unit of measure will apply to the lump sum item for cure box. 6-02.5 Payment This section is supplemented with the following: "Cure Box", lump sum. The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, operating, maintaining, moving and removing the cure boxes and providing, maintaining and operating all necessary power sources and connections needed to operate the curing boxes. SECTION 6-03, STEEL STRUCTURES December 4,2006 6-03.3(7) Shop Plans The first two sentences in the first paragraph are revised to read: WSDOT Amendments 20 `YI m The Contractor shall submit for approval all shop detail plans for fabricating the steel. These shall be sent to the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: 1W US Postal Service P. O. Box 47340 AW Olympia, WA 98504-7340 FedEx 7345 Linderson Way SW No Tumwater, WA 98501-6504 6-03.3(21)A Web Plates This section is revised to read: If web plates are spliced, gaps between plate ends shall be set at shop assembly to measure 1/4- inch, and shall not exceed 3/8-inch. 6-03.3(33) Bolted Connections a■w The first sentence in the second paragraph is revised to read: All bolted connections are slip critical. err SECTION 6-05,PILING August 7, 2006 6-05.3(11)H Pile Driving From or Near Adjacent Structures The second paragraph is revised to read: Freshly placed concrete in the vicinity of the pile driving operation shall be protected against vibration in accordance with Section 6-02.3(6)D. The third paragraph is deleted. 6-05.5 Payment The paragraph following"Furnishing St. Piling",per linear foot is revised to read: The unit contract price per linear foot for"Furnishing (type) Piling O" shall be full pay for rrr furnishing the piling specified, including fabricating and installing the steel reinforcing bar cage, and casting and curing the concrete, as required for concrete piling. Such price shall also be full pay, when measurement includes, for piling length ordered but not driven. SECTION 6-07,PAINTING August 7, 2006 6-07.2 Materials The first sentence in the second paragraph is revised to read: Material used for field abrasive blasting shall meet Military Specification MIL-A-22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. WK so ,,,r, WSDOT Amendments 21 6-07.3(2)A Bridge Cleaning al In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening size(ASTM D4751) is revised to read: #100 US Sieve 40 SECTION 6-09,MODIFIED CONCRETE OVERLAYS December 4,2006 6-09.3(6)C Placing Deck Repair Concrete This section is revised to read: + Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M. rr Before placing any deck repair concrete, the Contractor shall flush the existing concrete in the repair area with water and make sure that the existing concrete is well saturated. The Contractor shall remove any freestanding water prior to placing the deck repair concrete. The Contractor shall place the deck repair concrete onto the existing concrete while it is wet. All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck repairs, and all deck repairs of an area greater than ten square feet (measured at the top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in accordance with Section 6- 09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area. Small deck repairs, defined as those of an area equal to or less than ten square feet (measured at the top layer of steel reinforcement), shall be filled with concrete overlay material during the placement of the concrete overlay. SECTION 6-10, CONCRETE BARRIER December 4,2006 6-10.2 Materials The fourth paragraph is revised to read: Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall conform to Section 9-06.5(1)and be galvanized in accordance with AASHTO M 232. SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS January 3,2006 This section including title is revised to read: SECTION 6-11,REINFORCED CONCRETE WALLS 6-11.1 Description This work consists of constructing reinforced concrete retaining walls, including those shown in rw the Standard Plans, L walls,and counterfort walls. r WSDOT Amendments 22 �. 6-11.2 Materials Materials shall meet the requirements of the following sections: Cement 9-01 Aggregates for Portland Cement Concrete 9-03.1 Gravel Backfill 9-03.12 rr Premolded Joint Filler 9-04.1(2) Steel Reinforcing Bar 9-07.2 Epoxy-Coated Steel Reinforcing Bar 9-07.3 Concrete Curing Materials and Admixtures 9-23 "" Fly Ash 9-23.9 Water 9-25 Other materials required shall be as specified in the Special Provisions. 6-11.3 Construction Requirements 6-11.3(1) Submittals The Contractor shall submit all excavation shoring plans to the Engineer for approval in accordance with Section 2-09.3(3)D. The Contractor shall submit all falsework and formwork plans to the Engineer for approval in accordance with Sections 6-023(16) and 6-02.3(17). If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9 and 6-02.3(28)A: I. Working drawings for fabrication of the wall stem panels, showing dimensions, steel reinforcing bars,joint and joint filler details, surface finish details, lifting devices with the manufacturer's recommended safe working capacity, and material specifications. 2. Working drawings and design calculations for the erection of the wall stem panels showing dimensions, support points, support footing sizes, erection blockouts, member sizes, connections,and material specifications. 3. Design calculations for the precast wall stem panels, the connection between the precast panels and the cast-in-place footing, and all modifications to the cast-in-place footing details as shown in the Plans or Standard Plans. The Contractor shall not begin excavation and construction operations for the retaining walls until receiving the Engineer's approval of the above submittals. 6-11.3(2) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 2-09.3(1)C. 6-11.3(3) Precast Concrete Wall Stem Panels The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Wall Types 1 through 6 and 1SW through 6SW. Precast concrete wall stem panels may be used for construction of non-Standard Plan retaining walls if allowed by the Plans or Yrr WSDOT Amendments 23 rrr , Special Provisions. Precast concrete wall stem panels shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. The precast concrete wall stem panels shall be designed in accordance with the requirements for Load Factor Design in the following codes: 1. For all loads except as otherwise noted - AASHTO Standard Specifications for Highway Bridges, latest edition and current interims. The seismic design shall use the acceleration coefficient and soil profile type as specified in the Plans. 2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound Barriers, latest edition and current interims. The precast concrete wall stem panels shall be fabricated in accordance with the dimensions and od details shown in the Plans,except as modified in the shop drawings as approved by the Engineer. The precast concrete wall stem panels shall be fabricated full height, and shall be fabricated in a* widths of 8 feet, 16 feet, and 24 feet. The construction tolerances for the precast concrete wall stem panels shall be as follows: Height ±1/4 inch Width ±1/4 inch Thickness ±1/4 inch -1/8 inch Concrete cover for steel reinforcing bar ±3/8 inch -1/8 inch Width of precast concrete wall stem panel joints ±1/4 inch Offset of precast concrete wall stem panels ±1/4 inch (Deviation from a straight line extending 5 feet on each side of the panel joint) The precast concrete wall stem panels shall be constructed with a mating shear key between adjacent panels. The shear key shall have beveled comers and shall be 1-1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches maximum. The shear key shall be continuous and shall be of uniform width over the entire height of the wall stem. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical position if the Plans call for a form liner texture on both sides of the wall stem panel. �r[ The precast concrete wall stem panel shall be rigidly held in place during placement and curing of the footing concrete. The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to provide a shear key. The base of the precast concrete wall stem panel shall be sloped % inch per 1 foot to facilitate proper concrete placement. It WSDOT Amendments 24 To ensure an even flow of concrete under and against the base of the wall panel, a form shall be placed parallel to the precast concrete wall stem panel, above the footing, to allow a minimum one foot head to develop in the concrete during concrete placement. wr. The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast concrete wall stem panel by 1-1/2 inches minimum. rr All precast concrete wall stem panel joints shall be constructed with joint filler installed on the rear(backfill) side of the wall. The joint filler material shall extend from two feet below the final ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic `"" flexible material and shall be installed to create a waterproof seal at panel joints. The soil bearing pressure beneath the falsework supports for the precast concrete wall stem am panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining wall. w 6-11.3(4) Cast-In-Place Concrete Construction Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans. All cast-in-place concrete shall be Class 4000. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners shall conform to Sections 6-02.2 and 6-02.3(14)as supplemented in the Special Provisions. Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall be formed and placed separately, with a minimum 12 hour time period between concrete placement operations. Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion joints in accordance with Section 6-01.14. �. 6-11.3(5) Backfill,Weepholes and Gutters Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in .�. accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2- 03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2- „�, 03.3(14)C, unless otherwise specified. Cement concrete gutter shall be constructed as shown in the Standard Plans. 6-11.3(6) Traffic Barrier and Pedestrian Barrier When shown in the Plans,traffic barrier and pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans. 6-11.4 Measurement Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining wall will be measured as specified in Section 6-02.4. WSDOT Amendments 25 ,r Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for cast-in- place concrete barrier. 6-11.5 Payment 40 Payment will be made in accordance with Section 1-04.1 for each of the following bid items when they are included in the proposal: "Conc. Class 4000 For Retaining Wall", per cubic yard. All costs in connection with furnishing and installing weep holes and premolded joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 4000 for Retaining Wall". "St. Rein£ Bar For Retaining Wall",per pound. "Epoxy-Coated St. Reinf. Bar For Retaining Wall",per pound. "Traffic Barrier",per linear foot. "Pedestrian Barrier", per linear foot. The unit contract price per linear foot for"_Barrier"shall be full pay for constructing the barrier on top of the retaining wall, except that when these bid items are not included in the proposal, all costs in connection with performing the work as specified shall be included in the unit contract price per cubic yard for "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for"_Bar For Retaining Wall". SECTION 6-12,NOISE BARRIER WALLS January 3,2006 6-12.3(6) Precast Concrete Panel Fabrication and Erection Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. The below new item 5 is inserted ahead of renumbered item 6: 5. Precast concrete panels shall not be erected until the foundations for the panels have attained a minimum compressive strength of 3,400 psi. SECTION 6-13, STRUCTURAL EARTH WALLS December 4,2006 6-13.3(2) Submittals The fifth paragraph is revised to read: The design calculation and working drawing submittal shall include detailed design calculations and all details, dimensions, quantities, and cross-sections necessary to construct the wall. The calculations shall include a detailed explanation of any symbols, design input, material property values, and computer programs used in the design of the walls. All computer output submitted shall be accompanied by supporting hand calculations detailing the calculation process. If MSEW 3.0, or a later version, is used for the wall design, hand calculations supporting MSEW are not required. 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection This section is supplemented with the following: r�Tt �I WSDOT Amendments 26 „,,, Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-12.3 and 6- 13.3(5). ww 6-13.3(7) Backfill Under number 4 in the fifth paragraph, the words "light mechanical tampers” are revised to "a plate compactor". Aw 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier This Section is revised to read: The Contractor,in conjunction with the structural earth wall manufacturer, shall design and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6-13.3(2)and the above ground geometry details shown in the Plans. The barrier working drawings and 1W supporting calculations shall include, but not be limited to,the following: 1. Complete details of barrier cross section geometry, including the portion below •• ground, and accommodations necessary for bridge approach slabs, PCCP, drainage facilities, underground utilities, and sign support, luminaire pole, traffic signal standard,and other barrier attachments. 2. Details of the steel reinforcement of the barrier, including a bar list and bending diagram in accordance with Section 6-02.3(24), and including additional reinforcement required at sign support, luminaire pole, traffic signal standard, and other barrier attachment locations. 3. Details of the interface of, and the interaction between, the barrier and the top layers of structural earth wall reinforcement and facing. 4. When the Plans specify placement of conduit pipes through the barrier, details of conduit pipe and junction box placement. SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth wall working drawings as approved by the Engineer. SECTION 6-14, GEOSYNTHETIC RETAINING WALLS December 4,2006 6-14.3(2) Submittals Item 2 is revised to read: 2. The Contractor's proposed wall construction method, including proposed forming systems, types of equipment to be used, proposed erection sequence and details of how the backfill will be retained during each stage of construction. 6-14.3(4) Erection and Backfill The first sentence in the eighth paragraph is revised to read: The Contractor shall place and compact the wall backfill in accordance with the wall construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, except as follows: WSDOT Amendments 27 ar Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised to "a plate compactor". 6-14.4 Measurement The first three paragraphs are revised to read: Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be measured by the square foot of face of completed wall. Corner wrap area and extensions of the it geosynthetic wall beyond the area of wall face shown in the Plans or staked by the Engineer are considered incidental to the wall construction and will not be included in the measurement of the square foot of face of completed geosynthetic retaining wall. 40 Gravel borrow for geosynthetic retaining wall backfrll will be measured as specified in Section 2-03.4. Shotcrete facing and concrete fascia panel will be measured by the square foot surface area of the completed facing or fascia panel, measured to the neat lines of the facing or panel as shown in the Plans. When a footing is required, the measurement of the fascia panel area will include the footing. 6-14.5 Payment The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are revised to read: "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul",per ton or per cubic yard. All costs in connection with furnishing and placing backfrll material for temporary or permanent geosynthetic retaining walls as specified shall be included in the unit contract price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret.Wall Incl.Haul". SECTION 6-15,SOIL NAIL WALLS August 7, 2006 6-15.3(8) Soil Nail Testing and Acceptance rr The first sentence in the fourth paragraph is revised to read: The pressure gauge shall be graduated in increments of either 100 psi or two percent of the maximum test load,whichever is less. SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS August 7, 2006 6-16.3(5) Backtilling Shaft The first and second paragraphs are revised to read: The excavated shaft shall be backfilled with either controlled density fill (CDF), or pumpable lean concrete, as shown in the Plans and subject to the following requirements: 1. Dry shaft excavations shall be backfilled with CDE w, 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 1 WSDOT Amendments 28 W 3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 28 day compressive strength of 100 psi. Acceptance of pumpable lean concrete will conform to the acceptance requirements specified in Section 2-09.3(1) for CDF. err 4. A wet shaft is defined as a shaft where water is entering the excavation and remains present to a depth of six inches or more. w 5. When the Plans or test hole boring logs identify the presence of a water table at or above the elevation of the bottom of soldier pile shaft, the excavation shall be considered as wet, except as otherwise noted. Such a shaft may be considered a dry shaft provided the Contractor furnishes and installs casing that is sufficiently sealed into competent soils such that water cannot enter the excavation. Placement of the shaft backfrll shall commence immediately after completing the shaft excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean concrete shall be placed in one continuous operation to the top of the shaft. Vibration of shaft backfill is not required. 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors rr The first paragraph is revised to read: The excavation and removal of CDF and pumpable lean concrete for the lagging installation shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean concrete are of sufficient strength that the material remains in placed during excavation and lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or ML caves or spalls from around the pile, the Contractor shall discontinue excavation and timber lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 2-03. SECTION 6-17,PERMANENT GROUND ANCHORS August 7,2006 6-17.3(8) Testing and Stressing The first sentence in the third paragraph is revised to read: The pressure gauge shall be graduated in increments of either 100 psi or two percent of the maximum test load, whichever is less. r. SECTION 7-01,DRAINS August 7,2006 7-01.3 Construction Requirements This section is revised to read: A trench of the dimensions shown in the Plans or as specified by the Engineer shall be excavated to the grade and line given by the Engineer. Section 7-01.3 is supplemented with the following new sub-sections: r Mir WSDOT Amendments 29 7-01.3(1) Drain Pipe Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell and spigot `o joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.3(2) Underdrain Pipe When underdrain pipe is being installed as a means of intercepting ground or surface water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill shall be placed to the depth shown in the Plans or as designated by the Engineer. All backfill shall be placed in 12- inch maximum layers and be thoroughly compacted with three passes of a vibratory compactor .fir for each layer. The Contractor shall use care in placing the gravel backfill material to prevent its contamination. Alt Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are specified the perforated pipe shall be laid with the perforations down. Upon final acceptance of the work, all drain pipes shall be open, clean, and free draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound coupling bands, as recommended by the manufacturer of the tubing. SECTION 7-02,CULVERTS & January 3,2006 7-02.2 Materials The fifth and seventh paragraphs are deleted: SECTION 7-04,STORM SEWERS January 3,2006 7-04.2 Materials The fourth and sixth paragraphs are deleted: SECTION 8-01,EROSION CONTROL AND WATER POLLUTION CONTROL December 4,2006 8-01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): October I through April 30 2 days maximum WSDOT Amendments 30 May 1 to September 30 7 days maximum In eastern Washington(east of the Cascade Mountain crest.): fr October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum r 8-01.3(1)B Erosion and Sediment Control(ESC)Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05.13(1). •� The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESL) plan. Implementation shall include, but is not limited to: r 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Updating the TESC plan to reflect current field conditions. When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site erosion and sediment control BMPs at least once every calendar week and within 24 hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8-01.3(2)E Tacking Agent and Soil Binders �. The third paragraph, (PAM)is revised to read: Soil Binding Using Polyacrylamide(PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor-mounted spreader. 8-01.3(2)F Dates for Application of Final Seed,Fertilizer, and Mulch The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible", is deleted. 8-01.3(9)A Silt Fence The fifth paragraph is revised to read: .. err WSDOT Amendments 31 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0.90 lbs/ft `r 8-01.4 Measurement This section is supplemented with the following: Coir log will be measured by the linear foot along the ground line of the completed installation. 8-01.5 Payment The following bid item is inserted after"Compost Sock",per linear foot: "Coir Log",per linear foot This section is supplemented with the following: "Mowing", per acre. SECTION 8-02,ROADSIDE RESTORATION April 3, 2006 8-02.3(8) Planting The seventh and eighth paragraphs are deleted and replaced with the following: All burlap, baskets, string, wire and other such materials shall be removed from the hole when planting balled and burlapped plants. The plant material shall be handled in such a manner that the root systems are kept covered and damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of silt and water immediately prior to planting. The root systems of container plant material shall be moist at the time of planting. In their final position, all plants shall have their top true root (not adventitious root) no more than 1" below the soil 69 surface, no matter where that root was located in the original root ball or container. After planting, the backfill material and root ball shall be thoroughly watered in within 24 hours. MiL 8-02.3(9) Pruning, Staking, Guying,and Wrapping The first paragraph is revised to read: Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in such a manner as to retain or to encourage natural growth characteristics of the plants. All other pruning shall be performed only after the plants have been in the ground at least one year. SECTION 8-04, CURBS, GUTTERS,AND SPILLWAYS December 4,2006 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters The first paragraph is supplemented with the following: Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement surface at the rate ordered by the Engineer. 8-04.4 Measurement The first paragraph is revised to read: WSDOT Amendments 32 All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. +r SECTION 8-08, RUMBLE STRIPS April 3,2006 8-08.1 Description The first sentence is revised to read: This work consists of constructing centerline and shoulder rumble strips by grinding hot mix ' asphalt. 8-08.3 Construction Requirements +•• The first sentence in the first paragraph is revised to read: The equipment shall have a rotary type cutting head or series of cutting heads capable of +r grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans. The third sentence in the third paragraph is revised to read: +w All cuttings and other debris shall become the property of the Contractor and be disposed of outside the project limits. SECTION 8-09, RAISED PAVEMENT MARKERS April 3,2006 8-09.3(5) Recessed Pavement Marker This section is revised to read: Construct recesses for pavement markers by grinding the pavement in accordance with the dimensions shown in the Standard Plans. This work shall include cleanup and disposal of cuttings and other resultant debris. Prepare the surface in accordance with Section 8-09.3(1). �. Install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-09.3(4). SECTION 8-11, GUARDRAIL w April 3,2006 8-11.3(4) Removing Guardrail This section including title is revised to read: 8-11.3(4) Removing Guardrail and Guardrail Anchor Removal of the various types of guardrail shall include removal of the rail, cable elements, hardware, and posts, including transition sections, expansion sections and terminal sections . Removal of the various types of guardrail anchors shall include removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel tubes and any other appurtenances in the anchor assembly. All holes resulting from the removal of the guardrail posts and anchors shall be backfilled with granular material in layers no more than 6-inches thick and compacted to a density similar to that of the adjacent material. The removed guardrail items shall become the property of the Contractor. WSDOT Amendments 33 SECTION 8-16,CONCRETE SLOPE PROTECTION August 7,2006 8-16.2 Materials The material"Concrete Class 3000"and referenced section"6-02" are revised to read: Commercial Concrete 6-02.3(2)B 8-16.3(3) Poured in Place Cement Concrete In the second paragraph,the words"Class 3000 cement"are revised to read"commercial'. SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL December 4,2006 8-20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: No The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed Oil foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The thirteenth paragraph is revised to read: ut Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be A; permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(9) Bonding, Grounding The first, second, and fourth paragraphs are revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous systems, that shall be effectively grounded. Where conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. Where existing conduits are used for the installation of new circuits, an equipment-grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment-grounding uw WSDOT Amendments 34 conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. Supplemental grounding shall be provided at light standards, signal standards, cantilever and sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons shall also have supplemental grounding. The supplemental ground conductor shall be connected to the foundation rebar(all rebar crossings shall be wire tied) by means of a grounding connector r listed for use in concrete, and lead up directly adjacent to a conduit installed within the foundation. The free end of the conductor shall be terminated to the ground terminal, with an approved clamp, within the pole. If no ground terminal is provided, bond to standard or post. `® Three feet of slack shall be provided inside the standard. Where a concrete and rebar foundation is not used the supplemental ground shall be a grounding electrode placed in the hole next to the post prior to back fill. For light standards, signal standards, cantilever and sign bridge structures �" the supplemental grounding conductor shall be a non-insulated 4 AWG stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a non-insulated 6 AWG stranded copper conductor. aw 8-20.3(14)E Signal Standards The second paragraph is revised to read: r Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be Ow erected after 72 hours. Type N and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after concrete placement. Aw SECTION 8-21,PERMANENT SIGNING January 3,2006 U1 8-21.3(9)F Bases The second paragraph is revised to read: The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. The fifth paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation r beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfrlled and compacted in accordance with Section 2-09.3(1)E. The fourteenth paragraph is revised to read: AM Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms doll shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. ow W, 1 WSDOT Amendments 35 SECTION 8-22,PAVEMENT MARKING lit December 4,2006 8-22.3(2) Preparation of Roadway Surfaces 16 The following new sentence is inserted after the first sentence in the second paragraph: The temperature requirement may be superseded by the material manufacturers written installation instructions. The last sentence in the third paragraph is revised to read: These cure periods may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. 66 8-22.3(3) Marking Application The following is inserted preceding the first paragraph: No Flat Lines—Pavement marking lines with a flat surface. Profiled Marking — A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. Inset Line —A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. The groove depth is dependent upon the material used,the pavement surface and location. The second paragraph is revised to read: Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing skip pattern lines at the beginning of the project. Skip patterns applied to multi-lane or divided roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor skip pattern corrections for curves on the second application. The fourth paragraph, beginning with"Lines with skip patterns", is deleted. The fifth paragraph,beginning with"Glass beads", is deleted. The first sentence in the sixth paragraph is revised to read: r WS DOT Amendments 36 As Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the slot bottom for inset markings in thousandths of an inch(mils): In the sixth paragraph,the chart Marking Material Application is revised to read: Marking Material Application I HMAJ PCC I BST Paint-first coat spray 10 10 10 Paint-second coat spray 15 15 15 Type A-flat/transverse& extruded 125 125 125 symbols Type A-flat/long line& symbols spray 90 90 120 Type A-with profiles extruded 90 90 120 Type A-embossed extruded 160 160 160 Type A-embossed with profiles extruded 160 160 160 Type B-flat/transverse& heat fused 125 125 125 symbols rir Type C-flat/transverse& adhesive 90 90 NA symbols Type C-1 -inset/long line adhesive 60 60 1 NA Type D-flat/transverse& spray 120 120 120 symbols Type D-flat/transverse& extruded 120 120 120 s symbols Type D-flat/long line spray j 90 90 120 Type D-flat/long line extruded 90 90 120 rir Type D-profiled/long line extruded 90 90 120 Type D—inset/long line spray 40 40 40 Type D—inset/long line extruded 230 230 230 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is revised to read: Mils thickness Feet of 4"line/gallon Square feet/gallon rr 10 483 161 15 322 108 30 161 54 40 125 42 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 im 120 with profiles 26 9 �nr rtr WSDOT Amendments 37 230 21 7 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type A) yield is revised to read: 230—flat inset 47 15 The ninth and tenth paragraphs are deleted. The eleventh paragraph is revised to read: All inset plastic lines shall be applied into a groove cut or ground into the pavement.For Type A or D material the groove shall be cut or ground with equipment to produce a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth square groove with a width in accordance with the material manufacturer's recommendation. The groove depth for Type C-1 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be as shown in the Plans. Section 8-22.3 is supplemented with the following new sub-section. 8-22.3(3)A Glass beads Top dress glass beads shall be applied to all spray and extruded pavement marking material. Glass beads shall be applied by a bead dispenser immediately following the pavement marking material application. Glass bead dispensers shall apply the glass beads in a manner such that the beads appear uniform on the entire pavement marking surface with 50 to 60% embedment. Hand casting of beads will not be allowed. Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be applied at the rate recommended by the marking material manufacturer. When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. The cure period between successive applications shall be in accordance with the manufacturer's recommendations. Any loose beads, dirt or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. 8-22.3(5) Installation Instructions This section including title is revised to read: 8-22.3(5) Plastic Installation Instructions Installation instructions for plastic markings shall be provided for the Engineer. All materials including glass beads shall be installed according to the manufacturer's recommendations. A manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure or the material manufacturer shall certify that the Contractor will install the plastic material in accordance with their recommended procedure. 8-22.4 Measurement The following is inserted after the fifth paragraph: WSDOT Amendments 38 an Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and pattern shown in the Standard Plans. These lines will be measured as painted or plastic line or wide line by the im linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. No Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of �" arrow heads. The last paragraph is revised to read: stir Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. i 8-22.5 Payment The following items are deleted: "Painted HOV Lane Symbol Type " "Plastic HOV Lane Symbol Type " rw SECTION 9-00,DEFINITIONS AND TESTS January 3,2006 9-00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has 51i formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. +�+ SECTION 9-02, BITUMINOUS MATERIALS January 3,2006 9-02.1(4) Asphalt Binders This section including title is revised to read: 9-02.1(4) Performance Graded Asphalt Binder(PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded WSDOT Amendments 39 I Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 1W 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P This section is revised to read: mi The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS- 2P shall meet the following specifications: AASHTO Test Specifications Method Minimum Maximum Viscosity @122nF, SFS T 59 100 400 Storage Stability 1 day% T59 --- I Demulsibility 35 ml. 0.8%Dioctyl T59 40 --- Sodium Sulfosuccinate Particle Charge T59 positive --- Sieve Test% T 59 --- 0.30 Distillation Oil distillate by vol.of emulsion% T 591OLe 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery% tO1e z 18 or oughness/Tenacity in-lbs note 3 50/25 --- note (Distillation modified to use 300 grams of emulsion heated to 350oF f 9°F and maintained for 20 minutes. note`The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. err note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 770F, 20 in. per minute pull.Tension head'/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. WSDOT Amendments 40 rr SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS December 4,2006 of 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe This section including title is revised to read: No 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C (corrugated both inside and outside) or type S (corrugated outer wall and smooth inner liner). "' The maximum size pipe shall be 10 inches in diameter. 9-05.1(7) Corrugated Polyethylene Drain Pipe ++a This section including title is revised to read: 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) to Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. �r 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section including title is revised to read: �rw 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-inch) Perforated corrugated polyethylene underdrain pipe shall meet the requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be T S pipe with either Class 1 or Class 2 Type p P perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe This section including title is revised to read: 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch through 60-inch) Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter r.r maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the irr length and circumference of the pipe. 9-05.4(3) Protective Treatment In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 9-05.15 Metal Castings This section is revised to read: For all metal castings the producing foundry shall provide certification stating the country of origin, the material meets the required ASTM or AASHTO specification noted in the subsections r below. The producing foundry shall detail all test results from physical testing to determine compliance to the specifications. The test reports shall include physical properties of the material from each heat and shall include tensile, yield, and elongation as specified in the w,r wr rrr WSDOT Amendments 41 appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification is deleted and replaced with the above certification and testing requirements. Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or repaired. Porosity in metal castings for drainage structures shall be considered a workmanship defect subject to rejection by the Engineer. Metal castings made from gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings made from cast steel shall conform to the requirements of Section 9-06.8. All metal castings shall meet the proof load W testing requirements of AASHTO M 306. 9-05.15(1) Manhole Ring and Cover This section is revised to read: Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron. All covers shall be interchangeable within the dimensions shown in the Standard Plans. All mating surfaces shall be machine finished to ensure a nonrocking fit. The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be machined or manufactured to the following tolerances: Ring +3/32 inch to -3/32 inch Cover +3/32 inch to -3/32 inch All manhole rings and covers shall be identified by the name or symbol of the producing foundry and country of casting origin. This identification shall be in a plainly visible location when the ring and cover are installed. Ductile iron shall be identified by the following, "DUC" or "DI." r The producing foundry and material identification shall be adjacent to each other and shall be minimum '/z inch to maximum 1 inch high letters, recessed to be flush with the adjacent surfaces. so 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets The first and second paragraphs are revised to read: Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile iron, and as shown in the Standard Plans. Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The producing foundry's name and material designation shall be embossed on the top of the grate. The material shall be identified by the following: "CS" for cast steel or"DUC" or"DI" for ductile iron and shall be located near the producing foundry's name. r 9-05.15(3) Cast Metal Inlets The first sentence is revised to read: The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the Standard Plans. No 9-05.19 Corrugated Polyethylene Culvert Pipe The first paragraph is revised to read: WO go WSDOT Amendments 42 MIS Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS December 4,2006 9-06.5(4) Anchor Bolts The first and second paragraphs are revised to read: Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4. Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO M wre 291, Grade A. Washers shall conform to ASTM F436. 9-06.9 Gray Iron Castings The AASHTO requirement is revised to read"AASHTO M 306". SECTION 9-07,REINFORCING STEEL �r December 4,2006 9-07.2 Deformed Steel Bars The first sentence in the first paragraph is revised to read: rr Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-in-place components of bridge structures (excluding sidewalks and barriers but including shafts and concrete piles), and for precast substructure components of bridge structures, shall conform to ASTM A 706 only +rr SECTION 9-09,TIMBER AND LUMBER August 7, 2006 �r 9-09.2(3) Inspection This section is revised to read: +r Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau(WCLIB) Western Wood Products Association(WWPA) Pacific Lumber Inspection Bureau(PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee Timber and Lumber requiring a grading certificate shall have a certificate that was issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which must be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: wrr ow VW WSDOT Amendments 43 Name of the mill performing the grading No The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official no Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Structures: All material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the to specifications or has been damaged during shipping or upon delivery. For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts: Material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.3(1) General Requirements The last sentence in the first paragraph is revised to read: Unless otherwise specified in the contract, all timber and lumber shall be treated in accordance with Sections Ul and T1 of the latest edition of the AWPA standards. SECTION 9-10,PILING December 4, 2006 9-10.2(2) Reinforcement This section is revised to read: Reinforcement shall meet the requirements of Section 9-07. SECTION 9-12,MASONRY UNITS August 7, 2006 No 9-12.7 Precast Concrete Drywells The third sentence is revised to read: Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS August 7, 2006 9-13.5(2) Poured Portland Cement Concrete Slope Protection The first paragraph is revised to read: Cement concrete for poured concrete slope protection shall be commercial concrete in N conformance with Section 6-02.3(2)B. WSDOT Amendments 44 Illli ow SECTION 9-14,EROSION CONTROL AND ROADSIDE PLANTING August 7,2006 rrr 9-14.2 Seed This section is revised to read: Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: (1) Common and botanical names of seed, me (2) Lot number, (3) Net weight, (4) Pure live seed so All seed installers and vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing rrr laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9-14.4(1) Straw This section is revised to read: �r All straw material shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. Straw mulch so provided shall be suitable for spreading with mulch blower equipment. �r 9-14.4(3) Bark or Wood Chips This section is supplemented with the following: Sawdust shall not be used as mulch. 9-14.4(4) Sawdust This section including title is revised to read: 9-14.4(4) Vacant O 9-14.4(8) Compost I This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. '�" Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. rir 6i WSDOT Amendments 45 Compost production and quality shall comply with Chapter 173-350 WAC. to Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) Test Method 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 99% 100% Percent passing 1/2" 90% 100% Percent passing %" 75% 100% Maximum particle length of 6 inches +rr Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/" 70% 100% Percent passing '/" 40% 60% „ Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by TMECC 03.08-A. 4. Minimum organic matter shall be 40 percent dry weight basis as determined by TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, "Germination and Root Vigor". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution Rate" No 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks."A maximum sir of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources go 9. The Engineer may also evaluate compost for maturity using the Solvita Compost Maturity Test. Fine Compost shall score a number 6 or above on the Solvita Compost rr WSDOT Amendments 46 No Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost Maturity Test. No The compost supplier will test all compost products within 90 calendar days prior to application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 to Veterans Memorial Highway, Suite 275,Holbrook, NY 11741 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent „i,p STA Program approved lab. The compost supplier will pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Seven days prior to application, the Contractor shall to submit a sample of each type compost to be used on the project to the Engineer. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the �r Contracting Agency. The Contractor shall either select a compost supplier from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid rr` Waste Handling). 3. The supplier shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent STA Program certified laboratory shall perform the analysis. 4. A list of the feedstock by percentage present in the final compost product. 5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S. Composting Council. Acceptance will be based upon a satisfactory Test Report from an independent STA program certified laboratory and the sample(s) submitted to the Engineer. 9-14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, or .. wood shavings encased within biodegradable or photodegradable netting. Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Encasing trr material shall be free from cuts, tears, or weak places and shall have a lifespan greater than 6 months. Compost filler shall meet the material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost. rr. VW WSDOT Amendments 47 9-14.5(6) Compost Sock This section is revised to read: Biodegradable fabric for compost sock and compost wattle shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for compost sock shall consist of extra heavy weight biodegradable fiber which has not been treated with any type of preservative. Compost for compost socks shall meet the material requirements as specified in Section 9- 14.4(8), and shall be Coarse Compost Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, unless otherwise indicated in the Plans. Section 9-14.5 is supplemented with the following new section. 9-14.5(7) Coir Log Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted within an outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a density of 7 lbs/cf or greater. Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine with My minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. go Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially available hemp rope. 9-14.6(1) Description This section is revised to read: Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. Balled and burlapped plants are grown in the ground and harvested with soil around a core of so undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. No Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Written permission shall be obtained from property owners and provided to the No Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. For cuttings, the requirement to be nursery grown or held in nursery conditions does not apply. Cuttings include the following forms: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches.The rooting end shall be cut at an approximate 45 degree angle. rrr WSDOT Amendments 48 rW W B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark rr intact with no branches or stems attached, and be % to 1 '/z inch in diameter. C. Live pole cuttings shall have a minimum 2inch diameter and no more than three r.r branches which shall be pruned back to the first bud from the main stem. D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and No becoming erect at the apex. Rhizomes shall have a minimum of two growth points. E. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. r 9-14.6(2) Quality This section is revised to read: as All plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 shall conform to the size and 40 acceptable conditions as listed in the contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant �r diseases and insect infestation. All plant material shall be purchased from a nursery licensed to sell plants in Washington State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease,mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning.All conifer trees shall have only one leader(growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y-crotches shall be rejected. ■r Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications,the Plans, and the Special Provisions. Container grown plants must be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its MW shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. O a 40 WSDOT Amendments 49 Container sizes for plant material of a larger grade than provided for in the container grown specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. rr All bare root plant materials shall have a heavy fibrous root system and must be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown.A"Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. urn Plants, which have been determined by the Engineer to have suffered damage as the result of girdling of the roots, stem, or a major branch; have deformities of the stem or major branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury, or condition which renders the plant unsuitable for its intended use, shall be rejected. Plants that are grafted shall have roots of the same genus as the specified plant. 9-14.6(3) Handling and Shipping The last sentence in the sixth paragraph is deleted. ■ 9-14.6(6) Substitution of Plants The second paragraph is revised to read: r Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball No volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9-14.6(7) Temporary Storage The third paragraph is revised to read: Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50T shall not be stored for later use. Cuttings that already have developed roots shall not be used. .rr WSDOT Amendments 50 r1Y ON The fourth paragraph is deleted. SECTION 9-15,IRRIGATION SYSTEM August 7,2006 9-15.1 Pipe, Tubing,and Fittings The second paragraph is revised to read: rr Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, and shall be a minimum of Type L rating. .r SECTION 9-16,FENCE AND GUARDRAIL April 3, 2006 srr 9-16.1(I)A Post Material for Chain Link Fence The two references in the second paragraph to"Standard Plan L 2"are revised to "ASTM F1043". rr Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to "ASTM F1043". it SECTION 9-22,MONUMENT CASES August 7, 2006 9-22.1 Monument Cases, Covers, and Risers The AASHTO requirement is revised to read"AASHTO M 306". SECTION 9-28,SIGNING MATERIALS AND FABRICATION August 7, 2006 9-28.14(1) Timber Sign Posts The last sentence is revised to read: VW Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL as December 4,2006 9-29.2 Junction Boxes Section 9-29.2 including title is revised to read: 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(l) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes r For the purposes of this specification concrete is defined as Portland Cement Concrete and non-concrete is all others. a` Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. VW rr WSDOT Amendments 51 The contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification,shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9-29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the go spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C 1116,Type III Lid ASTM A786 diamond plate steel +�+ Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support&Handle ASTM A36 steel .r Anchors(studs) Section 9-06.15 Non-concrete Junction Boxes w Material for the non-concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. 1s Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non-concrete junction box lids shall include a pull slot and shall be secured with two `/2 inch stainless steel hex-head bolts factory coated with anti-seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. r WSDOT Amendments 52 r. 9-29.2(I)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in aw accordance with 9-29.2(1)C . The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop rr applied, inorganic zinc primer in accordance with Section 6-07.3 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. to Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: No Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel, rolled so from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft-lb at 40 degrees F go Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A36 steel *W Anchors(studs) Section 9-06.15 Bolts, Nuts,Washers ASTM F 593 or A 193, type 304 or 316 rr+ The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti- ®'r' seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for go each side of the lid as it bears on the frame. 9-29.20K Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. +rr For concrete junction boxes the independent testing lab shall meet the requirements ofAASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: rr 1. Product identification. 2. Date of testing. low 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s)the box shall be loaded to failure. 7. A brief description of type and location of failure. tir WSDOT Amendments 53 Iii For non-concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non-concrete junction box,and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10-inch x l0inch x 1 inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box ,o shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. rir Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non-concrete Junction Boxes Non-concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the ANSFSCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non-concrete junction box installed. so Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete Spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012-inches that extend 12-inches or more. WSDOT Amendments 54 MW 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. r Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if all of the following conditions are exhibited: 1. The lid is operational. °1 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. W* 5. No buckling or collapse of the box. 9-29.2(2) Vacant +�+ This section including title is revised to read: 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes rr Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. ■r The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or ar whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: wws 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to ow the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally to spaced on each length of the vault/box.The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. +rr Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel wow Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 err WSDOT Amendments 55 9-29.2(2)B Heavy Duty Cable faults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: r Concrete Section 6-02 Reinforcing Steel Section 9-07 on Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors(studs) Section 9-06.15 Bolts,Nuts, Washers ASTM F593 or A193, type 304 or 316 9-29.2(4) Cover Markings rrr The first sentence of the first paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non- metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends for metallic lids and non-metallic lids shall be 1-inch nominal height. +rr The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9-29.6(5) Foundation Hardware go The second and third paragraphs are revised to read: Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal standards of and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either a* ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100% hot-dipped galvanized in accordance with AASHTO M 1 I 1 and AASHTO M 232. No WSDOT Amendments 56 ■r SECTION 9-30,WATER DISTRIBUTION MATERIALS August 7,2006 up 9-30.6(3)A Copper Tubing This section is revised to read: Aw Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88,Type K rating. SECTION 9-33, CONSTRUCTION GEOTEXTILE 00 August 7,2006 Section 9-33 including title is revised in its entirety to read: WA SECTION 9-33, CONSTRUCTION GEOSYNTHETIC +W 9-33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. to Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable ow network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall wr also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. Geogrids shall consist of a regular network of integrally connected polymer tensile elements with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a �.. structure that permits flow along the core laterally, and which provides support to the geotextiles attached to it. The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9- 33.2, and additional tables as required in the Standard Plans and Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their „r associated tables of properties are as follows: Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 C'ln��ec A R nncl C �+�► Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability Tables 4 and 5 Clas-es A R and C aw WSDOT Amendments 57 Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 No Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls,and Table 10 for temporary walls. aw For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion " control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties ► Table 1: Geotextile for underground drainage strength properties for survivability_ ASTM Geotextile Pro ert Re uirementsI Test Low Moderate Method Survivability vivability Geotextile dt Property Woven Nonwoven Woven Nonwoven Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength, in min. min. machine and x-machine direction Grab Failure D 4632 <50% > 50% <50% > 50% Strain, in machine and OW x-machine direction Seam D 46323 160 lb 100 lb min. 220 lb 140 lb min. 'OW Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. Tear Strength, D 4533 67 lb 40 lb min. 80 lb 50 lb min. in machine min. min. and x- machine direction WSDOT Amendments 58 soma Ow Ultraviolet D 4355 50%strength retained min., (UV) after 500 hours in a xenon arc device Radiation Stability Table 2: Geotextile for underground drainage filtration properties. .r� 7Water e ASTM Geotextile Property Re Tuirements'Test Class A Class B Class C Method2 D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80 max. max. max. +rr mittivit D 4491 0.5 sec-1 min. 0.4 sec"' min. 1 0.3 sW min. Table 3: Geotextile for separation or soil stabilization. �r Geotextile ASTM Geotextile Pro er Re uirements' Property Test Se aration Soil Stabilization MethodZ Woven Nonwoven Woven Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Water D 4491 0.02 sec-' min. 0.10 sec-1 min. Permittivity Grab Tensile D 4632 250 lb 160 lb min. 315 lb 200 lb min. Strength, min. min. in machine and x-machine direction Grab Failure D 4632 <50% > 50% <50% >50% Strain, in machine and x-machine direction Seam Breaking D 46323 2201b 1401b min. 270 lb 180 lb min. Stren th min. min. Puncture D 6241 495 lb 310 lb min. 620 lb 430 lb min. Resistance min. min. Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb 79 lb min. rr in machine and min. x-machine direction Ultraviolet D 4355 50% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability Table 4: Geotextile for permanent erosion control and ditch lining. .r. Geotextile ASTM Geotextile Property Requirements' Property Test Permanent Erosion Control Ditch Linin Methodz Moderate High Survivability Survivability rw aw WSDOT Amendments 59 Woven Non- Woven Non- Woven Non- woven woven woven AIDS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec min. ■l Permittivity Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab F4632 15%- >50% 15%- > 50% < 50% > 50% — — — Failure 50% 50% Strain, in machine and x-machine direction Seam D 46323 2201b 140 lb 270 lb 180 lb 220 lb 1401b Breaking min. min. min. min. min. min. Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb rr Resistance min. min. min. min. min. min. Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 501b Strength, min. min. min. min. min. min. in machine and x-machine wr direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability ■r Table 5: Filtration properties for geotextile for permanent erosion control. ASTM Geotextile Property Requirements' Geotextile Test Property Method Class A Class B Class C AOS D 4751 U.S. No. 40 U.S.No. 60 U.S. No. 70 ar max. max. max. Water D 4491 0.7 sec-' min. 0.4 sec_i min. 0.2 sec-' min. Permittivity Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Geotextile Pro ert y Requirements Test Unsupported Supported Between Method Between Posts Posts with Wire or WSDOT Amendments 60 aw Polymeric Mesh AOS D 4751 U.S.No. 30 max. for slit wovens, U.S. No. 50 go for all other geotextile types, U.S. No. 100 min. Water Permittivit D 4491 0.02 sec-' min. as Grab Tensile Strength, D 4632 180 lb min. in T 100 lb min. in machine and machine direction, x-machine direction 100 lb min. am in x-machine direction Grab Failure Strain, D 4632 30%max. at 180 lb to in machine and or more x-machine direction Ultraviolet(UV) D 4355 70%strength retained min., g' Radiation Stabilitv after 500 hours in xenon arc device 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes r.► Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. rr Geotextile Property ASTM Geotextile Property Requirements' Test Woven Nonwoven Method aw AOS D 4751 U.S. No. 20 max. Water Permittivity D 4491 0.02 sec-' min. go Grab Tensile Strength, D 4632 200 lb min. 120 lb min. in machine and x-machine direction to Grab Failure Strain, D 4632 <50% > 50% in machine and x-machine direction low Seam Breaking D 46323'4 160 lb min. 100 lb min. Stren h Puncture Resistance D 6241 370 lb min. 220 lb min. 40 Tear Strength, D 4533 63 lb min. 50 lb min. in machine and x-machine direction Ultraviolet(UV) D 4355 70%(for polypropylene and polyethylene) Radiation Stability and rrr 50%(for polyester) Strength Retained min., after 500 hours in a xenon arc device 9-33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: r Table 8: Minimum properties required for prefabricated drainage mats. r Aw WSDOT Amendments 61 Geotextile Property ASTM Geotextile Property Requirements' Test Method 2 ' AOS D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec-1 min. Grab Tensile Strength, D 4632 Nonwoven— 100 lb min. rrr in machine and x-machine direction �rrr Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate D 4716 Gradient=0.1, Pressure= 5.5 psi 5.0 gal./min./ft. Gradient= 1.0, Pressure= 14.5 psi 15.0 al/min./ft. 'All geotextile properties in Tables 1 through 8 are minimum average roll values (i.e., the test results for any sampled roll in a lot shall meet or exceed the values shown in the table). 'The test procedures used are essentially in conformance with the most recently wi approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O.Box 47365, Olympia, WA 98504-7365. WWith seam located in the center of 8-inch long specimen oriented parallel to grip faces. rr► 4Applies only to seams perpendicular to the wall face. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile .r Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3)and 9-03.9(2). rrt 9-33.4 Geosynthetic Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval If the geosynthetic source material has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. Geosynthetic material approval will be based on conformance to the applicable properties to from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this W testing. Source approval shall not be the basis of acceptance of specific lots of material N# WSDOT Amendments 62 No delivered to the Contractor unless the roll numbers of the lot sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. 110 For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Tai performed in to accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. The Contractor shall submit to the Engineer the following information regarding each go geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), +■► Proposed geosynthetic use(s), and Certified test results for minimum average roll values. 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples When the quantities of geosynthetic materials proposed for use in the following geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: w Application Geosynthetic Quantity E Under round Draina e 600 s . yd. .. Temporary or Permanent Geosynthetic All quantities Retainin Walls The samples for acceptance testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). .r Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. to Approval will be based on testing of samples from each lot. A"lot"shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. "" If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9- 33.2, and additional tables as specified in the Special Provisions, the.roll or rolls which V' were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special in No WSDOT Amendments 63 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength T„i, as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for T„i, shall be greater than or equal to T„it as determined from the product data submitted and approved by the State Materials Laboratory during source material approval. Two additional rolls for each roll tested which failed from the lot previously tested will then ,, be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance a* When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: ++► Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities No Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure,including fiber/yarn type, irr Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll number(s), rr Geosynthetic lot number(s), Proposed geosynthetic use(s), and Certified test results. 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam that can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross-machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross-machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the WSDOT Amendments 64 go seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for 4W testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. rr SECTION 9-34,PAVEMENT MARKING MATERIAL April 3,2006 w.. 9-34.2 Paint This section is revised to read: wr White and yellow paint shall comply with the specifications for high volatile organic compound (VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 9-34.3 Plastic This section is revised to read: wr White and yellow plastic pavement marking materials shall comply with the specifications for: Type A—Liquid hot applied thermoplastic Type B—Pre-formed fused thermoplastic Type C—Cold applied pre-formed tape Type D—Liquid cold applied methyl methacrylate Blue plastic pavement marking material for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA �r "Highway Blue Color Tolerance Chart." 9-34.4 Glass Beads aw In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 247, Type 1. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 .F 9-35.2 Construction Signs The first paragraph is supplemented with the following: aw Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. go The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a we minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. to 4' WSDOT Amendments 65 The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004,may be utilized until December 31,2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. �w �r rrr �rr[� WSDOT Amendments 66 a�`!a;' -w�?c � � ,k ,a�• "�"�,5�.,� tt^��,& s E �� w-��.t�,��i`.`,r�`+�za.�,�i��.�e ate. �. "'k w �x'''. Motu iz,W1 afi , 's X t To t. ` WK, ` sz mollusc Am"'ASAWMaky I"AM low WV!"Qn oil e` Tv i 1 z a y MOM T —A W, ova o r€' a - t z s fM Y t t } o S N f 4 No v k 3x _ . i h t 3 3'( F € ' 4 Q G. £ SO Atli w; Y s a. plot VK TM Y f c�3 Y -# F [fit q Avila 4 4 s ", sawmills 1 40, Ae € k �� Er � h * -5 HOW Y . AIMASS. MAN e h WA on� A 4 WR z NOW 2 WAA MOM MOM $ - / �, F " y '°`t.. � 'gr'" rt"'w^'r't r+.rY-t» ak '`� .s4t`¢ 't ,gt;; '`$-,#` k^ t'•.. a",x� .> .., a y rt, g�`*-.'6 r�`> T"" ,•^ ' s" �N}j� a. i t'+,, ' '`�, v, ,; '`. `�, R5 3.,. ti a: k" I "t� - `k - :� x #'7•�''f �„ 'd l f<�4 5'� � :,g'K'�`r!fxY 7�'YS Y rs���"'*.-��,1 �I k �"�y��',�iy$°`£,� I'�+..4;§?� �� y�:,.: tS4 x x ,� '3 a �d ;t rT'a L :. 'z`g"�,� ,;� i .�+�, f ' s = - az• 'tee" g ^�.,ys ,,;�4� :`" ' > ,� ° ,� t �� t- s�r ��r sz.'.�' z t" ku wsc F -w s Y ''may ra '1P�' ."zLi k s: A t },� .k a �* '+ � mss,; s x4.5'..fre �"°�'°a•y, " " �"r2'' :; `r � "� ��,� sx�' S t B`k 1 'e' � `"a�,4 a• '� ,' n+'"fFw a':s1i ''-' 'i aa,�,,',� - ` '``°, » K #"� �• � �;+*�''� �''� , $"�''.- �,�'�* ..� �� -?e,` Cry � z� a » �.`� e ;9 x .� 3 >v ri, �.� '�' }�a ra»,�p ,."§�v'.s��F`''A� �� :; fi � � x �� � '"'�'•}��� •� � ac �� t�•^srk ra �.:ati �� �,N?t s p'i,3�„.}-r xg�, � '��--s`&�z��i .`"z' K €•- ���. € ���'A .�� � - i�`'�i v�� v 1? r y 4,i W"gm'%'R`1 017M, °+,' k' • d r" 'c`a ' +' z ,`iae' �'s�;# `ai,, nv, �,g .'; N� 7 >tw $ A•� y, svz :* d 2�s ti• h 5- t ..:'. so-w'ar' ae;.i,g r �? •:: --�� ,.+" , a4=r ,' ar.��� e�' .:,.e -W, �* u. ?r "s�,+�. ,4. t' wk 3+ ~z. `t z: �t r. fir'.��° :., ,at x ''� +,.': "TS.�^'�e..rs k•Y Xvax, `s.f,lt i., `r ", � d• � -x °W:_: i7 ,, .f"'t `"'.,'.`�r5 Ya • .-� � �:, x,, s * �` rf [` ��:.,R,�,� h : '` a 2Y rs� r tf�s'�„ d };;xr`e J�, �.f' y .. fix. �•u3t9�d. .�'�'F w`1.4f -'r� ,y,tu"�' �"�. .,.�'c �d '�»; 4 ,',C"�. s" 6 .`€ » '5»F3kk F.E`''si"* 'c...,"r•:16'n��"r "'.. '. '..'`€saSzx�7+k'�'�`,�..'; , � ' � t + k • ' --+1" MOM=wean!S�-Doggy , , � ; 4 ;u}s`'' � ,r mnr r -c .r^va*r *.r''m, -, '3 � '"t,a' 3» "t'"•'a' :''`,x° . ``'� ., 'a"^. c '� ' �x ,*'t.. yak' �"�R.�t"Y§'"�2-°��' � .,r,,^a? • .`w. *� �'' :� � +s�{ � a= 3`� ^` as _:3°,i<e a, �a ``� �� 3� G°. �' ;�`=a� ��5"i 3 �t � ..� ��d' s ��,,"" �.r�`�� ' d;�' �#..x >K� -;'• �..e ,k, ,r't.:,�:"rzyy, '� ��� :�t�j" "s;,r�'��.`a,'a..� '�'�..Se.:,�'' x,.ti`�;" � 4a>+ +��+�"e»>! •.:r*?� :� '�h. � '�' � ��r"...,.- r'�' rpr x,,k. f o.;k} fix•'+° 'z�`'��` `„�z�a4 i#fd;����.�`r�A'�1�,�7` �r �',» �'?-���. ,i+ ;;�,.� ��rt ,�' � t�.a'f f�� rik���%�,W� 'j z+�� w ,,^ k e s v,, .>. 'tx.tTv ,'.,'>r r1 k:r ” ..t''.i s ;��� ,' � .. " 'bU� * :,x'F�* '�F;,, ,�" �,� •. " +,E+x .f`: P VZ �' aw.e3 °�"'' ! �a '*t�. x:c#� k r>a � ..� .�.n ae. '� .hky •, 5#µr�,``.. s �` � e�'. ` x v.'a'•��� .-+ �,.� r �' F -5 � h�'�'�±*.:�� ";a"�x-�,..,,e�:. �;t,� `�� Y-'f.� i rz�+*�`� •., .,,� ,: � r, a . t,S Mot AMY tool I .y w .v . .rb. `?�.? ti'. .€ .,,-t `•a3 #,=`; '„ a4 i*4: „x#,i a ,a x,^,. k a.`,w a "t° �� # ,.T €' f�, :.. - raa?:,�, r �' � ` i� �' „$ a �a s '�' g-�'Y-%+:�_ .�"r ��, 4ts � x, �i„� ,;� ,fir�' f"' � }a p k r t•� f ,& �� a a� � � .�-� �s�� _�try :�z �� .ss��;,� �# �{w�°1^a* =�a "�iF�', .... ,� �, r• .�' �rt.�.„,,s�.,s�y ',� pT` —M— �.` ?.. y r �^ h ,xa Ann x Raw Wy AK or ay 6"N 5§ s` F�,.�; z',•rt""a 'yr.:`a'��ge'�` ``'r ter k�•" ,>rv... r" '.',.y .�,�'�a'z,per " + [xk .#F s. v x" .�a+,q A ". a saFSF'- 'r'• k'aR', .fl^.r.taz'3 „'-• ,,.;�` .'r`, �"' ,.A �.fa } Teo 1 a 2 f- F. t�..•ro-�.Y�r-syM '„�a�"fi'"gjVk^;y�� +. '- �.cr3� c„ �v� `. .y p`�- ~^ �., '_.�� xa •�3 �"aL �r r �} "�W `ri'; F ".�Rn. ai t:,�_:z,•d x #:.-s �'. xae`,� x^ �, ,: �°�'."'& .� ,tea# f� 5 � .� tl �'t`�' r t M& se � sk, ,z } sT"x. x x'.,+.. a a'a`Lk? 1 :�-`�- <xx+.'•' ' h'; S ,-,r y & d �, Ra.',3g, , E; ,v'ry� ,' �' - €� 3� & h W`: ,�c .{ a ,».� +. 5...¢G •,'s*�tt v,;: ` k..-€"�` *? �x,: 'r x is'.t°` K"� rt`w i �,,'s., , .'.".r ";T '- `",tx d �G,RK » a r N s r ff�x,z""& h,. .:�'� � �" s.„,.�.; >�t "�.' a ;r."y�,#•a�'3ik' -.� v-� r�� � 4 `*' ,n', � # � r., � � '``qit � ,�.�� '4��` k �u.€�'` �x�''a �,. •s �+arr �x r'"E°'r^ +r ',i3 :�' x�',„'� ;tt�`' � y; 4 y�,` $`t�, ¥y'n ,;?. £:.r ���x "� a '�✓” `sx 3:rte� � °s`aF� _ •?�r�''a•'S�',�'"'{�� '�"�a'�i-'.tu "4a't' a• '" ° .�" t��` i r.��. N &mot W 3' r,. � { t•.. ,� s :.�' ni x�. -�' y,�.<# >- t,i a��,�e'=�r�` � � ,.„r�-�;�,, �x; �.?� ^rt, ...�'�� A."* �. ��f'�r,+�� �i„.' �I3"�"' a ;4 s,ai'a ' .:s Exy:., ._ # y v s4xs�,t', a %.',-,p. �•"'.w'`,°_.' r '4'e§-.�xr 'E3 '��,� E> rs a,. a �, p k'"rfx i� +� v��-�•�As+��u � i�`v ,K dh�. .��. 9 n��r' � , y3 •�; BhP� ,# "Bill "h. �t Aais,cz,`� ^a A � "�-*�. ra k: s'4 5 St",Ea "' k& 's �a.. -. 'K; { r X3"4 k,F ''rcrh R, ��fi �` ltWa"•i'e y�iJ,�1H' 'F'i..g'E ' ,; ?'S,£�.,q !^C„y.. .Ya' C➢� ° S 4 1�_ ..,.� + a ,,.� *a_.� s rrSPECIAL PROVISIONS................................................................................................... 1-01 DEFINITIONS AND TERMS.............................................................................................9 do 1-01.1 General ...................................................................................................9 ............................ 1-01.3 Definitions..........................................................................................................................9 ,. 1-02 BID PROCEDURES AND CONDITIONS......................................................................11 1-02.1 Prequalification of bidders.............................................................................................11 r 1-02.2 Plans and Specifications.................................................................................................11 1-02.5 Proposal Forms...............................................................................................................12 1-02.6 Preparation of Proposal.................................................................................................12 rr 1-02.6(1) Proprietary Information............................................................................................12 1-02.7 Bid Deposit......................................................................................................................13 ,.y 1-02.9 Delivery of Proposal.......................................................................................................13 1-02.12 Public Opening of Proposals........................................................................................13 .ir 1-02.13 Irregular Proposals.......................................................................................................13 1-02.14 Disqualification of Bidders...........................................................................................14 1-02.15 Pre Award Information................................................................................................14 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................14 a„Y 1-03.1 Consideration of bids......................................................................................................14 1-03.2 Award of Contract..........................................................................................................15 1-03.3 Execution of Contract.....................................................................................................15 1-03.4 Contract Bond.................................................................................................................15 1-03.7 Judicial Review...............................................................................................................16 1-04 SCOPE OF WORK...........................................................................................................16 1-04.2 Coordination of Contract Documents..........................................................................16 vr. 1-04.3 Contractor-Discovered Discrepancies...........................................................................16 1-04.4 Changes............................................................................................................................17 1-04.8 Progress Estimates and Payments.................................................................................17 1-04.11 Final Cleanup.......................................................................................... .......17 ............... 1-05 CONTROL OF WORK.....................................................................................................17 1-05.4 Conformity With and Deviation from Plans and Stakes.............................................17 r. 1-05.4(3) Contractor Supplied Surveying................................................................................18 1-05.4(4) Contractor Provided As-Built Information.............................................................19 1-05.7 Removal of Defective and Unauthorized Work............................................................19 1-05.10 Guarantees....................................................................................................................20 �r. i 1-05.11 Final Inspection.............................................................................................................20 +wi 1-05.11(1) Substantial Completion Date...................................................................................20 1-05.11(2) Final Inspection and Physical Completion Date....................................................21 1-05.11(3) Operational Testing..................................................................................................21 1-05.12 Final Acceptance...........................................................................................................22 1-05.13 Superintendents,Labor and Equipment of Contractor............................................22 1-05.14 Cooperation with Other Contractors..........................................................................22 1-05.16 Water and Power..........................................................................................................23 1-05.17 Oral Agreements...........................................................................................................23 1-05.18 Contractor's Daily Diary..............................................................................................23 1-06 CONTROL OF MATERIAL............................................................................................24 1-06.1 Approval of Materials Prior to Use...............................................................................24 of 1-06.2(1) Samples and Tests for Acceptance............................................................................24 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................24 1-07.1 Laws to be Observed......................................................................................................24 1-07.2 State Sales Tax.................................................................................................................25 1-07.2(1) General........................................................................................................................25 �r 1-07.2(2) State Sales Tax-Rule 171.........................................................................................26 1-07.2(3) State Sales Tax-Rule 170.........................................................................................26 1-07.2(4) Services........................................................................................................................26 rwi► 1-07.6 Permits and Licenses......................................................................................................26 1-07.9 Wages............................................................. ........27 WA .......................................................... 1-07.9(5) Required Documents..................................................................................................27 1-07.11 Requirements for Non-Discrimination........................................................................27 w 1-07.11(11) City of Renton Affidavit of Compliance...............................................................27 1-07.12 Federal Agency Inspection...........................................................................................27 1-07.13 Contractor's Responsibility for Work.........................................................................27 1-07.13(1) General......................................................................................................................27 1-07.15 Temporary Water Pollution/Erosion Control.............................................................27 1-07.16 Protection and Restoration of Property......................................................................28 1-07.16(1) Private/Public Property...........................................................................................28 1-07.17 Utilities and Similar Facilities......................................................................................29 rwr 1-07.17(1) Interruption of Services...........................................................................................30 1-07.18 Public Liability and Property Damage Insurance.....................................................30 2 wo 1-07.18(1) General......................................................................................................................30 1-07.18(2) Coverages..................................................................................................................31 1-07.18(3) Limits........................................................................................................................32 1-07.18(4) Evidence of Insurance:............................................................................................33 1-07.22 Use of Explosives...........................................................................................................33 1-07.23 Public Convenience and Safety....................................................................................33 1-07.23(1) Construction Under Traffic.....................................................................................34 ` 1-07.23(2) Construction and Maintenance of Detours............................................................35 1-07.24 Rights of Way................................................................................................................35 1-08 PROSECUTION AND PROGRESS................................ 1-08.0 Preliminary Matters.......................................................................................................36 raw 1-08.0(1) Preconstruction Conference................................................................................ 1-08.0(2) Hours of Work............................................................................................................37 .r 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............38 1-08.1 Subcontracting................................................................................................................38 ..r 1-08.2 Assignment......................................................................................................................38 1-08.3 Progress Schedule...........................................................................................................38 1-08.4 Notice to Proceed and Prosecution of the Work...........................................................39 1-08.5 Time For Completion.....................................................................................................39 1-08.6 Suspension of Work........................................................................................................41 1-08.7 Maintenance During Suspension........................................... 1-08.9 Liquidated Damages.......................................................................................................41 rr 1-08.11 Contractor's Plant and Equipment.............................................................................41 1-08.12 Attention to Work.........................................................................................................42 1-09 MEASUREMENT AND PAYMENT...............................................................................42 1-09.1 Measurement of Quantities............................................................................................42 1-09.3 Scope of Payment............................................................................................................43 1-09.6 Force Account..................................................................................................................43 1-09.7 Mobilization....................................................................................................................44 �r 1-09.9 Payments..........................................................................................................................44 1-09.9(1) Retainage....................................................................................................................45 +.r 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........45 1-09.9(3) Final Payment.............................................................................................................46 1-09.11 Disputes and Claims 1-09.11(2) Claims........................................................................................................................47 r 3 w 1-09.11(3) Time Limitations and Jurisdiction..........................................................................47 1-09.13 Claims and Resolutions.................................................................................................47 1-09.13(3) Claims$250,000 or Less..........................................................................................47 1-09.13(3)A Administration of Arbitration..............................................................................47 1-09.13(3)B Procedures to Pursue Arbitration........................................................................47 No 1-09.14 Payment Schedule.........................................................................................................48 1-09.14(1) Scope..........................................................................................................................48 s to 1-09.14(2) Bid Items...................................................................................................................48 1-10 TEMPORARY TRAFFIC CONTROL............................................................................57 1-10.1 General............................................................................................................................57 1-10.2(1)B Traffic Control Supervisor.....................................................................................59 1-10.2(2) Traffic Control Plans.................................................................................................59 1-10.3 Flagging, Signs, and All Other Traffic Control Devices..............................................59 1-10.3(3) Construction Signs.....................................................................................................59 1-10.4 Measurement...................................................................................................................59 1-10.5 Payment...........................................................................................................................59 1-11 RENTON SURVEYING STANDARDS...........................................................................59 1-11.1(1) Responsibility for surveys..........................................................................................60 1-11.1(2) Survey Datum and Precision.....................................................................................60 1-11.1(3) Subdivision Information............................................................................................60 1-11.1(4) Field Notes...................................................................................................................60 1-11.1(5) Corners and Monuments...........................................................................................61 1-11.1(6) Control or Base Line Survey.....................................................................................61 1-11.1(7) Precision Levels..........................................................................................................61 1-11.1(8) Radial and Station--Offset Topography.................................................................62 wr 1-11.1(9) Radial Topography.....................................................................................................62 1-11.1(10) Station--Offset Topography.....................................................................................62 . 1-11.1(11) As-Built Survey.........................................................................................................62 1-11.1(12) Monument Setting and Referencing.......................................................................62 1-11.12 Materials........................................................................................................................63 1-11.12(1) Property/Lot Corners..............................................................................................63 wW 1-11.12(2) Monuments...............................................................................................................63 1-11.12(3) Monument Case and Cover.....................................................................................63 2-01 CLEARINGS GRUBBING,AND ROADSIDE CLEANUP............................................63 2-01.1 Description 4 rs 2-01.2 Disposal of Usable Material and Debris.......................................................................64 2-01.5 Payment...........................................................................................................................64 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................64 2-02.3(3) Removal of Pavement,Sidewalks, and Curbs.........................................................64 2-02.4 Measurement...................................................................................................................64 2-02.5 Payment...........................................................................................................................64 2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................65 Ar 2-03.3 Construction Requirements...........................................................................................65 2-03.4 Measurement...................................................................................................................66 go 2-03.5 Payment...........................................................................................................................66 2-04 HAUL..................................................................................................................................66 MW 2-04.5 Payment...........................................................................................................................66 2-06 SUBGRADE PREPARATION.........................................................................................66 rr 2-06.5 Measurement and Payment..........................................................................................66 2-09 STRUCTURE EXCAVATION..........................................................................................66 rrr 2-09.1 Description......................................................................................................................66 2-09.3(1)D Disposal of Excavated Material.............................................................................67 2-09.4 Measurement...................................................................................................................67 2-09.5 Payment...........................................................................................................................67 5-04 ASPHALT CONCRETE PAVEMENT............................................................................68 5-04.2 Materials..........................................................................................................................68 5-04.3 Construction Requirements...........................................................................................68 "■ 5-04.3(5) Conditioning the Existing Surface............................................................................69 5-04.3(5)A Preparation of Existing Surface.............................................................................69 5-04.3(7)A Mix Design...............................................................................................................69 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.............................................70 ..► 5-04.3(10)B Control....................................................................................................................70 5-04.5 Payment...........................................................................................................................70 ar 5-04.5(1)A Price Adjustments for Quality of HMA Mixture..................................................70 5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................71 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS...........................................72 MW 5-06.1 Description......................................................................................................................72 5-06.2 Materials..........................................................................................................................72 5-06.3 Construction Requirements................................................ 7-01 DRAINS..............................................................................................................................72 5 .r 7-01.2 Materials..........................................................................................................................72r 7-01.3 Construction Requirements...........................................................................................72 7-01.4 Measurement...................................................................................................................73 7-02 CULVERTS........................................................................................................................73 7-02.2 Materials..........................................................................................................................73 wr 7-04 STORM SEWERS.............................................................................................................73 7-04.2 Materials..........................................................................................................................73 7-04.4 Measurement...................................................................................................................73 7-04.5 Payment...........................................................................................................................73 7-05 MANHOLES, INLETS,AND CATCH BASINS ..............••74 +o ............................................ 7-05.3 Construction Requirements...........................................................................................74 7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................74 7-05.3(2) Abandon Existing Manholes.....................................................................................75 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes 7-05.3(3) Connections to Existing Manholes............................................................................75 7-05.3(5) Manhole Coatings 7-05.4 Measurement...................................................................................................................76 7-05.5 Payment...........................................................................................................................76 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................77 7-08.3 Construction Requirements...........................................................................................77 7-08.3(1)C Bedding the Pipe......................................................................................................77 ► 7-08.3(1)D Pipe Foundation.....................................................................................................77 7-08.3(2)A Survey Line and Grade...........................................................................................77 7-08.3(2)B Pipe Laying—General.............................................................................................77 7-08.3(2)E Rubber Gasketed Joints..........................................................................................78 7-08.3(2)H Sewer Line Connections.........................................................................................78 7-08.3(2)J Placing PVC Pipe.....................................................................................................78 9* 7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................79 7-08.4 Measurement...................................................................................................................79 7-08.5 Payment...........................................................................................................................79 7-09 PIPE AND FITTINGS FOR WATER MAINS................................................................80 7-09.3(15)A Ductile Iron Pipe....................................................................................................80 7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over)..........................................80 7-17 SANITARY SEWERS 7-17.2 Materials..........................................................................................................................80 6 go rr7-17.3 Construction Requirements...........................................................................................80 7-17.3(1) Protection of Existing Sewerage Facilities...............................................................80 7-17.3(2)H Television Inspection...............................................................................................81 7-17.4 Measurement...................................................................................................................81 7-17.5 Payment...........................................................................................................................81 err 7-20 Cured-In-Place Sewer Pipe...............................................................................................81 7-20.1 Description......................................................................................................................82 �r 7-20.2 Materials &Construction..............................................................................................82 7-20.2(1) Submittals...................................................................................................................82 aw 7-20.2(2) Cleaning Main Lines............................................ ..........83 ............................................ 7-20.2(3) Television Inspection,Main line................................................................................84 +w 7-20.2(4) Cured-in-Place Pipe,Main Sewers (Inversion Method).........................................86 8-09 RAISED PAVEMENT MARKERS..................................................................................88 AW 8-09.5 Payment...........................................................................................................................88 8-13 MONUMENT CASES.......................................................................................................88 r 8-13.1 Description......................................................................................................................88 8-13.3 Construction Requirements...........................................................................................88 8-13.4 Measurement...................................................................................................................89 8-13.5 Payment...........................................................................................................................89 8-14 CEMENT CONCRETE SIDEWALKS...........................................................................89 8-14.3(4) Curing.........................................................................................................................89 8-14.4 Measurement...................................................................................................................89 8-14.5 Payment........................................................................... ..90 .............................................. 8-17 IMPACT ATTENUATOR SYSTEMS..............................................................................90 +, 8-17.5 Payment...........................................................................................................................90 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.................90 8-20.2(1) Equipment List and Drawings..................................................................................90 8-22 PAVEMENT MARKING..................................................................................................90 8-22.1 Description......................................................................................................................90 8-22.3(5) Installation Instructions............................................................................................91 8-22.5 Payment...........................................................................................................................91 ..r 8-23 TEMPORARY PAVEMENT MARKINGS.....................................................................92 8-23.5 Payment...........................................................................................................................92 yrr 9-03.8(7) HMA Tolerances and Adjustments............................................................................92 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS....................................92 rr 7 wr 9-05.4 Steel Culvert Pipe and Pipe Arch(RC).........................................................................92Mw 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)..........................................................92 9-05.7(2)A Basis for Acceptance (RC)......................................................................................92 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)..................................................................93 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC).....................................................93 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).......................................................................93 9-05.12 Polyvinyl Chloride(PVC)Pipe....................................................................................94 9-05.12(3) CPEP Sewer Pipe.....................................................................................................94 9-05.14 ABS Composite Sewer Pipe..........................................................................................94 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe....................................................................95 9-05.22 High Density Polyethylene Piping...............................................................................95 9-08 PAINTS...............................................................................................................................96 9-08.8 Manhole Coating System Products...............................................................................96 9-08.8(1) Coating Systems Specification..................................................................................97 `r wt 8 =x 10 SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS g 1-01.1 General Section 1-01.1 is supplemented with: w. (******) Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the 1W City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read, "Contracting Agency ow designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. r Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract". 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. Contract Time The period of time established by the terms and conditions of the Contract within which the work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. '• Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. r Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. rrr 9 Contract Completion Date: The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Completion Date: The day all the work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, 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. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with work and establishing the date on which the Contract time begins. 14 Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond 10, Same as"Contract Bond"defined in the Standard Specifications. d Plans The Contract Plans and/or standard Plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" �w or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points,this shall mean all marks,bench marks, reference points, stakes,hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. 10 �w Provide Means"furnish and install"as specified and shown in the Plans. Secretary, Secretary of Transportation + � The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as "Working Drawings"defined in the Standard Specifications. 00 Special Provisions Modifications to the Standard Specifications and Supplemental Specifications that apply to an individual project. The special provisions may describe work the Specifications do not cover. Such work shall comply first with the special provisions and then with any Specifications that apply. The aw Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of or Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions r Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. o Traffic Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists, wheelchairs, and equestrian traffic. to Utility Public or private fixed improvement for the transportation of fluids, gases,power, signals,or communications and shall be understood to include tracks, overhead and underground wires, cables, r pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: "o' Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: rr Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids(Advertisement for Bids) for the work. 11 After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as op detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11"x 17") and 4 Furnished automatically ► contract provisions upon award Large Plans(22"x 34") 4 Furnished only upon request ' Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of wr the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the No joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal at The second paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed.The proposal shall include: ► 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. Vendors should, in the bid proposal, identify clearly any material(s),which constitute"(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 12 +Ww 42.17.3 10, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request .w- for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: .�. Each proposal shall be submitted in a sealed envelope with Project Name and Project Number as stated in the Advertisement for Bias,..clearly marked on the outside of the envelope Or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals .� Revise item I to read: 1. Aproposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; ' b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; irW f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. +rr 13 r 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise,to perform the work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) 1W j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Ag Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain and furnish a copy of a business license to do business in the city and/or county where the work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions.The City reserves the right however to award all or p any schedule of a bid to the lowest bidder at its discretion. err 14 to Nw 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring execution, together with a list of all other °r forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. at 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract,an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: err (******) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors Its of the Contractor)to faithfully perform the Contract, or arr 15 b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay W all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road,Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. 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 is discovered. If jilt, 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 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 Standard Specifications. 16 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate rr such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of Lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey work shall be included in"Contractor Supplied Surveying,"per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. i+ The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or ' damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. ,, Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the r. 17 might cause serious risk of loss or damage to the public,Property Owner and Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: (******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized work is discovered,the Contractor shall promptly,upon written order by the Contracting Agency,return and in accordance with the Engineer's instructions, either correct such work, or if such work has been rejected by the Engineer, remove it from the project site and replace it with non- defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or 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 of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the work to be substantially complete,the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. 20 The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use,the Engineer,by written notice to the Contractor, will set the Substantial Completion Date. If,after this inspection the Engineer does not consider the work substantially complete and ready for its intended use,the Engineer will,by written notice, so notify ` the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion,whichever is applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2)is a new Section: w When the Contractor considers the work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection.The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. got If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may, upon Written Notice to the Contractor, take 9... whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3)is a new section: Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority Ey, than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore,when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time, after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be 21 am fully tested under operating conditions for the time period specified to ensure their acceptability prior w" to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship,materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor,material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance Mi The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents,Labor and Equipment of Contractor Revise the seventh paragraph to read: (******) Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1,the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work, and shall properly connect and coordinate Contractor's work with theirs. Other utilities,districts,agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband ' 3. Qwest Communications 4. City of Renton(water, sewer,transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 22 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer,agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is .r commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future �- installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. W 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily(including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. �. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. 44. 23 Aw It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference 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 Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the i1 Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: ' The finished work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. lit 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progressI[ of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. In cases of conflict between different safety regulations,the more stringent regulation shall apply. 24 low +rte The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish,publish, and ... make known to all employees,procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance,use,or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not,be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1)through 1-07.2(4)are meant to clarify those rules. The Contractor should contact the .. Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. '"` The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases,however, state retail sales tax will not be included. Section 1-07.2(3)describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. yrr 25 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules,apply to building,repairing, or improving streets, roads, etc., which are owned by a municipal corporation,or political subdivision of the state,or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system,and power lines when such are part of the roadway lighting system. For work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170,and its related rules, applies to the constructing and repairing of new or existing buildings,or other structures,upon real property. This includes,but is not limited to;the construction of streets,roads, highways, etc.,owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems + - are within,and a part of,a street or road drainage system; telephone,telegraph, electrical power distribution lines,or other conduits or lines in or above streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property,whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule 170,with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools,machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 9, 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). rid 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. 26 it �r 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. If 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 deducted from any funds otherwise due Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph,and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors,regardless of project's funding source. .® 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11)is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the AW "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the "+ amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and 461 lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the Engineer,the Contractor shall be able to overcome them. �., 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: 27 In an effort to prevent, control, and stop water pollution and erosion within the project, thereby ► protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all federal, state, and local laws and regulations governing waters of the State, as well as permits acquired for the project. ti 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns,and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way,the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means,of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences,markers,mailboxes,or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled,in their original position. The Contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. I Damage to existing structures outside of easement areas that may result from dewatering and/or other 28 at aK. .w construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways)used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. w The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor,Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: 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. 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. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working 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. 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. 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. 29 arr, Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or art 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 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. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects ,ter of the project whenever possible. No additional compensation will be made to 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. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed,will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. 30 r The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form,which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company �. acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII(A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) .� • Broad Form Property Damage 1 • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability �,. B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers'Compensation • Statutory Benefits(Coverage A) - Show Washington Labor&Industries Number D. Umbrella Liability(when necessary) err 31 F • Excess of Commercial General Liability and Automobile Liability. Coverage ► should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the Contractor shall maintain professional liability covering wrongful acts, errors and/or omissions of the Contractor for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e.pollution liability). Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall ai provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause(Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to City of Renton. Notification shall be provided to City of Renton by certified mail. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability It General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments(Any One $5,000 Person) Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liability(If required) Each Occurrence/ $1,000,000 do Incident/Claim Aggregate $2,000,000 od 32 Ail r Pollution Liability(If required) The City may require the Contractor to keep professional liability coverage in effect for up to two(2)years after completion of the project. w� The Contractor shall promptly advise the City of Renton in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the Contractor will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: 1. City of Renton Insurance Information Form(attached herein)without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". r B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety �r rir 33 yu 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the IA work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the a i Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. �r (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway,the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1)is supplemented by adding the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways,businesses, and buildings along the line of work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the 34 commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners'access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. r All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway • remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. w 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. ,rr Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the work is accomplished on or through property other than public right-of-way, the r Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained buy the Engineer. err Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. 35 Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in aw the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. so 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1)is a new subsection: The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: + 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 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 + Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings(bring preliminary list) mi 4 Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Nd Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor 36 .rr Compliance with Contract Documents Acceptance and approval of work Labor compliance,payrolls, and certifications Safety regulations for Contractors'and Owner's employees and representatives Suspension of work,time extensions Change order procedures Progress estimates,procedures for payment Special requirements of funding agencies r 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 .r. 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. 1-08.0(2) Hours of Work Section 1-08.0(2)is a new subsection: r Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. r The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control r requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. wr iwr 37 to 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to work on a Saturday, Sunday,or other holiday, or longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer.The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests,the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Wr Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 so calendar days prior to start of a subcontractor's work. Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. so Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. aw 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: 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 Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method(CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: so 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. at The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack,time. No 38 s wr 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer, in the interest of public safety and welfare of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. 4W Contractor shall promptly report to Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be an followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. am Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through 'w no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. to Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the to performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall r commence construction activities on the project site within ten days of the Notice to Proceed date. The work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: 39 +ir The work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer.The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A nonworking day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day err after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a nonworking day or an Engineer determined unworkable day. + ' The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in so which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a No written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and rr 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: so a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification r f. Property owner releases per Section 1-07.24 at 40 16 No to Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall + . provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of �r Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1- 08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon Contractor's wr diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any work on the site of the work. 41 ear The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time Contractor's operations have commenced until final acceptance of the work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work so Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times go be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall 46 list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or 06 deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system so shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards am 3 Drivers name, date and time of delivery 4 Location of delivery,by street and stationing on each street 5 Place for Engineer to acknowledge receipt so 6 Pay item number 7 Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each o truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. 42 fm VM Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay No quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons (stamped at source) err 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the work described in each section of the Standard Specifications when the Contractor performs the specified work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the Contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. rr Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form.When items are to be"furnished"under one payment item and"installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the r Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: rr 43 Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office,buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. rr This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization&Demobilization,"Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates W prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. Ni The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. ' 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand— 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. rr 44 rl( • Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The + progress report shall indicate the estimated percent complete for each activity listed on the progress schedule(see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold,until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in ' " full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien,including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2)is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work(Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule,which indicates the work will not be complete within the contract time. When calculating an anticipated time overrun,the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work.The amount withheld under this subparagraph will be based upon the VW 45 up liquidated damages amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. wr e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)as so required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the wr Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and as 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. err 1-09.9(3) Final Payment Section 1-09.9(2)is a new section: Upon Acceptance of the work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the work; 3. For every act and neglect by the Contracting Agency; and • 4. For all other claims and liability relating to or arising out of the work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the work. Such affidavit shall certify the amounts paid to the DB,MBE or WBE subcontractors regardless of tier. .r 46 r w r On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract,the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day deadline shall begin on the date of the postmark of the certified letter from the + +► Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). .r. 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in �r this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction AW Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. go 1-09.13 Claims and Resolutions ON 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or r less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: r The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Army's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the �.. Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a wr 47 �r petition for review by the superior court of King County, Washington. The grounds for the petition at for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues go submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and No court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the g board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Section 1-09.14 is a new section: GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: (******) wri A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount 4 so 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 as separate payment will be made for these incidental items. 1-09.14(2) Bid Items 1-09.14(2)A Mobilization & Demobilization (Bid Item 01) Section 1-09.14(2)A is a new section: rrl Measurement for mobilization&demobilization, shall be lump sum. The lump sum price shown shall cover the complete cost of famishing and installing, complete and in-place all work and materials necessary to move and organize equipment and personnel onto the job site,provide and so maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, w 48 eft rr prepare the site for construction operations, and maintain the site and surrounding areas during construction,provide protection of existing utilities,provide component and system testing, final clean-up of the site, and move all personnel and equipment off the site after contract completion. to Payment for mobilization will be made at the lump sum amount bid(NOT to exceed 80%of bid price prior to completion of construction)based on the percent of completed work as defined in the 2006 No Standard Specifications for Road, Bridge, and Municipal Construction(WSDOT) for mobilization. Payment for the remaining 20%will be made upon completion and final clean up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials,preparation of all necessary submittals,bonds, insurance, site improvements, clean-up etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent (10%) of the total amount of Bid. 1-09.14(2)B Trench Excavation Safety Systems (Bid Item 02) Section 1-09.14(2)B is a new Section: Measurement for trench excavation safety systems will be based on a percentage defined as the amount of sanitary sewer pipelines installed divided by the total length of sanitary sewer pipe shown to be installed. r Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and r 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. 1-09.14(2)C Construction Surveying, Staking, and As-Builts (Bid Item 03) Section 1-09.14(2)C is a new section: Measurement for construction surveying, staking and as-built information—Schedule A will be based on the percentage of total work complete,by dollar value, at the time of measurement. Payment for construction surveying, staking and as-built information will be made at the measured r percentage amount for the pay period times the lump sum amount bid, said 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 as-constructed information by the Engineer. 1-09.14(2)D Traffic Control(Bid Item 04) Section 1-09.14(2)D is a new section: rr. Measurement for traffic control work will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, aw 49 rwr materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, 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 r.r (MUTCD). 1-09.14(2)E Temporary Erosion/Sedimentation Controls (Bid Item 05) Section 1-09.14(2)E is a new section: Measurement for temporary erosion/sediment control(s)will be based on the percentage of total work complete,by dollar value,at the time of measurement. Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which payment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing, plastic sheeting, etc. required to complete this item of work in conformance with Contract Documents. 1-09.14(2)F Landscape Restoration (Bid Item 06) Section 1-09.14(2)F is a new section: Measurement for landscape restoration work will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for landscape restoration will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, excavation, landscape bark, tree removal and replacement, trees, preparation, compaction, watering, restoration, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(2)G Re-Establish Existing Monuments (Bid Item 07) Section 1-09.14(2)G is a new section: Measurement for re-establishing existing monuments will be per each monument re-established, in conformance with RCW 58.09.130. Payment for re-establishing monuments will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, restoration, etc. required to reference the existing monument and re-establish a new one after utility construction and restoration is complete, in conformance with the Contract Documents. 1-09.14(2)H Television Inspection of Sanitary Sewers (Bid Item 08) Section 1-09.14(2)H is a new section: „o Measurement for television inspection of the new sanitary sewers will be based on the lineal feet of pipe inspected. �r► Payment for television inspection of the new sanitary sewers in accordance with specification Section 7-17.3(4)I will be made at the amount bid per linear foot, which payment will be considered complete compensation for all labor, materials, equipment to perform television inspection and preparation of + + videotape or DVD record of all new sanitary sewers constructed by excavate and replace methods as part of the project and provision of record videotapes or DVDs to the Engineer. 50 r�i 1-09.14(2)I Furnish and Install Cured-in-Place Pipe (Bid Item 09) Section 1-09.14(2)I is a new section: Measurement for furnishing and installing cured-in-place sewer pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing cured-in-place sewer pipe will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, water, equipment, hauling, bypass pumping, removal and disposal of waste material, cleaning, television inspection prior to installation and following installation, cured-in-place pipe of the size and type required, re- establishing of service laterals and testing, etc. required to complete the work in accordance with the Contract Documents. 1-09.14(2)J Furnish and Install 18-inch PVC Sewer Pipe (Bid Item 10) Section 1-09.14(2)J is a new section: Measurement for furnishing and installing 18" diameter PVC sewer pipe will be based on lineal + ►► footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 18" diameter PVC sewer pipe will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 25). .+ 1-09.14(2)K Furnish and Install 10-inch PVC Sewer Pipe (Bid Item 11) Section 1-09.14(2)K is a new section: 1W Measurement for furnishing and installing 10" diameter PVC sewer pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 10" diameter PVC sewer pipe will be made at the amount bid " ' per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, bypass pumping, removal and disposal of waste material including existing pipes and structures in the ► excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 25). .r 1-09.14(2)L Furnish and Install 8-inch PVC Sewer Pipe (Bid Item 12) Section 1-09.14(2)L is a new section: +r 51 wr Measurement for furnishing and installing 8" diameter PVC sewer pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8"diameter PVC sewer pipe will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type required, gaskets, fittings, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items (See Bid Item 25). 1-09.14(2)M Furnish and Install 6-inch PVC Side Sewer Pipe (Bid Item 13) Section 1-09.14(2)M is a new section: (******) Measurement for furnishing and installing 6" diameter PVC side sewer pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 6" diameter PVC side sewer pipe will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, bypass pumping, removal and disposal of waste material including existing pipes and structures in the sir excavation, pipe of the size and type required, gaskets, fittings, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 25). 1-09.14(2)N Furnish and Install 60-inch Diam. Sanitary Sewer Manhole (Bid Item 14) Section 1-09.14(2)N is a new section: (******) Measurement for furnishing and installing 60" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 60" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material,precast or poured-in-place concrete base, concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Items 25). 1-09.14(2)0 Furnish and Install 54-inch Diam. Sanitary Sewer Manhole (Bid Item 15) Section 1-09.14(2)0 is a new section: rr (******) 52 wr aw as Measurement for furnishing and installing 54" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 54" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material concrete base, concrete manhole sections, gaskets, coating system(sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Items 25). it 1-09.14(2)P Furnish and Install 48-inch Diam. Sanitary Sewer Manhole (Bid Item 16) Section 1-09.14(2)P is a new section: Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 48" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal .rr and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete manhole sections, gaskets, coating system(sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, OW connections, channeling, reconnection to existing sewer pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Items 25). 1-09.14(2)Q Furnish and Install Sanitary Sewer Cleanout(Bid Item 17) Section 1-09.14(2)Q is a new section: err (******) Measurement for furnishing and installing sanitary sewer cleanout will be per each for each type cleanout installed in conformance with the Contract Documents. r Payment for furnishing and installing sanitary sewer cleanout will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, pipe, fittings, cleanout frame and lid, installation, adjustment of frames to grade, appurtenances, connections, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all cleanouts in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Items 25). 1-09.14(2)R Sewer Bypass Pumping (Bid Item 18) Section 1-09.14(2)R is a new section: wr Measurement for sewer bypass pumping will be per lump sum in conformance with the Contract Documents. +rr 53 +r Payment for sewer bypass pumping will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, pumps, hoses, fuel, set-up, maintenance, removal, pipe, fittings, appurtenances, connections, water, cleaning, temporary pavement patching, etc. required to complete all sewer bypass pumping in conformance with the Contract Documents. 1-09.14(2)S Connect New Sewer to Existing Sewer Manhole (Bid Item 19) Section 1-09.14(2)S is a new section: Measurement for connect new sewer to existing sewer manhole will be per each in conformance with the Contract Documents and includes the connection of the new alley sewer (between Wells Ave N and Williams Ave N) to the existing manhole in N 6`h St (Sheet 4 of the Plans) and the connection of the new sewer to the existing manhole in Renton Center(Sheet 6 of the Plans). Payment for connect new sewer to existing sewer manhole will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, core-drilling, Kor-N-Seal boot, installation, appurtenances, bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and cleanup, etc. required to complete all reconnect new sewer to existing sewer facility in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Item 25). 1-09.14(2)T Furnish and Install 12-inch CPEP Storm Pipe (Bid Item 20) Section 1-09.14(2)T is a new section: (******) Measurement for furnishing and installing 12" diameter CPEP storm pipe will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12" diameter CPEP storm pipe will be made at the amount bid .rr per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings,bedding, and pipe zone fill material, appurtenances,placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary pavement patching, etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items(See Bid Item 25). rr 54 WA ,rr 1-09.14(2)U Furnish and Install Type-I Catch Basin (Bid Item 21) Section 1-09.14(2)U is a new section: Measurement for furnishing and installing Type-I catch basin will be per each for each Type-I catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Type-I catch basin will be made at the unit price bid per each, w which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, Type-I catch basin, frame and grate, installation, adjustment of frames to grade, appurtenances, connections, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, etc. required to complete the work in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Items 25). 1-09.14(2)V Furnish and Install Storm Inlet (Bid Item 22) Section 1-09.14(2)V is a new section: Measurement for furnishing and installing storm inlet will be per each for each type storm inlet installed in conformance with the Contract Documents. Payment for furnishing and installing storm inlet will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, storm inlet, frame and grate, installation, adjustment of frames to grade, appurtenances, connections, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, etc. required to complete the work in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Items 25). rw 1-09.14(2)W Connect New Storm Sewer to Existing Catch Basin (Bid Item 23) Section 1-09.14(2)W is a new section: (******) so Measurement for connect new storm sewer to existing catch basin will be per each in conformance with the Contract Documents. Payment for connect new storm sewer to existing catch basin will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal +. and disposal of waste material including existing pipes and structures in the excavation, foundation material, core-drilling, grouting, installation, appurtenances, bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and cleanup, etc., required to complete all reconnect new storm sewer to existing catch basin in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Item 25). 1-09.14(2)X Removal and Replacement of Unsuitable Foundation Material(Bid Item 24) Section 1-09.14(2)X is a new section: (******) Measurement for removal and replacement of unsuitable foundation material shall be measured in tons based on the placed weight of material installed. Placement of foundation material will be 1W 55 �+r measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany wr each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, water, compaction, removal and disposal of waste go material, etc.,required to complete this item of work in conformance with the Contract Documents. 1-09.14(2)Y Select Imported Trench Backfill (Bid Item 25) Section 1-09.14(2)Y is a new section: Measurement for select imported backfill shall be measured 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 or as approved by the Engineer will be deducted from the certified tickets. Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc., required to complete this item of work in conformance with the Contract Documents. urr 1-09.14(2)Z Asphalt Patch including CSTC (Bid Item 26) Section 1-09.14(2)Z is a new section: Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for asphalt concrete patch, including crushed surfacing top course (CSTC) and asphalt concrete, will be made at the amount bid per square yards, which payment will be complete of compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction, water, temporary trench patch(placement and removal), pavement saw cutting, asphaltic materials, tack oil, placement, final trench patch, cleanup, etc., required to complete this item of work in conformance with the Contract documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with Specifications. 1-09.14(2)AA 3-inch Deep Asphalt Alley Rebuild including CSTC (Bid Item 27) Section 1-09.14(2)AA is a new section: (******) Measurement for 3" deep asphalt alley rebuild, including CSTC, shall be measured in square yards of horizontally over the completed surface of the alley. Alley measurement width shall be as defined by the limit of asphalt overlay payment shown in the Contract Documents,unless otherwise approved by the Engineer. Payment for 3" deep asphalt alley rebuild including crushed surfacing top course (CSTC) will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, crushed surfacing top course (CSTC), compaction, asphaltic 56 rrr ar *a materials,tack oil, placement, roller compaction,joint sealing, cleanup, etc., required to complete this item of work in conformance with the Contract Documents. in 1-09.14(2)AB Replace Pavement Markings and Traffic Buttons (Bid Item 28) Section 1-09.14(2)AB is a new section: Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks, we railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract Documents and/or those that existed prior to construction which are damaged, disrupted or removed as a result of construction of this project,unless otherwise approved by the Engineer. 40 Payment for replace pavement markings shall be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, paint, traffic buttons, to thermoplastic markings, preparation, finishing, cleanup, etc., required to compete this item in conformance with the Contract Documents. 1-09.14(2)AC Remove and Replace Concrete Sidewalk and Driveway(Bid Item 29) +■► Section 1-09.14(2)AC is a new section: Measurement for remove and replace concrete sidewalk and driveways shall be in square yards of sidewalk and driveway repair required for installation of utilities as shown in the Contract Documents,unless otherwise approved by the Engineer. Payment for remove and replace concrete sidewalk and driveways will be made at the amount bid per square yard, which payment will be complete compensation for all labor, equipment, materials, removal of existing, materials hauling, preparation, forming, placement, finishing, cleanup, etc., required to compete this item in conformance with the Contract Documents. 1-09.14(2)AD Remove and Replace Concrete Curb and Gutter(Bid Item 30) Section 1-09.14(2)AD is a new section: Measurement for remove and replace concrete curb and p gutter shall be in lineal feet of curb repair required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for remove and replace concrete curb and gutter will be made at the amount bid per lineal foot,which payment will be complete compensation for all labor, equipment,materials, removal of existing,materials hauling,preparation, forming, placement, finishing, cleanup, etc.,required to compete this item in conformance with the Contract Documents. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all rr construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or r adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: 57 air When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be 40 all items described in Section 1-10, including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; rr► 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. go 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special w provisions, or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item"Traffic Control" appears in the proposal, then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. '� Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). rr 58 ®r► ..� Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. +�■► 1-10.2(2) Traffic Control Plans Section 1-10.2(2)is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in ow conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. go 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: .r At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs WW Section 1-10.3(3)paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit +o contract price for the various other items of the work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". aw No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. • 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control,"Lump Sum. do 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: MW 59 Im 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. • 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the w method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark)will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling ,r monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. av Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be 0 identified as Point No. 348.16.01, the second point would be 348.16.02, etc. 60 a .r Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments w. Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument:Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to �► and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street ow intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or"as- builting" while occupying one such monument and sighting another such monument. A minimum of wr two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. ow If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch Mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic Mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the wr► specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch Mylar, and the original or a photographic Mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each +++ drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation(if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. 1W 61 va Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, err Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station-- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 14 1.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. w The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. r 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. w 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, so TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur ,w prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of 01n the"as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein. 62 r .r All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface,per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection(PI), point of tangency(PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 40 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged ,o with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments dw Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover do Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP �r 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees,which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 63 4r Wt 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: (******) The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. lit 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs " Section 2-02.3(3) is revised and supplemented as follows: Item"1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: (******) Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of work. a� 2-02.5 Payment Section 2-02.5 is supplemented by adding: (******) "Saw Cutting",per lineal foot. "Remove Sidewalk",per square yard. "Remove Curb and Gutter",per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation,backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 64 ,r. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus �r excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as r 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. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions,as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in m grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. ,.; The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to .� complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a ■ subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 9w 65 ,+rr i1. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation-by the cubic yard(adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date,and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item.All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul,"per cubic yard "Removal and Replacement of Unsuitable Foundation Material,"per ton "Gravel Borrow Including Haul,"per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of work other than roadway excavation shall be paid at unit contract prices. A0 The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for excavating, loading,placing, or otherwise disposing of the material. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation Material"shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item.All costs for embankment f' compaction shall be included in other bid items involved. 2-04 HAUL rr 2-04.5 Payment Section 2-04.5 is revised and supplemented as 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 of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the as construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description ' Section 2-09.1 is supplemented by adding the following: rr 66 to ..r This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: �r All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul,the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: +�. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the Contract. •r "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer,then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. 67 �e "Gravel Backfill(Kind)for(Type of Excavation)",per cubic yard or per ton. ► "Controlled Density Fill",per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. r 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. Alt The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: (******) to Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1'/ inch minus crushed surfacing base course placed to a compacted thickness of 2'/z inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1'/z inches. HMA Class '/z" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. , Private Driveways Where a private driveway is damaged by either construction of the proj ect or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner,the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint(real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City,King County, and to its original condition or better. 68 ,■,� 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5)is supplemented as follows: The Contractor shall maintain existing surface contour during patching,unless otherwise instructed by City Engineer or King County inspector. 5-04.3(5)A Preparation of Existing Surface + Section 5-04.3(5)A is supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the r project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked" from one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. 1r All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap,catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" -6"in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. awl, The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor,materials,tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 2. Nonstatistical EWA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2)and 9-03.8(6). The 69 r Contractor must submit the mix design using DOT Form 350-042 ER Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula(JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. rr Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in „ the following applications: sidewalks,road approaches, ditches, slopes, paths,trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. di Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors r1 Constituent Factor 4" All aggregate passing: 1 !/2", 1", '/", '/z", 3/8"and No.4 sieves 2 �r All aggregate passing No. 8,No 16, No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 r Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. rW 70 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested,HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 71 rw 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period,prior to use by vehicular traffic. Within paved streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2"of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not , use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges,ruts,bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair,patch,or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS 7-01.2 Materials ' The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment 1, zinc coated (galvanized) steel with Asphalt Treatment 1, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene(PE)at the option of the Contractor unless the Plans specify the type to be used. so 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: 72 PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the Contract does not include "Structure Excavation Class B" or"Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract r pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. .. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch w basins and similar type structures. 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no 73 x bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. If Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. wr 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1)is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing 74 the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the �. casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to aw grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned(or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the �. pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation(See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3)is supplemented by adding the following: 75 r it Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb Vi inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans,additional structure channeling will be required. At Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal"boots. Existing sanitary sewer manholes shall be cleaned,repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. w A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, It or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor,materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system No Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT) rl. Finish:Two or more coats of Wasser MC-Aroshield(min.4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: (******) "Adjust Existing ,"per each. The unit contract price per each for"Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the at schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. r 76 ot r "Connect to Existing Catch Basin,"per each. "Connect Structure to existing pipe,"per each. ■r. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1)of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. �. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50-foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths)flow elevation,unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed r 77 wr 4 directly on rough ground but shall be supported in a manner,which will protect the pipe against injury rr whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired,or a new undamaged pipe shall be furnished and installed. so The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs,which may be permitted by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at r� uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. go Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: rtt All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: Ali In the trench,prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 78 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 8 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9- 03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the to of the bedding and 4 feet below p g grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. r In cuts transverse to the road alignment and at all utility crossings, the entire trench shall be backfilled with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum lifts. After backfill and compaction, an immediate cold mix patch shall be placed and maintained in a manner acceptable to the King County Inspector until replaced with a permanent hot mix patch. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may r occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D 1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ",per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding",per cubic yard or ton. 79 wrr All costs associated with furnishing and installing bedding and backfill material within the pipe zone rr in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe",per each. "Commercial Concrete",per cubic yard. "Structure Excavation Class B",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B",per square foot. If this pay item is not in the Contract,then it shall be incidental. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: ; Long radius (500 feet or more)curves, either horizontal or vertical,may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: (******) rr Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: (******) Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional art tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1)is supplemented by adding the following: 80 am When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP(1 5116 I.P.S.). The City will also accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are err included in the proposal: "Plain Conc. Sewer Pipe_In.Diam.",per linear foot. "Cl._ In Reinf. Conc. Sewer Pipe_In.Diam.",per linear foot. wr "PVC Sanitary Sewer Pipe . Diam.",per linear foot. "Ductile Iron Sewer Pipe In. Diam.",per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, " special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. "Testing Sewer Pipe",per linear foot. The unit contract price per linear foot for"Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe"is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material",per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer",per cubic yard or ton. The unit contract price per cubic yard or ton for"Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish,place, and compact material in the trench. "Television Inspection",per linear foot. 7-20 Cured-In-Place Sewer Pipe 81 w.+ ull 7-20.1 Description This work shall consist of cured in place relining of an existing 24" sanitary sewer main as shown on the Contract drawings. ' The work shall consist of,but not be limited to: trr • Sewer line cleaning • Television inspection,main sewers • Sewer main lining using the following approved materials • Cured-In-Place Pipe for Existing Sanitary Sewer Rehabilitation • The Contractor must be trained and certified by the manufacturer of the product to be used and have a minimum of two(2)years experience in installation of said product. Documentation supporting certification and experience must be turned in within 5 days of the award date. 7-20.2 Materials & Construction w 7-20.2(1) Submittals The Contractor shall submit,to the City,three sets of submittals. Each set shall contain the following so information: • Manufacturer information on the product(s)to be used. Said information shall include the storage and usage information on the pipe material,physical properties of the finished pipe, and recommended methodology for future external connections to the lined sewer main.. This would also include storage and usage information on materials or processes used in the rehabilitation of r� the sewers (i.e.: cure temperature and time recommendations from the manufacturer of a resin used for cured in place pipe). • Manufacturer information on the equipment used during the liner process. This also includes items such as calibration history of gages used to monitor temperature,pressure,or pulling forces. • A Gantt chart(bar chart) schedule for the project. • A traffic control plan. it • Proposed method of bypassing sewer flows if necessary. wr o 82 rw + 7-20.2(2) Cleaning Main Lines • Intent: The intent of sewer line cleaning is to remove foreign materials from the line and restore the sewer to a minimum of 95%of the original carrying capacity. Since the success of the other phases of work depends a great deal on the cleanliness of the lines,the importance of this phase of the operation is emphasized. It is recognized that there may be some conditions such as broken pipe and minor blockages that may prevent cleaning from being accomplished or continued. Should such conditions be encountered,the Contractor will not be required to clean those specific pipeline sections. If in the course of normal cleaning operations, damage does result from pre- existing and unforeseen conditions such as broken pipe, the Contractor will not be held responsible. • Cleaning Equipment: All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. The equipment shall carry its own water tank auxiliary engines,pumps, and hydraulically driven hose reel. • Cleaning Precautions: During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools(which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of sewage in the ®" sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. The Contractor shall be responsible for obtaining a hydrant meter from the City and for approved backflow prevention. rrr • Sewer Cleaning: The designated sewer lines shall be cleaned using high-velocity jet. Selection of the equipment WL used shall be based on the conditions of lines at the time the work commences. The equipment and methods selected shall be satisfactory to the Owner's representative. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer ■ lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists and the cleaning effort shall be "•" abandoned. • Root Removal: ru Roots shall be removed where root intrusion is a problem. Special attention should be used during the cleaning operation to assure almost complete removal of roots from the joints. Any 83 r• roots that could prevent proper installation of the liner pipe shall be removed. Procedures may include the use of mechanical equipment such as rodding machines,bucket machines and winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners. • Material Removal: Sludge, dirt, sand,rocks, grease,and other solid or semisolid material resulting from the cleaning a operation shall be removed at the downstream manhole in the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. • Disposal of Materials: The Contractor shall dispose of all debris removed from the sewers during the cleaning operation in compliance with all required regulations and established guidelines. • Final Acceptance: Acceptance of sewer line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the Owner's representative. If TV inspection shows the cleaning to be unsatisfactory,the Contractor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to be satisfactory. 7-20.2(3) Television Inspection, Main line Television inspection of the sewers shall be a two-part effort. After cleaning, and prior to the lining, sewer mains and laterals shall be visually inspected by means of closed-circuit television(CCTV). A second CCTV inspection shall be done after the installation of the new pipes and the lines have been cleaned and flushed. Both video inspections shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the Engineer. The television camera used for the inspection shall be one specifically designed and constructed for such inspection of both the mains. Lighting for the camera shall be suitable to allow a clear picture of w the entire periphery of the pipe. The camera shall have rotational capabilities and be used by the operator to view up each side sewer connection and provide best views of any non-conforming items. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Owner's representative and, if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the original, unedited,videotapes. Said videotapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (15/16 I.P.S.). . The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner,and provide completed forms and video tapes of the completed TV inspection to the Owner. The camera shall be moved through the line at a moderate rate, stopping when necessary to permit u proper documentation of the sewer's condition. In no case will the television camera be pulled at speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered A 84 1 Wo rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If, during the inspection operation, the television camera will not pass through the entire manhole section, the aw Contractor shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire manhole section,the inspection shall be considered complete and no additional inspection will be required. r When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communication shall be set up between the two manholes of the section being inspected to insure good communication between members of the crew. The importance of accurate distance measurements is emphasized. Measurement for location of defects shall be above ground by means of a meter device. Marking on the cable, or the like, which +■• would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Owner's representative. err. The Engineer will utilize these video examinations as the inspection of the cleaned line and the new slip-lined mains and service laterals and will base their acceptance of the new portions of these mains and service laterals on this,as well as on-site inspection and other tests required by these Specifications prior to the installation of the inserted pipe. Documentation of the television results shall be as follows: (a) Television Inspection Logs - Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each infiltration point observed during inspection. In addition, other points of significance such as locations of service laterals, unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded and a copy of such stir records will be supplied to the Owner. (b) Photographs - Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Owner's representative. (c) Videotape Recording - The purpose of tape recording shall be to supply the visual and err audio record of services and problem areas of the lines that may be replayed. Original, unedited, video tape(s) shall be delivered to the Owner for review. The Contractor shall utilize video equipment with the ability to provide the simultaneous recording or play back of two tapes. Said equipment shall be utilized to provide a second original for use by the Contractor and to provide the ability to play the `post cleaning' tape for reference during the re-establishment of services. srr The costs incurred in making the initial inspection of these sewer mains, including the use of this examination as the video inspection of the inserted sewer pipe installations shall be included in the bid for"24-inch Cured-in-Place Sewer Pipe". The Contractor shall bear all costs incurred in correcting any deficiencies, found during television inspection, of the installation of the inserted sewer pipes, including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. 85 ow 7-20.2(4) Cured-in-Place Pipe,Main Sewers (Inversion Method) • Intent: It is the intent of this Specification is to provide for the rehabilitation of sewers by the insertion of a cured in place pipe into the existing sewer line. When complete,the liner pipe shall extend from one manhole to the next manhole in a continuous,watertight length. The liner pipe and installation shall be in conformance with ASTM F-1216. • Corrosion Resistance Requirements: The finished pipe in place shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to domestic and industrial sewage. • Materials: (a) The material shall be fabricated to a size that when installed will nearly fit the interior of wi► the pipe. Allowance shall be made for circumferential stretching during inversion. (b) The minimum tube length shall be that deemed necessary by the Contractor to effectively span the distance between the access points. (c) Unless other specified, the Contractor will use a polyester resin and catalyst system compatible with the inversion process and having the following physical properties for the cured pipe: Flexural Stress Modified ASTM D-790 4,500 psi Flexural Modulus of Elasticity Modified ASTM D-790 250,000 psi (d) The wall thickness of the finished product shall be not less than the minimum required by inM ASTM F-1216,Appendix XI. (e) The structural performance of the fmished pipe must be adequate to accommodate all anticipated loads throughout its design life. No pipe reconstruction technology will be allowed that requires bonding to the existing pipe for any part of its structural strength. • Safety: The Contractor shall carry out his operations in strict accordance with applicable OSHA standards. Particular attention is drawn to those safety requirements involving working with scaffolding and entering confined spaces. • Bypassing Sewage The Contractor,when required, shall provide for the flow of sewage around the section or sections of mainline pipe designated for rehabilitation is located. The bypass shall be made by +r+ plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. ' to 86 Ws air • Line Obstructions It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, dropped joints,protruding side sewer taps,roots or collapsed pipe that will prevent the insertion of rehabilitation pipe. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of the work and shall be considered as a separate pay item. "` • Cleaning of Sewer Line It shall be the responsibility of the Contractor to remove all internal debris out of the sewer line 'W per these Specifications. • Installation Procedures rrr (a) The Contractor shall designate a location where the tube will be vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the materials and the `wet-out' procedure. A catalyst system compatible with the resign and tubing shall be used. (b) A scaffold or elevated platform shall be erected at the upstream access point. The tube shall be inverted using an `inversion elbow' at the bottom of the manhole or an `inversion ring' above ground. The tube shall be inverted(turned inside-out)with water pressure. (c) After the inversion is complete, the Contractor shall supply a suitable heat source and water re-circulation equipment. The equipment shall be capable of uniformly raising the water temperature to a level required to effectively cure the resin. Equipment and •■ process(es)used for steam or heating must meet state and local requirements. (d) The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gage shall be placed between the tube and the host pipe in the downstream manhole at or near the bottom to determine the temperatures during cure. Water temperature in the pipe during the cure period shall be as recommended by the resin manufacturer. (e) Initial cure shall be deemed complete when inspection of the exposed portions of the tube appear to be hard and sound, and the temperature sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer and may require continuous re-circulation of the water to maintain the temperature. .r (f) Cool Down: The Contractor shall cool the hardened pipe to a temperature below 100°F before relieving the hydrostatic head. Cool down may be accomplished by the .� introduction of cool water into the inversion standpipe to replace water being pumped out of the manhole. Care shall be taken to maintain proper pressure throughout the cure and cool-down period. Cool down shall be per manufacturers' recommendations for pipe and resin. 87 4 (g) Finish: The new pipe shall be cut off in the manhole at a suitable location. The new pipe shall not be left through the manhole to be used as the channel. The finished product shall be continuous over the length of pipe reconstructed and be free from dry spots, delamination and lifts. It shall also meet the leakage requirements or pressure test ,rr specified in Section 7-17.3(2)F. During the warranty period, any defects, which will affect the integrity or strength of the project, shall be repaired at the Contractor's expense, in a manner mutually agreed upon by the Owner and the Contractor. (h) After the pipe has been cured in place, the Contractor shall reconnect the existing service connections. This shall be done from the interior of the pipeline without excavation using a robotic cutter. The mainline pipe opening shall be prepared to accept the lateral CIPP and the mainline reconstructed pipe shall be maximized to obtain the best possible seal. • Testing: The watertightness of the sewer shall be gauged while curing and under a positive head. sr • Cleanup: Upon acceptance of the installation work and testing,the Contractor shall reinstate the project as area affected by his operations. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 1",per each. "Raised Pavement Marker Type 2",per each. "Raised Pavement Marker Type 3- In.",per each. "Recessed Pavement Marker",per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a separate pay item. 8-13 MONUMENT CASES wr 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: 88 ur The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the surveyor in accordance with RCW58.09.130. ow 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: ow All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument"per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4)is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. r The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. `w 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: 4W When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the Plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for"Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 89 r 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp,Cement Concrete,"per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Cone. Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete." 8-17 IMPACT ATTENUATOR SYSTEMS ■r 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for"Traffic Control." 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.2(1) Equipment List and Drawings (******) Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved Plans. 2. Signal standards with or without pre-approved Plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1)is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: (******) Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two-lane or three-lane,two-way highways. 90 1in1 .. to Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. air Approach Line(New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements,to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line(Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. wr Two Way Left Turn Line(Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line(Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) ;M A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment w Section 8-22.5 is supplemented as follows: (******) "Approach Stripe,"per linear foot. "Remove Paint Line ....." wide,"per linear foot.* "Remove Plastic Line ......"Wide,"per linear foot.* aw "Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for"Remove Paint Line" and"Remove Plastic Line" and the lump sum MW contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of as prices,then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. No �r+ 91 8-23 TEMPORARY PAVEMENT MARKINGS ' 8-23.5 Payment Section 8-23.5 is supplemented with the following: If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under"Traffic Control," if that item is included as a bid item. 9-03.8(7) HMA Tolerances and Adjustments so Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: rrr Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 1", 3/", 'h", and 3/8" sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% +8% rtr U.S.No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% U.S.No. 50 sieve ±4% ±6% ` w U.S.No. 100 sieve ±3% ±5% U.S.No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5%below minimum value in 9-03.8(2) VIA min. and max. as listed in 9-03.8(2) Va 2.5%minimum and 5.5%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100%passing will be 99-100. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS wr 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: (******) Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type Il in conformance with ASTM C150. No admixture shall be used unless otherwise specified. so 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: 92 Oki All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3)is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. u�r 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4)is supplemented by the following: +r Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) •"' Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. +�+• Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam Wr paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs,having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The ++ bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch+ 1/8 inch wide (measured outside to outside) and a minimum of.4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. w. 93 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: r 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. ,, 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted rrr r 94 No am 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide(measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to + center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe 'a wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. +rw 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEXTm 4100 High-density Polyethylene Piping .�r 1 General Terms and Conditions 1.1 Scope-This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance with these Specifications. +rr 1.2 Engineered and Approved Plans-Construction shall be performed in accordance with engineered Construction Plans for the work prepared under the direction of a Professional Engineer. .�r 1.3 Referenced Standards -Where all or part of a federal,ASTM,ANSI,AWWA, etc., Standard Specification is incorporated by reference in these Specifications,the reference standard shall be the rrr latest edition and revision. 1.4 Licenses and Permits—The Contractor shall be licensed and bonded. 1.5 Inspections -All work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion,these Specifications or standard construction r practices are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall,by written notice, order further construction to cease until all deficiencies are corrected. gin► 95 +iw 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers -The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 4W 2.2 Materials -Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI(Plastics Pipe Institute)TR-4, with a standard grade HDB rating of 1600 psi at 73°F. Color material,when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order,the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings-The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- �+► contractors or distributors are prohibited. 2.4 Polyethylene Fittings&Custom Fabrications -Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings-Fabricated fittings shall be made by heat fusion joining specially machined ,r shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. as Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters-Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing + ► surface of the flange adapter shall be machined with a series of small v-shaped grooves(serrations)to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings&Flange Bolts -Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 66 96 a* go 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: Cl No Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC r Preparation: SP-7(Sweep or brush off blast) Application: Shop/Field:The drying time between coats shall wr not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of AV Wasser MC-Aroshield high solids urethane(2.0 DFT)Finish: Two or ow more coats of Wasser MC-Aroshield(min. 4.0 DFT) Color: White 40 6-12.3(3) Rejection Of Material No The Inspector will have the authority to reject any defective material and to suspend any work that is being improperly done, subject to the final decision of the Engineer. All rejected material will be removed from the construction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. 40 6-12.4 Measurement Measurement of the finished rock wall for payment will be made from the footing grade to the top of as the wall and rounded to the nearest square yard. 6-12.5 Payment Payment will be made under the item"rock retaining wall",per square yard. The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place and shall include all work, materials, and equipment required to complete the installation, including drainage pipe and all other items. �r SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. war +rr ww 97 err r C, ,>r n a r� y ' 3€ r ,. r„A y �,€ F; R yy 't' x _ a� t � a - .+ I ;s^' F t F is x`a' s 5 N i & - r' :,:� *” =t 2 `' i S," `n P fr x ."t'S»" r :E* a 3„ - �,.�+';y?;'� x ' '' z gA� 7 ti � 'W a ' u?s �r�' s s'� ', .�e1� IM AX, 11 a r * `^ ; , : , ,* Y � � { z"� js= t $�" �� ,, � _p �� �.''z '4�``' '� 'a rv `*t s�' 4 e z 11 s t s -£ 'v�"r ?} ; ter s-y. u Y � r 3 f L a� S,£ ` { ,11 "� 4, -fie}9" f"z`-z- r} < "`"� aa - ^`�. �` '`* -pia ` r R K�,�w---',!F� 116, "F,y iN R a{ p Y 'S­ ­,". ,­­ �� , _�� ',i,�Z , I TIN .0 k MR�, -pr"',_." ",-,,-�-I'll f J �,", kN ,gnn 01�000_ 7 �",�:�i 1?,�, -- ,v,rk r & s:, �­ � HOW); "". -, 11 :,W"all , , �,,,0. ­,� " 1� _VC ,I --Wf -­ I 1�_ ,LA'I�"P,1 ,, ,I �:'T. `�,', -, 1.q W-OW-ALOTA __ �, "� ­ � ,-i-i �Z:,� �, :1 _ I � "',� " , _ , � I I , - - __ I -, , "�_-"I- ,� "',- ­2_l- 'Y_5,',P�',1, i,�'�,__11__"_1',:__:1i__,"_11�,I,�',��,�`_,r_,- , - - . , ,,,`�`�_� v,T;`�� , " - ­ �. ��,,-, ,­,­F,,�,'�Xi� ,� �';'-','-�--pm-A I A ARAS , , , , �_ , 1 , ", - . �"1".� � , ,�­ �� ­gx�,� ......i . ��Vyn"I O��", ­7, ­'�,',0 i, ,"',,­`,,�,1111�1'11 _�� , � ", ,�,�� _�­�����,�,-11111111111ji'a" �,; � � j, ��, �,�,, , ,Ft'.'.�4 A; 9 � - '.� , �_ '­I'll �­11_,� , " �R�� I,-, ", WN of,'".", ­,��,,A_"­t, � ­�­ -­�, , ", -�i','_�:r , _ � "I 11 I c " - ­ -- ­ 0",I I 11�� ­ , , ,�',�-Wjxtq out VNIQ01not 11`-,2 V ":N�710�11 a �� si p , n: , '° , -, . __ , "_"�,_,_" " " , - ­ ,­­­ - , � I,�,.-� -,,,,,:-� j, _ '' � --- '1_1111�_�"'_,_,�:�11__ ­ , -, ,,,,- _ �, ,�, _",� j�_ -_ ­� e."'k, ­1,-,�'­, i1­1_11 W , , 7"­�- ,,, � ""'.` - i��,,,',_-,,: 1,11 -,I -- , , , :` "" L Aw Q �Sl 01"L _ _i,,',�­, � _ AV,� i, ��, "' - ,,� :��:�_,:�,` � -,,,- - , ­ � I ,1 ,_ ,_ ,- �1- _�', ,� ,':1_�� �, '. , St - Ts „,, �,� �,,�­?�400q, ,,,, ,� K!"w 1"S”Q0 j � K o no'"Y7 , 1;�,, , " ,- :", ," I �" 7 4 t> , C ' t '' , I "I�l I­ i, , �-q M,­ r 1x.#�' a k x,01 in; ,, 1--l-, I 3 .ar A ,�,��­'­ ""M I I- I ­_ - , "I­­."j,�­-'r,-,, -X, ,",-, t, ,�' r. i, , ,, : -,-I - ��Z-1,�£ `�ji r x z , T> a tk £ "r4 's 'F# _v L "} qw! to L t,v+''C 4 T s. s t 1 T Y ? �,, 1110"k x�; €7�.#y F' ro� h '" "I Z z x t: 777777 r is 1 ,. $ n c 0- R z >� <;�g y - .- weg ry"s A! �jj a n V , ,_;t ,� � a 's F,11 x . NOT T z ME x zbr �, '`u' r # } T - nr5 r a 4 wt;� a� bs+ `T �' 'f.:`C -K z t ,. ? ', .' qV MA"azy, zA T x r »N I-" 4 RP __ _ I I yl§N�1,1�P T »� t .i` d'S h 3 ytii 'mi' yfq(* � � '411` z k, lNg €� ' t � s {e -AIM sc ,� I 7,��� ������� �& 1 ,: -, :,,-, �� V MANHOLE FRAME AND COVER 6„ SEE DRAWING BR29 (SP PAGE B074) a 12" MAX. 24" ADJUSTMENT (4" MIN.) FD CONE RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 I `C' STEPS — 3/4" DEFORMED BAR STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., 7' MIN. OR APPROVED EQUAL. A' — 4(TYP) MAX. PIPE SIZE — `E' LADDER—STD. ALUMINUM OR GALVANIZED STEEL MORTAR FILLET CONCRETE SHELF PRECAST BASE S ECTION OR CAST IN SHELF. ,B, 7 6" MIN. (TYP) SANITARY MANHOLE TYPICAL DETAIL 7 NOT TO SCALE rr 'A' 'B' ,C, 'D' .E, 48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. NOTES: 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. SANITARY MANHOLE 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL, TYPICAL DETAIL 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. ADOPTED 7 .► CITY OF RENTON i �N. STANDARD PLANS ✓.'j�-m`-� LST DATE: 04/04 04 10 0 Revised notes. DMC sm �0/17/961 Added notes. AG DATE I REVISION I BY APPR'D DWG. NAME: B071 SP PAGE: B071 da 24"x 6" FRAME AND LIP PER DRAWING BR29, SP PAGE BO74. rir 4" MIN. TO 12" MAX. OD G a L 24, -i Q rrt T `-) O 00 12" N O m _Z G m Q G' N Q J 4" 1 q_ 54" a� a o . JO GL o,,Go ` >' . J+0 .L G > ` >' G' e a nG ,. • , L 6 6" NOTES: 1. STEPS TO BE 3/4" 4 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. OPENING SHOULD BE ON DOWNSTREAM SIDE. 6. ALL JOINTS SHALL BE GROUTED. 7. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE 7 LARGEST PIPE. 10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. 7 SANITARY SHALLOW MANHOLE TYPE B **7w " ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 10/17/96 EDITED NOTES DCV AG 3/8/95 EDITED NOTES DCV AG DATE REVISION I BY APPR'DI DWG. NAME: BO72 SP PAGE: 8072 rs �w I a � � D LETTERIIvIC b0 = 0o nn on ouo I zs C c� Ell 1 All i`. NOTES: MANHOLE 1. ALL COVERS SHALL BE LOCKING LID PER EAST JORDAN IRON WORKS. FRAME AND COVER YYY INC. No. 3705 (LOCKING) OR EQUAL. I 2. FRAME AND COVER SHALL BE A WATER TIGHT ASSEMBLY. 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). Y r) ADOPTED rJ CITY OF RENTON ♦ A i STANDARD PLANS G '1 �. Pe,,sed nctes ara C-LOd r. r,nDe T m C'' LST DATE: 04 04 10 D3 -nd DcO,i JDH G1.4`- DATE REVISION BY APPR'D DWG. NAME: B074 SP PAGE: B074 RECESSED LIFT POCKET 11 N.C. SOCKET HID 2'-011 III a, SCREW 1 Y4" LONG (BRONZE OR S.S.) Y2" 2" RAISED PADS 1 -0 111111CONCRETE FIBER JOINT CLASS 3000 Y4" PACKING 12 14" WATER TIGHT 1 2" Y8 PLUG 45- (1/8) BEND Y8 Y4. 3/4 8" )/4 2" 12 )/4 14" 0 CAST IRON RING AND COVER PIPE MATERIAL AS SPECIFIED to I BY THE ENGINEER PLUG TO BE SEALED IN SAME MANNER AS - - ----------------------- MAIN SEWER JOINTS.- 11 1 NOTES: 1. 8" CLEANOUTS SHALL BE EAST JORDAN IRON WORKS, INC. No. 3698 OR EQUAL. CLEAN OUT SHALL BE A WATER TIGHT ASSEMBLY. 8 OR 6 INCH CLEANOUT 2. IN UNIMPROVED AREAS, POUR A l'-O" THICK, 2'-0" SQUARE CONCRETE, CLASS 3000, PAD AROUND THE RING AND COVER. 4. IN ASPHALT ROADWAYS, RESTORE AROUND CLEANOUT RING AND COVER AS REQUIRED BY STANDARD DETAIL DRAWING BR36. y ADOPTED *cS-*q"t2v"'?3 CITY OF RENTON STANDARD PLANS e" -/0`�� INV ITT LST DATE:03/2005 DWG. NAME: B076-1 I DATE-L REVISION BY SP PAGE: B076.1 BACKFILL MATERIAL W (SEE NOTE 4) LIMITS OF PIPE ZONE (SEE NOTE 5) CONCRETE CLASS C ` 1 (SEE NOTE 8) C r FOUNDATION LEVEL A (CLASS A DESIGN) �- d rW (SEE NOTE 4) LIMITS OF PIPE ZONE +rr BACKFILL MATERIAL (SEE NOTE 5) g BEDDING MATERIAL FOR RIGID PIPE (SEE NOTE 6) FOUNDATION LEVEL B (CLASS B, C, D, DESIGN) BEDDING FOR RIGID PIPE rW (SEE NOTE 4) LIMITS OF PIPE ZONE TO„ BEDDING MATERIAL FOR FLEXIBLE PIPE (SEE NOTE 7) B FOUNDATION LEVEL , (CLASS F DESIGN) BEDDING FOR FLEXIBLE PIPE NOTES 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. IIB - 2. HAND TAMP UNDER HAUNCHES. - 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. BEDDING CLASS DESIGN 4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY DIMENSION CLASS A CLASS B CLASS C CLASS D CLASS F } SEWERS SECTION OF THE STANDARD SPECIFICTATIONS FOR TRENCH WIDTH "W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL 6" MIN. TRENCH WIDTH, EXCEPT FOR CLASS A BEDDING. THE MINIMUM CONCRETE WIDTH SHALL BE 1-1/2 I.D. + 18". A 1/4 I.D. 6" MIN. 4MIN. ZERO 6" MIN. 12" M AX. 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING SEWER TRENCHES" 7 IN THE SANITARY SEWERS SECTION OF THE STANDARD SPECIFICATIONS, B 1/4 O.D. 1/2 O.D. 1ZERO O.D. EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL. C 3/4 O.D. 1/2 O.D. 1O.D. — 7 6. SEE "BEDDING MATERIAL FOR RIGID PIPE" IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS FOR THE MATERIAL SPECIFICATIONS. 7. SEE "BEDDING MATERIAL FOR FLEXIBLE PIPE" IN THE AGGREGATES SECTION OF STANDARD SPECIFICATION FOR THE MATERIAL SPECIFICATIONS. 8. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. PIPE BEDDING FOR SANITARY SEWER 1 ADOPTED A CITY OF RENTON STANDARD PLANS 1-31-05 Update Dimensions in Table MB MB ~�' T - LST DATE: 01/05 4–a-97 Corrected note 4 DCV DT 2-21-91 Revised notes, 4,5.7,& 8. Added note 6 KJ ---- DATE REVISION BY APPR'D DWG. NAME: 8077 SP PAGE: 13077 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 1 300 350 400 450 500 w 0 0 20 40 59 79 99 119 139 158 170 170 a 50 35 55 75 95 114 134 154 174 178 177 177 10� 100 70 90 110 130 150 169 187 186 184 183 182 150 106 125 145 165 185 195 193 191 189 187 186 a200 141 161 180 200 202 199 197 195 193 191 190 0 250 176 196 214 209 205 202 200 198 196 194 193 300 211 220 215 211 208 205 202 200 198 197 195 ? 350 227 221 217 213 210 207 205 202 201 199 197 co 400 227 222 218 214 211 209 206 204 202 201 199 450 227 1 222 1 219 215 213 210 208 206 204 202 201 TIME (SECONDS) Ylri 6 IN. DIAMETER PIPE LENGTH(FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 20 40 59 79 99 119 139 158 170 170 ar a 50 55 75 95 114 134 154 174 192 190 188 186 w 100 110 130 150 169 189 209 210 207 203 201 198 w 150 165 185 205 224 233 227 222 217 214 210 208 a 200 220 240 257 248 241 235 230 225 222 218 215 0 250 275 271 261 253 247 241 236 232 228 225 222 z 300 283 273 264 257 251 246 241 237 233 230 227 350 283 274 267 260 254 249 245 241 237 234 231 ° 400 283 275 269 263 257 252 248 244 241 238 235 450 283 276 270 264 259 255 251 247 244 241 238 TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH(FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 20 40 59 79 99 119 139 158 170 170 a 50 79 99 119 139 158 178 198 208 204 201 198 100 158 178 198 218 238 246 238 232 227 222 2t9 1�Y� 4, 150 238 257 277 283 272 263 255 248 243 238 234 < a 200 )17 321 306 294 283 275 267 261 255 250 246 0 250 340 325 312 301 291 283 276 270 264 259 255 _z 300 340 327 316 306 298 290 283 277 272 267 263 JIM N 350 340 329 319 310 302 295 289 283 278 274 269 400 340 330 321 313 306 300 294 288 283 279 275 450 340 331 323 316 309 303 298 292 288 283 279 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 d 0 0 20 40 59 79 99 119 139 158 170 170 6" 50 124 144 163 183 203 223 243 237 231 225 221 w 100 247 267 287 307 312 298 286 276 268 261 255 W150 371 391 371 352 336 323 312 302 293 286 279 < 200 425 402 383 366 352 340 329 320 312 304 298 0 250 425 406 390 376 363 352 342 333 326 318 312 Z 300 425 409 395 383 371 361 352 344 336 329 323 ,n 350 425 411 399 388 378 368 360 352 345 338 332 400 425 413 402 392 383 374 366 359 352 346 340 450 425 414 404 395 387 379 371 365 358 352 347 PROCEDURE: TIME (SECONDS) SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.1.G. ALLOW 2 MINUTES FOR STABILIZATION, ADDING AIR AS REQUIRED. TIME THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.1.G. READ THE MAXIMUM ALLOWABLE TIME IN SECONDS FROM THE TABLES. AIR TEST TABLE (LOW PRESSURE) FOR SEWER MAINS ADOPTED 7 A CITY OF RENTON + + N STANDARD PLANS LST DATE:04/04 DATE REVISION I BY APPR'D DWG. NAME: B083 SP PAGE: 8083