Loading...
HomeMy WebLinkAboutContract 10 Award Date: June 14,2010 CAG-10-054 Awarded to: Coatings Unlimited,Inc. 1842068 1h Ave S.,Ste 110 Kent,WA 98032-1093 �Y Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications �O t City of Renton 6. Construction of: West Hill Reservoir Recoat and Upgrade 2010 PROJECT NO. WTR-27-3488 ir City of Renton 1055 South Grady Way Renton WA, 98057 General Bid Information: 425-430-7313 Project Engineer: L Project Manager: Mark Miller,P.E. Tom Malphrus, P.E. 425-430-7313 RH2 Engineereing 425-951-5400 Printed or Recycled Paper r rc Cun n", nc. Atlas Applicators Company A Division of Coatings Unlimited CITY OF RENTON WEST HILL RECOATING AND UPGRADES 2010 EMERGENCY CONTACT LIST OFFICE ADDRESS: 18420 68TH AVENUE SOUTH STE 110 KENT, WA 98032 GREG SNIDER PRESIDENT OFFICE: 425-251-3268, EXT 111 CELL: 206-793-3765 EMAIL: snidergcoatingsunlimited.com MICHAEL STUDLEY, SR PROJECT MANAGER OFFICE: 425-251-3268, EXT 122 CELL: 206-793-3766 EMAIL: mstudley(2coatingsunlimited.com TODD KULESZA SAFETY OFFICER OFFICE: 425-251-3268, EXT 121 CELL: 206-793-3768 EMAIL: tkulesza ,coatingsunlimited.com ROGER W. ELTON r ON SITE JOB FOREMAN CELL: 206-793-1193 Contractor License COATRRO97KA • Tax ID#91-1514799 Coatsngs Unlimited 425.2513268 • Atlas Applicators 425 251.9543 • Fax 425.251.3269 ;� . : � � ,� #�10 � � � • w ,coal��ted.cotn P h :.., � gs to • Atlas Applicators Company A Division of Coatings Unlimited CORPORATE LETTER OF RESOLUTION Be it resolved that it is in the best interest of Coatings Unlimited, Inc. to enter into a contract with the City of Renton, Washington for the West Hill Recoating and Upgrades 2010 contract awarded June 14, 2010. In furtherance of this resolution, Greg Snider,the President, is duly authorized to enter into and sign said contracts on behalf of Coatings Unlimited, Inc. Greg Snider currently holds the title of President and has held that office since February 7, 1991. The President is further authorized to provide such additional information and execute such other documents as may be required by the City of Renton, Washington in connection with said contracts and to execute any amendments,rescissions, and revisions thereto. The Clerk is authorized to impress the seal of Coatings Unlimited, Inc. on any such document, amendment, rescission, or revision. I, Christina N. Snider, the Clerk of Coatings Unlimited, Inc., do hereby certify this to io be a true copy of the resolution duly adopted at the corporate meeting on June 15, 2010, and that it has not been rescinded, amended or altered in any way, and that it remains in full force and in effect. Christina N. Snider, Clerk, Coatings Unlimited, Inc. Dated: / / / D I C> Cor eal �NLIA/�T FAL SAMPLE WNAJORE GREG SNIDER �Yr Contractor License COATIUI097KA • Tax ID#91-1514799 C©stings Unlimited 425 2513268 • .Atlas Applicators 425 2519543 • Fax 425.251.3269 �w � ,, , �, � ��, � �,T 'A 9g2 • tW,Cp �9111'�t�11tCd C4n1 rr �r Aw r _ r.�•- to .� 15 � J O im CDC r rn in I '! 41 o I X00 I . 00 Ndam d a � a � > o cn cn CA d J t17 I ', cn I i d 00 o ' I w I ' O IIS � I ' n.. o +r err +rrr D o0 rrtr z � co � o CD ZOD 0 NDO D00 0 D CD OD o D v v m 2') W< o o.DC Nm o W <:z p ,v co w 7d —• -� cn w : . CD C) � Z Cl)=;n D rr 00 0 CA, V cylA coN W O cn A+ CD � n 'CD y o' C o- CDCD C� - err O. H . CD 0 h .t .� rt q,_fcD. n N n p (OD C1 N f`fo o O �j t6 N C `m+ CCD CD CD C�. CL CD w CD CD r n o yU2po .� ° m >v cD o cD co 0 CD o• >-v � JNk U) CD' sm vO CD CD, vs CD, vs' O t erg City of Renton-Finance/IT Department 1055 South Grady Way-S`h Floor VENDOR SETUP FORM Renton, WA 98057 To be filled out by vendor ONLY ❑ New Vendor ❑ Reactivate Vendor ❑ Address Change Vendor No: City of Renton Contact: City of Renton Department: To add your business to our vendor file,please complete all sections of this form and return by fax(425.430.6957)or U.S.mail. Website:www.rentonwa.gov Tax ID#:91-6001271 Phone: 425-430-6919 or 425-430-6930 E-mail: nwissbrod@rentonwa.gov(Natalie); ccommodore@rentonwa.gov (Casaundra) aft A0-Note:EFT(electronic fund transfer)payments available. Please visit our website for more information. • An incomplete form will create a delay in our payment(s)to you,and your payment(s)could be subject to the RS required back up holding. Coatings Unlimited, Inc. Name,as it appears on check(NO ABBREVIATIONS) Doing Business As(if different than name on check) 18420 68th Ave S., #110 it Payment nt Address WA 98032 Business Address City State Zip City State Zip 251 - 3268 Ext. Karen L. Parsons Wlr Phone Number/Extension Accounts Receivable Contact •. (check the appropriate box) ®Corporation ❑Government Agency ❑Individual/Sole Proprietor ❑Non-Profit ❑Partnership Will you provide medical services to the City of Renton?.................................................................................................................. ❑Yes No Will you provide legal services to the City of Renton?........................................................................................................................ ❑Yes ;,N, o Will you provide other services to the City of Renton(other than medical or legal)?........................................................................ 9Yes No Will you provide parts,supplies,or materials to the City of Renton.................................................................................................. ❑Yes �No Do you pay sales tax to the State of Washington?............................................................................................................................. WYes [-]No ❑if exempt from Form 1099 reporting,and check your qualifying exemption reason below: 1. Corporation,except there is no exemption for medical and healthcare payments or payments for legal services. ❑ 2. Tax Exempt Charity under 501(a),or IRA ❑ 3. The United States or any of its agencies or instrumentalities �r ❑ 4. A state,the District of Columbia,a possession of the United States,or any of their political subdivisions ❑ 5. A foreign government or any of its political subdivisions Name(Owner of the Tax Payer Identification Number(EIN or SSN)as name appears on IRS of Social Security Administration Records): Coatings Unlimited, Inc. Social Security Number: or Federal TIN: 91-1514799 iW *Required by City of Renton Municipal Code,Business Regulation State of Washington U.B.I.#: *Renton Business License#: #5-5-3. 601 298 793 BL.024062 Questions? Contact Business Licensing at 425-430-6851,or email Iweldon@rentonwa.gov Under penalties of perjury,I certify that: 1. The number shown on this form is my torr taxpayer identification number(or I am waiting for a number to be issued to me)and, 2. I am not subject to b ackthholding be _use: (a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRm subject to ackup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I ar subject top6ckup withholding. Signature: C Date 6-21-10 Printed Name: Greg I am a U.S.person(including a U.S.resident alien): ®Yes ❑No CVDoc em,and Seeing,MR.,RENTONVDe AwpVVendor F.—doc 07/2W200910 20 00 AM2/21/1007 r Addendum No. 1 May 19,2010 M Page 1 of 3 City of Renton West Hill Reservoir Recoat and Upgrade 2010 Project No. WTR-27-3488 j ADDENDUM NO. 1 •� May 19, 2010 To all Contract Document Holders; You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the plans, specifications and other documents comprising the Contract Documents for the City of Renton West Hill Reservoir Recoat and Upgrade 2010 project. Technical Specifications 1. Division 1, Section 75.10.1, Reservoir Disinfection THE SECOND SENTENCE OF THE FIRST PARAGRAPH CURRENTLYREADS: "All interior surfaces, including piping, columns and stairs, shall be hosed down with a chlorine solution containing not less than 200 ppm of chlorine." REVISE THE SECOND SENTENCE OF THE FIRST PARAGRAPH TO READ: "All interior surfaces shall be rinsed with fresh potable water, the water shall then be removed from the reservoir and all interior surfaces, including piping, columns and stairs, shall be hosed down with a chlorine solution containing not less than 200 ppm of chlorine." r 2. Division 1, Section 75.10.1, Reservoir Disinfection THE LAST SENTENCE OF THE FIRST PARAGRAPH CURRENTLYREADS : "Disinfected surfaces shall remain in contact with the strong chlorine solution for at least 30 minutes." REVISE THE LAST SENTENCE OF THE FIRST PARAGRAPH TO READ: "The Contractor shall not dispose the chlorine solution that collects at the bottom of the reservoir during the disinfection process.The Owner will be responsible for disposal of this solution." 3. Division 1, Section 75.10.1, Reservoir Disinfection DELETE THE SECOND PARAGRAPH i I •� 4. Division 1, Section 75.10.1, Reservoir Disinfection THE FIRST SENTENCE OF THE THIRD PARAGRAPH CURR.ENTLYREADS : "After disinfection has been completed and the reservoir has been filled, a water sample shall be taken by the Owner from the reservoir." 'age 1 Addendum#1 u, rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Addendum No. 1 May 19,2010 Page 2 of 3 .r REVISE THE FIRST SENTENCE OF THE THIRD PARAGRAPH TO READ: "Within 24 hours of disinfection, the Owner will begin to fill the reservoir with potable water and take water samples from the reservoir for testing." rr 5. Division 9, Section 98.3.3, Steel Reservoir Rehabilitation Exterior Over-Coating, Part 3 — Execution, Preparation, Item 1. DELETE THE SECOND AND THIRD SENTENCES OF THE FIRST PARAGRAPH AND REPLACE WITH THE FOLLOWING SENTENCE.• err `A cleaning agent for removal of a difficult surface contamination may be used by the Contractor as long as the cleaning agent is used specifically for that location, and the cleaning agent does not enter the storm drainage system." r 6. Division 9, Section 98.3.3, Steel Reservoir Rehabilitation Exterior Over-Coating, Part 3 — Execution, Preparation, Item 1. DELETE THE FIFTH SENTENCE OF THE FIRST PARAGRAPH 7. Division 9, Section 98.3.3, Steel Reservoir Rehabilitation Exterior Over-Coating, j Part 3 — Execution, Preparation, Item 1. ,.r DELETE THE SECOND AND THIRD SENTENCES OF THE SECOND PARAGRAPH AND REPLACE WITH THE FOLLOWING SENTENCES.• "Pressure washing water will be allowed to enter the storm drain system,however the storm drain inlets shall be covered with filter fabric during pressure washing operations to filter out paint chips and other debris that may be washed off the reservoir surface." so Plans 1. Drawing No. E04, Typical Anode Handhole Detail ANNODE 11 NDHOLE PORT AND FLANGES ARE EXISTING. ALL OTHER ITEMS SHOWN IN THE DETAIL ARE PROPOSED. I Clarifications rr Item No. 1. THE RESERVOIR DOME ROOF IS SUPPORTED BY 20 PLATE STIFFENERS THAT TERMINATE AT A COMPRESSION RING NEAR THE CENTER OF THE ROOF AND AT KNUCKLE STIFFENER j PLATES AT THE SIDEWALL. Item No. 2. STAIR TREADS ARE TO BE PAINTED; HOWEVER, THE STAINLESS STEEL HANDRAILS AND BALLISTERS ARE NOT TO BE PAINTED. Item No.3. THERE IS NO SCHEDULED WALKTHROUGH FOR THE PROJECT. HOWEVER, THE OWNER WILL PROVIDE ACCESS TO THE PROJECT SITE UP UNTIL 2:00PM ON WEDNESDAY,MAY 19, 'age 2 tdrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale to Addendum No. 1 May 19,2010 Page 3 of 3 UPON REQUEST. CONTACT TOM MALPHRUS AT THE PHONE NUMBER LISTED ON THE COVER SHEET OF THE PROJECT PLANS. Item No. 4. PER SECTION 1.33.2 OF THE TECHNICAL SPECIFICATIONS, SUBSTITUTIONS WILL NOT BE CONSIDERED DURING THE BID PERIOD. THE OWNER AND ENGINEER WILL CONSIDER SUBSTITUTIONS AFTER AWARD OF THE CONTRACT. do RI-12 ENGINEERING,INC. ¢�wL.`,M^L 38613 Mark Miller,P.E. n�'or, do �StOi�ALENG I .r May 18,2010 arrr i Received and acknowledged: arr i 7 r Contra ltot �0 � C B ^-- Title i Date r i r 'age 3 rr'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale iw 4w so City of Renton w BID PRbPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: West Hill -Reservoir Recoat and . upgrade 2010 WTRm27m34$8 Project No. REN 109-062.01. 101 SUMMER 2010 THE CONTENT OF THIS DOCUMENT,AS A MEANS OF PROFESSIONAL SERVICE,IS PROTECTED BY 17 U.S.C.§101,ET SEQ.AS SUCH,IT .SHALL NOT BE USED,IN WHOLE OR IN PART,FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM RH2 ENGINEERING.®2010 RH2 ENGINEERING,INC FL Q. ay WASkIN� v q � it 16727 38613 G �CCISTERti� c RrCtS?ERE0 `Q' CITY OF RENTON WTR-27-3488 West Hill Reservoir Recoat and Upgrade 2010 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 AN Call for Bids *Proposal&Combined Affidavits&Certification Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *L&I Certificate of Registration *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Requirements for City of Renton Additional Insured Endorsement Page Prevailing Minimum Hourly Wage Rates (Effective 03/03/2010) Certificate of Payment of Prevailing Wages WSDOT Amendments (Divisions 1, 6, 8 &9 only) Special Provisions(Section 1 only) Technical Specifications Standard Details—Available on City of Renton web site at: http://rentonwa.govibusiness/default.aspx?id=1020 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 with Bid or within 1 hour of Bid ❖ Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton,Washington 98057 TableOfContents\ ®rr CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) . EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators,managers, supervisors, Contract Compliance Officers and all employees to carry out the policies,guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton.shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,including bid calls,and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCM: it !V(ayor Council President Attest: City ClerI to trs CITY OF RENTON SUMMY OFAAIWCANS WFM DL BILITIESACT POLICY I ADOPTED BTRESOLMONNO. 3007 The policy of the City of Renton is to promote and ward equal treatment and service to all citizens and to assure rr 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 guideli=as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (I) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. 16 (2) COOPERATION WrM HUMAN RIGHTS. ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions. organized to promote fair practices and equal _opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS wrM DISABILITIES ACT POLICY-The City of Rraton Americans With Disabilities Act Policy will be maintained to facilitate equitable npresentation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy re (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and supper conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and-shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. reel` crrfqW RENTON RENTON CITY COUNCIL: m' Ma.Yuncil President Attest: City Clerk 'rer rrr ■r CITY OF RENTON WTR-27-3488 West Hill Reservoir Recoat and Upgrade 2010 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but rr not be limited to: Recoating the interior surfaces and overcoating the exterior surfaces of the 1.4 million gallon West Hill Reservoir, a stand pipe style reservoir which measure 48 feet in diameter and approximately 108 feet in height. The work includes fabrication and installation of metal or hand rails; vandal shields and an electrical cabinet; the installation and relocation of signal and power conduits, conductors, panels and switches, and the installation of a cathodic protection system. Schedule restrictions apply. +r+r 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 one hundred twenty(120) working days will be allowed for the completion of this project. ■r err r r rr HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3488 Recoat West Hill West Hill Reservoir 1260382 nd Ave S . ©. _ tom• �+_ .�, ra 5, i --- ri t - F t w E ! T. z. Rainier r Renton Ave S Sok L• 5533 � = _is aa� w� o a�wm i R 1 z=OY-0;.'....j :": .... West Hill Reservoir Vicinity Map West Hill Reservoir Recoat and Upgrade 2010 W I R-27-3488 Yr INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. r No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner,Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined at the Public Works Department Office. 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. 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 rr item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. r 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. ll.- Payment for this work will be made in Cash Warrants. log 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 13. The contractor, prior to the start of construction,shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 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 items of all schedules set forth in the.bid forms to be considered responsive for award. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet.the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench n 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. rid 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract: The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, im performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound �r Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions, Technical Specifications and other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. w 1. WSDOT"Standard Specifications for Road,Bridge and Municipal Construction 2010" hereinafter referred to by the abbreviated title "Standard Specifications." Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read"City of Renton," unless specifically referring to a standard specification or test method. 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 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. 22 Bidder's Checklist Bidder's Checklist rr ❑ 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 „r bid opening time. ❑ Have you submitted,as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? r ❑ Has the proposal been signed? ❑ Have you completed the L&I Certificate of Registration? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda,if any? 40 CAG-10-054 to CITY OF RENTON CALL FOR BIDS +r. West Hill Reservoir Recoat and Upgrade 2010 - WTR-27-3488, a, Sealed bids will be received until 2:30 p.m. Thursday, May 20, 2010, at the City Clerk's office, 7th floor and will be opened and publicly read in conference room 519 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the West Hill Reservoir Recoat and Upgrade 2010 project. The work to be performed within one-hundred twenty (120) working days from the date of commencement under this contract shall include,but not be limited to: Recoating the interior surfaces and overcoating the exterior surfaces of the 1.4 million gallon West Hill Reservoir, a stand pipe style reservoir which measure 48 feet in diameter and approximately 108 feet in height. The work includes fabrication and installation of metal hand rails; vandal shields and an electrical cabinet; the installation and relocation of signal and power conduits, conductors, panels and switches, and the installation of a cathodic protection system. Schedule restrictions apply. .r The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available May 5, 2010. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at htgi://www.bxwa.com. Click on; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive automatic +� email notification of future addenda and to be placed on the"Bidders List.") Questions about the project shall be addressed to , Tom Malphrus, City of Renton, Department of Public Works, 1055 S Grady Way,Fifth Floor, Renton, WA, 98057,phone (425)430-7313,fax (425) 430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie 1. Walton, City Clerk .rr Published: Daily Journal of Commerce May 5, 2010 Daily Journal of Commerce May 12, 2010 err ,.r CallForBids(2)A r1r trr CITY OF RENTON WTR-27-3488 West Hill Reservoir Recoat and Upgrade 2010 Proposal & Combined Affidavits & Certification Form TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: �r The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: „rr (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: air NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid,or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. r AND CERTIFICATION RE: ASSIGNMENT OF rw 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 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 rw that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. �r AND MINIMUM WAGE AFFIDAVIT FORM .V ovided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 5�s FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT -rr Coatings Unlimited Inc Name of Bidder's Firm w Printed Name Gr4anider yr Signature Address: 18420 68th Ave So 1110 Kent, Wa. 98032 Names of Members of Partnership: �rw OR Name of President of Corporation Greta Snider Name of Secretary of Corporation Greg Snider Corporation Organized under the laws of Wa. With Main Office in State of Washington at «.e 18420 68th Ave So Kent,Wa. 98032 Subscribed and sworn to before me on this 11 day of May ,20 10 N L. RqON phi , i of a PT4 V ? �� lit-���e(. • - a rotary Public in and for the State of Washington r ,, 20-11 0 Tlotary(Print) C� < <.�� WASO" _Z1 My appointment expires: Z ■r 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ,Aw BID BOND FORM "a. Herewith find deposit in the fgrm oft certified check, cashier's check, cash, o bid bun, in the amount of$fltota�b-R amo nt of lee which amount is not le th n five pperc t of the al bid. Coatings Un1 m' ed InC. By: Signature Know All Men by"These Presents: That we, Coatinas unlimited Inc. as Principal, and As Western Surety Company as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of .five percent (51) of the total bid-- 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. We he conH ldition of is obligation is such that if the Obligee shall make any award to the Principal for and rj�grarlr goat ni 0-WTR-27-3488 according to the terms of the proposal or bid made by the Principal wt therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED,SEALED AND DATED THIS 7th DAY OF Ma ,200 10. Coatings unlimiteInc. By: Principal Western Surety Company_ Bye�C. �[ .�- SuretyRoxana Palacios Attorney-in-Fact Received return of deposit in the sum of$ .wr „Wr age 14 Bid Bond Form rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale �,rr Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Alen By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,Is a duly organized and existing corporation having its principal office in the City of Sioux Polis, and State of South Dakota, and that It does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Patricia L Russell, Jeanne M Hagel, Steven W Palmer, Susan L Garred, Pamela A Jardine, Mary A Dobbs, Holly E Ulfers, Heather L Allen, Roxana Palaclos, Angela D Tonnon, Terri L Franklin, Bonny Smith, Individually of Seattle, WA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature .rr - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and conflrmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this I I th day of February,2008. ��+suaEr'j"c WESTERN SURETY COMPANY „�lN DPK„e+ Paul .Bruflat,Senior Vice President State of South Dakota 1 J? County of Minnehaha as w On this I I th day of February,2008,before me personally came Paul T. Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires f 44444444444444444444444 ff D. KRELL . November 30,2012i+/ NOTARY PUBLIC i SOUTH DAKOTA s r X44444444444444444444444+ QIA CERTIFICATE D Krell,No ary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove sci forth is will in force, and further certify that the By-Law of the corporation printed on the reverse hereof is ffistill Ci`n�force. In testimony whereof I nava rereu-ttn subscrbod my name and axed the seal of the said corporation this_ h day of e l 2AC-)1 0 WESTERN SURETY COMPANY _',W ona 84280-09-06 ' L,Nelson,Assistant Swmtary Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the rssm corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. roti srrww • ini� to it Department of Labor and Industries Certificate of Registration Name on Registration: Coatings Unlimited Inc Registration Number: COATIUI097KA �r Expiration Date: 4-1-12 �r Note: A copy of the certificate will be requested as part of contract execution when project is awarded. rr �r ar rr r O Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale irr rr West Hill Reservoir Recoat and Upgrade 2010 WTR-27-3488 City of Renton do Schedule of Prices Item Description Unit Quantity Total Price 1. Mobilization,Demobilization, Site LS 1 Preparation and Clean-Up: Ten Thousand Dollars _10,000.00 an no cents $ Price in Words 2. Structural: LS 1 Forty Two Thousand Dollars and n cents $ 42,000.00 Price in Vl�ords 3. Interior Coatings: LS 1 One Hundred Thirty Thousand Two Hundred Twenty Five Dollars and no cents $ 130,225.00 Price in Words 4. Exterior Coatings: LS 1 Eighty Nine Thousand, Sig Hundred Fifty Dollarf and no cents Price in Words $ 89,650.00 5. Cathodic Protection System: LS 1 Nineteen Thousand Dollars and no cents r Price in Words $ 19,000.00 err irr 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale C—C)L,R fl ro, a✓ 51� \ q; a..6 Vre West Hill Reservoir Recoat and Upgrade 2010 WTR-27-3488 City of Renton Schedule of Prices 6. Electrical: LS I •nr Fifty Two Thousand Dollars and no cents Price in Words $ 52,000.00 =ter 7. Environmental Control: LS 1 Seven Thousand Five Hundred Dollars and no cents Price in Words $ 7,500.00 8. As-Builts: LS 1 so One thousand five hundred and no cents Price in Words $ 1,500,00 tr Sub Total(All Bid Items) $ 351,875.00 9.5% Sales Tax $ 33,428. 13 Total Bid Amount(including sales tax) $ 385,303. i�} ,r 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale -10 w� SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid .r submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and, therefore,void. trr Complete the following: If awarded the contract, Coatings Unlimited Inc will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls)work: Bid Item(s) 12 Structural W+rr Subcontractor Name Western Tank & Pipe Address 10712 SE Harold St., Portland, OR 97266 Phone No. 5037609286 State Contractor's License No. WESTETP979NG err Bid Item(s) #5 Cathodic Protection Subcontractor Name Norton Corrosion Limited Address 8820 222nd St. SE, Woodinville, WA 98077 Phone No. 4254831616 State Contractor's License No. NORTOCL055PT Bid Item(s) #6 Electrical Subcontractor Name Bainbridge Electric Address P.O. Bog 10066, Bainbridge Island, WA 98110 Phone No. 668424200 State Contractor's License No. BAINBIE256JA Si f Authorized Representative of Bidder Subscribed and sworn to be before me on this 11 day of May 2010 �.■ .���riL. A,4R+.1`l^�lll -.-.._� e�t_z....�_ =; 'CtsA,yQ2 Notary Public in and for '�A sN 5 the State of Washington 40 2 i -PP�,,� 5 4e��G � �►rY(Print) <(Ip �,,`na�� .,c'G.<D�siding at t6 nxa-AA M�c WASN�N �'�Iy appointment expires: soy+li;�gi.l\4\. h\tile sys\wtr-drinking water utility4tr-27-water project liles4tr-27-3488 recoat west hill reservoir2009\hiddocuments',subconu•actorlist.doe Revised 9/2006 3rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale -to wrr Bond no. 929492366 ROM)TO J Ilk:01 Y OF RENTON r KNOW ALL MEN BY THESE PRESENTS, rr That we,the undersigned Coatings Unlimited Inc. as principal, and western Surety Company corporation organized and existing under the laws of the State of SD as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal n" corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $385,303.13 for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Seattle , Washington, this 18th day of June 2010 ., Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-10-054 providing for construction of WTR-27-3488,West Hill Reservoir Reeoat and Upgrade 2010 (project name) the principal is required to furnish a bond for the faithful performance of the contract; and rr WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; �w NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said to principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ±rr Coatings Unli 'ted Inc. Western Surety Company Principal ----- Sure ------ ^s. By: A � By: �(Awd&latA Signature Signature Greg Snider, President Roxana Palacios, Attorney-in-Fact. _ Title Title err Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By Thea Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,Is a duly organized and existing corpontlon having Its principal office In the City of Sioux Palls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Patricia L Russell, Jeanne M Hagel, Steven W Palmer, Susan L Garred, Pamela A Jardine, as Diary A Dobbs, Holly E Ulfers, Heather L Allen, Roxana Palaclos, Angela D Tonnon, Terri L Franklin, Bonny Smith, Individually of Seattle,WA,its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on Its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - 40 and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the act#of said Attomey,pursuant to the authority hereby given,are hereby ratifled and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. +' In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto afflxed on this I I th day of February,2008. N,yli,M WESTERN SURETY COMPANY ass �ul! rro Paul' .Bruflat,Senior Vice President State of South Dakota 1 County of Minnehaha I ss ar On this I I th day of February,2008,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls, State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described In and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was arta so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ""'''•��''''"•''"'''"""'�` D. KRELL November 30,2012NOTARY PUBLIC 3 SOUTH DAKOTA $r\tivytitititititi4hrtititi.tititihti D.Krell,No Public CERTIFICATE air I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day ofdti WESTERN SURETY COMPANY aAir A� L.Nelson,Assistant Semtw Fong P4230-09-06 w Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY ` This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders 4116 of the Company. Section 7, All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the so corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. 'rhe President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer ■r may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. r 40 ao M No y r* err am - str a* .wr r„ **Y 'ao'�, CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE rrr Coatings Unlimited, Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant) arr 1. It is the policy of Coatings Unlimited, Inc. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. Wr 11. Coatings Unlimited, Inc. complies with all applicable (Name of contractor/subcontractor/consultant) Wr federal, state and local laws governing non-discrimination in employment. .,r III. When applicable, Coatings Unlimited, Inc. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. r Greg Snider arr Print Agent/Representative's Name Presidenl� Print Ag t/R,epresentat e's Title +rr Agent/Re ive's ignature 6-21-10 r Date Signed H:AFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3488 Recoat West Hill Reservoir2009\131dDOC UnientsTairPracticesAffidavit.docA 40 it "n CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of 12010. by and rrr between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,hereinafter referred to as "CITY" and Coatings Unlimited,Inc.,hereinafter referred to as "CONTRACTOR." err WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 120 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. WTR-27-3488, CAG-10-054) for improvement by construction and installation of. West Hill Reservoir Recoat and Upgrade 2010 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 W b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions i) Technical Specifications J) Addenda, if any +�r 1 .. wr 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this No Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, 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 +r 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 ■r 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. Furthermore, 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, 2 • 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 dr or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, 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 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 termination of this agreement. Wr 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery M 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 one hundred twenty (120) 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 +r penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) +r year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. +►r 3 00 rr The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. trr Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 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. rm 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. 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 $385,303.13 numbers Three hundred eighty five thousand three hundred and three dollars and thirteen cents written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the Specifications of this Contract. +• 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being No interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. �r 4 �r rr 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. 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. CONTRAC R "CITYOFN ar President/Pa wner Mayor Denis Law Greg Snider, President /ATTEES''T>> .J. Wazt&� Secretary Bonnie I . Walton, City Clerk dba Coatings Unlimited, Inc. err Firm Name check one r ❑ Individual ❑ Partnership 93 Corporation Incorporated in Washington 5 rrr • Attention: If business is a CORPORATION, name of the corporation should be listed in full and both +r+ President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. w rr +r +rr ,rr +rs 6 wr 08/04/2003 LION 11:29 FAX 206 382 9261 HIGGINS GEYER & LOCK 4D002/011 BYLAWS OF COATMGS UNLIMITED INC. AR77CLE I REGISTERED OFFICE AND REGISTERED AGENT The registered office of the corporation shall be located in the State of Washington at such place as may be fixed from time to ` time by the board of directors upon filing of such notices as may be required by law, and the registered agent shall have a business office identical with such registered office. Any change in the registered agent or registered office shall be effective upon filing such change with the office of the Secretary of State of the State of Washington unless a later date is specified. ARTICLE II SHAREHOLDERS I MEETINGS Section 1. Annual Meetings. The annual meeting of the shareholders of this corporation, for the purpose of election of r directors and for such other business as may come before it, shall be held at the registered office of the corporation, or such other place as may be designated by the notice of the meeting, on the 15th day of July of each and every year, at the registered office ie1 of the corporation, but in case such day shall be a legal holiday, the meeting shall be held at the same hour and place on the next succeeding day not a holiday. rir Section 2. Special Meetings. Special meetings of the shareholders of this corporation may be called at any time by the holders of 10% of the voting shares of the corporation, or by the president, or by a majority of the board of directors. No business shall be transacted at any special meeting of shareholders except as is specified in the notice calling for said meeting. The board of directors may designate any place as the place of any special meetingcalled by the president or the board of directors, and special meetings called at the request of shareholders shall be held at such place as may be determined by the board of directors 1e and placed in the notice of such meetings. Section 3. Notice of Meetings. Written notice of annual or special meetings of shareholders stating the place, day, and hour of the meeting, and, in the case of a special meeting, the purpose or purposes for which the meeting is called shall be given by the secretary or persons authorized to call the meeting to each shareholder of record entitled to vote at the meeting. Such notice _ i �r. 08/04/2003 MON 11:30 FAX 206 382 9261 HIGGINS GEYER & LOCK Q003/011 it shall be given not less than ten nor more than sixty (60) days prior to the date of the meeting, either personally or by nail. If mailed, such notice shall be deemed to be delivered when deposited in the United States mail addressed to the shareholder at his address as it appears on the stock transfer books of the corporation. Section 4. Waiver of Notice. Notice of the time,-- place, and purpose of any meeting may be waived in writing (either before or after such meeting) and will be waived by any shareholder by his attendance thereat in person or by proxy. Any shareholder so a" waiving shall be bound by the proceedings of any such meeting in all respects as if due notice thereof had been given. i„ Section 5. Quorum and Adiourned Meetings. A majority of the outstanding shares of the corporation entitled to vote, represented in person or by proxy, shall constitute a quorum at a meeting of shareholders. A majority of the shares represented at a meeting, +t even if less than a quorum, may adjourn the meeting from time to time without further notice. At such reconvened meeting at which a quorum shall be present or represented, any business may be transacted which might have been transacted at the meeting as originally notified. The shareholders present at a duly organized meeting may continue to transact business until adjournment, notwithstanding the withdrawal of enough shareholders to leave less than a quorum. Section 6. Proxies. At all meetings of shareholders, a shareholder may vote by proxy executed in writing by the ■r shareholder or by his duly authorized attorney in fact. Such proxy shall be filed with the secretary of the corporation before or at the time of the meeting. No proxy shall be valid after eleven months from the date of its execution, unless otherwise provided in ie1 the proxy. Section 7. Voting Record. At least ten (10) days before each meeting of shareholders, a complete record of the shareholders entitled to vote at such meeting, or any adjournment thereof, shall be made, arranged in alphabetical order, with the address of and number of shares held by each, which record shall be kept on file at the registered office of the corporation for a period of ten (10) days prior to such meeting. The record shall be kept open at the time and place of such meeting for the inspection of any ei shareholder. Section 8. Voting of Shares. Except as otherwise provided in the Articles of Incorporation or in these Bylaws, every shareholder of record shall have the right at every shareholders' meeting to one vote for every share standing in his name on the books of the corporation, and the affirmative vote of a majority of the shares represented at a meeting and entitled to vote thereat shall be +r necessary for the adoption of a motion or for the determination of ---all questions and business which shall come before the meeting. E err 2 08/04/2003 LION 11:30 FAX 208 382 9281 HIGGINS GEYER & LOCK Q004/011 Section 9. Closing of Transfer Books. For the purpose of determining shareholders entitled to notice of or to vote at any meeting of shareholders, or any adjournment thereof, or entitled to receive payment of any dividend, the board of directors may provide that the stock transfer books shall be closed for a stated period not to exceed sixty (60) days nor less than the (10) days proceeding such meeting. In lieu of closing the stock transfer books, the board of directors may fix in advance a record date for any such determination of shareholders, such date to be not more than sixty (60) days and, in case of a meeting of shareholders, not less than ten (10) days prior to the date on which the particular action requiring such determination of shareholders is to be taken. If the stock transfer books are not closed and no record date is fixed for the determination of shareholders entitled to notice of or to vote at a meeting of shareholders, or shareholders entitled to receive payment of a dividend, the date on which notice of the .meeting is mailed or the date on which the resolution of the board of directors declaring such dividend is adopted, as .the. case may be, shall be the record date for such determination of shareholders. When a determination of shareholders entitled to vote at any meeting of shareholders has been made as provided in this section, such determination shall apply to any adjournment thereof. ARTICLE HI �r DIREC2'DRS Section 1. General Powers. All corporate powers shall be r' exercised by or under the authority of, and the business and affairs of the corporation shall be managed under the direction of, the board of directors except as otherwise provided by the laws under which this corporation is formed or in the Articles of Incorporation. Section 2. Number. The number of directors of the corporation shall be two (2) . The number of directors can be increased or decreased from time to time by amending this Section 2, provided that no decrease shall have the effect of shortening the term of any incumbent director. Section 3. Tenure and oualifications. Each director shall hold office until the next annual meeting of shareholders and until his successor shall not have been elected and qualified. Directors need not be residents of the state or shareholders of the corporation. Section 4. Election. The directors shall be elected by the shareholders at their annual meeting each year; and if, for any cause, the directors shall not have been elected at an annual meeting, they may be elected at a special meeting of shareholders called for the purpose in the manner provided by these Bylaws. 3 tr r 08/04/2003 MON 11:30 FAX 206 382 9261 HIGGINS GMR & LOCK Q005/011 i Section 5. Vacancies. In case of any vacancy in the board of directors, including a vacancy created by an increase in the number thereof, the remaining directors, whether constituting a quorum or not, may elect a successor to hold office for the unexpired portion of the term of the director whose place shall be vacant and until his successor shall have been duly elected and qualified. to Section 6. Resignation. Any director may resign -at-anytime by delivering written notice to the secretary of the corporation. Section 7. Removal of Directors. At a meeting of shareholders called expressly for that purpose, the entire board of directors, or any member thereof, may be removed, with or without cause, by a vote of the holders of a majority of shares then entitled to vote at an election of such directors. If less than the entire board of directors is to be removed, no one of the directors may be removed if the votes cast against his removal would be sufficient to elect him if. then cumulatively voted at an +e election of the entire board of directors or if there be classes of directors, at an election of the class of directors of which he is a part. Section 8. Meetings. (a) The annual meeting of the board of directors shall be held immediately after the annual shareholders' meeting at the same place as the annual shareholders' meeting or at such other place and at such time as may be determined by the directors. No notice of the annual meeting of the board of directors shall be necessary. �r (b) Special meetings may be called at any time and place upon the call of the president, secretary, or any three directors. Notice of the time and place of each special meeting shall be given "0 by the secretary, or the persons calling the meeting, by mail, radio, telegram, or by personal communication by telephone or otherwise at least three days in advance of the time of the meeting. The purpose of the meeting need not be given in the notice. Notice of any special meeting may be waived in writing or by telegram (either before or after such meeting) and will be waived by any director by attendance thereat. r (c) Regular meetings of the board of directors shall be held .at such place and on such day and hour as shall from time to time be fixed by resolution of the board of directors. No notice of to regular meetings of the board of directors shall be necessary. (d) At any meeting of the board of directors, any business 40 may be transacted, and the board may exercise all of its powers. i +rr i 4 +rr �r 08/04/2003 LION 11:31 FAX 206 382 9261 HIGGINS GEYER & LOCK 006/011 wr Section 9. Ouorum and Voting. (a) A majority of the directors presently in office shall e constitute a quorum, but a lesser number may adjourn any meeting from time to time until a quorum is obtained, and no further notice thereof need be given; (b) At each meeting of the board of which a quorum is present, the act of a majority of the directors present at the meeting shall be the act of the board of directors. The directors present at a duly organized meeting may continue to transact `m business until adjournment, notwithstanding the withdrawal of enough directors to leave less than a quorum. Section 10. ComDensation. By resolution of the board of < directors, the directors may be paid their expenses, if any, of attendance at each meeting of the board of directors and may be paid a fixed sum for attendance at each meeting of the board of directors or a stated salary as director. No such payment shall preclude any director from serving the corporation in any other capacity and receiving compensation therefor. Section 11. Presm=tion of Assent. A . director of the corporation who is present at a meeting of the board of directors at which action on any corporate matter is taken shall be presumed to have assented to the action taken unless his dissent shall be entered in the minutes of the meeting or unless he shall file his written dissent to such action with the person acting as the secretary of the meeting before the adjournment thereof or shall forward such dissent by registered mail to the secretary of the corporation immediately after the adjournment of the meeting. Such right to dissent shall not apply to a director who voted in favor of such action. Section 12. Executive and Other Committees. The board of directors, by resolution adopted by a majority of the full board of ,e directors, may designate from among its member an executive committee and. one or more other committees each of which, to the extent provided in such resolution, shall have and may exercise all the authority of the board of directors, except that no such committee shall have the authority to: declare dividends or distributions, except at the rate or in periodic amount determined by the board of directors; approve or recommend to shareholders actions or proposals required by the laws under which this corporation is formed to be approved by shareholders; fill -vacancies on the board of directors or any committee thereof; amend the Bylaws; authorize or approve the reacquisition-of shares unless �. pursuant to a general formula or method approved by the board of directors; fix compensation of any director for serving on the board of directors or on any committee; approve a plan of merger, consolidation, or exchange of share not requiring shareholder r approval; reduce earned or capital surplus; or, appoint- other ` committees of the board of directors or the members thereof. +r 5 r.r 08/04/2003 NON 11:31 FAX 206 382 9261 HIGGINS GEYER & LOCH 007/011 ow ARTICLE IV SPECIAL MEASURES FOR CORPORATE ACTION to Section 1. Actions b Written Consent. Any corporate action required or permitted by the Articles of Incorporation, Bylaws, or the laws under which this corporation is formed, to be voted upon or approved at a duly called meeting of the directors, committee of directors, or shareholders may be accomplished without a meeting if unanimous consent of the respective directors or shareholders, setting forth the actions. so taken, shall be signed by all the directors, committee members, or shareholders, as the case may be. Section 2. Meetings by Conference Telephone. Members of the ,e board of directors, members of a committee of directors, or shareholders may participate in their respective meetings by means of a conference telephone or similar communications equipment by means of which all persons participating in the meeting can hear 4W each other at the same time; participate in a meeting by such means shall constitute presence in person at such meeting. ARTICLE V OFFICERS er Section i. Officers esi nated. The officers of the corporation shall be a president, one or more vice presidents (the number thereof to be determined by the board of directors) , a secretary, and a treasurer, each of whom shall be elected by the board of directors. Such other officers and assistant officers as may be deemed necessary may be elected or appointed by the board of directors. Any two or more offices may be held by the same person, except the offices of president and secretary; provided, however, j. that if there is only one shareholder, all corporate offices can be held by one individual. The board of directors may, in its discretion, elect a chairman of the board of directors; and, if a chairman has been elected, he shall, when present, preside at all meetings of the board of directors and the shareholders and shall have such other powers as the board may prescribe. Section 2. Electionv ElectionQualification and Term of Office. Each of the officers shall be elected by the board of directors. None of said officers, except the president and the chairman of the board of directors, need be a director, but a vice president who is not a director cannot succeed to or fill the office of president. +� The officers shall be elected by the board of directors at each annual meeting of the board of directors. Except as hereinafter provided, each of said officers shall hold office from the date of aw his election until the next annual meeting of the board of directors and until his successor shall 'have -been duly elected and qualified. 6 ! f err 08/04/2003 MON 11:31 FAX 206 382 9261 HIGGINS GEYER & LOCK14008/011 sr e` Section 3. Powers and Duties. (a) President. The president shall be the chief executive officer of the corporation and, subject to the direction and control of the board of directors, shall have general charge and supervision over its property, business, and affairs. He shall, unless a chairman of the board of directors has been elected andis rr present, preside at meetings of the shareholders and the board of directors. (b) vice President. In the absence of the president or his 1e inability to act, the senior vice president shall act in his place and stead and shall have all the powers and authority of the president, except as limited by resolution of the board of directors. (c) Secretary. The secretary shall: (1) keep the minutes of the shareholders' and of the board of directors' meeting in one or r more books provided for that purpose; (2) see that all notices are duly given in accordance with the provisions of these Bylaws or as required by law; (3) be custodian of the corporate records and of the seal of the corporation and affix the seal of the corporation e to all documents as may be required; (4) keep a register of the post office address of each shareholder which shall be furnished to the secretary by such shareholder; (5) sign with the president, or a vice president, certificates for shares of the corporation, the issuance of which shall have been authorized by resolution of the board of directors; (6) have general charge of the stock transfer books of the corporation; and (7) in general perform all duties as ar from time to time may be assigned to him by the president or by the board of directors. (d) Treasurer. Subject to the direction and control of the board of directors, the treasurer shall have the custody, control, and disposition of the funds and securities of the corporation and shall account for the same; and, at the expiration of his term of a, office, he shall turn over to his successor all property of the corporation in his possession. Section 4. Assistant Secretaries and Assistant Treasurers The assistant secretaries, when authorized by the board of directors, may sign with the president or a vice president certificates for shares of the corporation the issuance of which shall have been authorized by a resolution of the board of directors. The assistant treasurers shall, respectively, if required by the board of directors, give bonds for the faithful discharge of their duties in such sums and with such sureties as the board of directors. shall determine. The assistant secretaries and assistant treasurers, in general, shall perform such duties as shall be assigned to them by the secretary or the treasurer, respectively, or by the president or the board of directors. err Section 5. Removal. The board of directors shall have the right to remove any officer whenever in its judgment the best ■r interest of the corporation will be served thereby. _ I t 7 �rw 08/04/2003 MON 11:32 FAX 206 382 9261 HIGGINS GEYER & LOCH 14009/011 er ie Section 6. Vacancies. The board of directors shall fill any office which becomes vacant with a successor who shall hold office for the unexpired term and until his successor shall have been duly elected and qualified. VA Section 7. Salaries. The salaries of all officers of the corporation shall be fixed by the board of directors. ARTICLE' VI SAARE CERT FX—CATES Section 1. Issuance. Form and Execution of Certificates. No shares of the corporation shall be issued unless authorized by the board. such authorization shall include the maximum number of share to be issued and the consideration to be received for each share and the non-cash consideration. Certificates for shares of the corporation shall be in such form as is consistent with the provisions of the corporation laws of the State of Washington and shall state: (a) That the corporation is organized.under the laws of this state; (b) The name of the person to whom issued; and (c) The number of class of shares and the designation of the series, if any, which such certificate rr represents. They shall be signed by the president and by the secretary or assistant secretary, and the seal of the corporation may be affixed thereto. Certificates may be issued for fractional shares. No certificate shall be issued for any share until the consideration established for its issuance has been paid. Section 2. Transfers. Shares may be transferred by delivery of the certificates therefor, accompanied either by an assignment in writing on the back of the certificates or by a written power of +r' attorney to assign and transfer the sable signed by the record holder of the certificate. The board of directors may, by resolution, provide that beneficial owners of shares shall be deemed holders of record for certain specified purposes. Except as otherwise specifically provided in these Bylaws, no shares shall be transferred on the books of the corporation until the outstanding f certificate therefor has been surrendered to the corporation. z Section 3. Loss or Destruction of Certificates. Incase of loss or destruction of any certificate of shares, another may be i issued in its place upon proof of such loss or destruction and upon the giving of a satisfactory indemnity bond to the corporation. A new certificate may be issued without requiring any bond, when in the judgment of the board of directors it is proper to do so. 8 s 08/04/2003 HON 11:32 FAX 208 382 9281 HIGGINS GEYER & LOCK 010/011 �r ARTICLE VII BOORS AND RECORDS Section 1. Books of Accounts Minutes and Share Register. The corporation shall keep complete books and records of accounts and minutes of the proceedings of the board of directors and shareholders and shall keep at its registered office, principal place of business, or at the office of its transfer agent or registrar a share register giving the names of the shareholders in alphabetical order and showing their respective addresses and the number of shares held by each. Section 2. Copies of Resolutions. Any person dealing with err the corporation may rely upon a copy of any of the records of the proceedings, resolutions, or votes of the board of directors or shareholders, when certified by the president or secretary. ARTICLE VIII CORPORATE SEAL wr The board of directors may provide for a corporate seal which shall have inscribed thereon the name of the corporation, the year sir and state of incorporation and the words "corporate seal." ARTICLE LY - LOANs The corporation may not lend money to or guarantee the obligation of a director of the corporation unless: (a) The particular loan or guarantee is approved by vote of the holders of at least a majority of the a, votes represented by the outstanding voting shares of all classes, except the votes of the benefitted director; or (b) The board of directors determines that the loan or guarantee benefits the corporation and either approves the specific loan or guarantee or a general plan authorizing loans and guarantees. ARTICLE X r�r IPDEMNIFICMON OF DIRECTORS AND OFFICERS Capitalized terms in Article X have the meanings defined under RCW 23A.08.025. Each Director and officer of the corporation who was, is or is threatened to be made a named defendant or respondent in a Proceeding shall be indemnified to the fullest extent permitted by the laws under which this corporation is formed. Nothing contained in the previous sentence shall limit the 9 r rr 08/04/2003 MON 11:32 FAX 206 382 9261 HIGGINS GEYER & LOCH 011/011 t +ri ! r corporationfs ability to reimburse expenses incurred by a Director i in connection with his appearance as a. witness in a Proceeding at a time when he has not been made a named defendant or respondent in i the Proceeding when such indemnification is expressly authorized by the board of directors. Any employee or other agent of the corporation may be indemnified to the same extent as Directors and officers when such indemnification is expressly authorized by the board of directors. The corporation may obtain insurance on behalf of any person who is or was a Director, officer; employee or agent of the corporation as an officer, employee, or agent of another corporation, partnership, joint venture, trust, other enterprise or employee benefit plan, against any liability arising out of that persons status as such, whether or not the corporation would have the power to indemnify that person against such liability. ARHUS XI AMENDMENT OF BYLAWS Section 1. By the Shareholders. These Bylaws may be amended, altered, or repealed at any regular or special meeting of the shareholders if notice of the proposed alteration or amendment is 'e1 contained in the notice of the meeting. Section 2. By the Board of Directors. These Bylaws may be rr amended, altered, or repealed by the affirmative vote of a majority of the whole board of directors at any regular or special meeting of the board. ARTICLE XIf , .FISCAL YEAR +rr The fiscal year of the corporation shall be set by resolution of the board of directors. 40 ARTICLE Xfff ROLES OF ORDER j The rules contained in the most recent edition of Robert"s Rules of order, Newly Revised, shall govern all meetings of shareholders and directors where those rules are not inconsistent +m with the Articles of Incorporation, Bylaws, or special rules of order of the corporation. I , 1 s y — i 10 r t INSURANCE DOCUMENTS AND INFORMATION ' tis City of Renton Human Resources & Risk Management Deparment �N�2 insurance Information Form LFOR: West Hill Reservoir Recoat & Upgrades 2010 ori PROJECT NUMBER: WTR-27-3488 STAFF CONTACT: Certificate of Insurance indicates the coverages/lirnits specified in [3 Yes ❑ No contract'? Review Policy if Needed �1C11 ❑ Are the following coverages andior conditions in effect'? ❑ Yes No The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent'? Form is to/ol (If no,attach a copy of the policy with required coverages clearly identified) Review policy if ne d CG 0043 Amendatory Endorsement provided?* Er Yes ❑ No its General Aggregate provided on a"per project basis(CG2503)'?* Yes ❑ No Additional Insured wording provided'?* ® Yes ❑ No Coverage on a primary basis and non-contributing basis?* ® Yes ❑ No Waiver of Subrogation Clause applies?* ® Yes ❑ No Sem rtbility of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No iw O�d Term Now Separation of Insured Notice of Cancellation/Non-Renewal ® Yes ❑ No amended to 45 days per RCW 48.18.290?* *Tn he shown on certificate of insurance* trr AM BEST'S RATING FOR CARRIER as of 6/18/10 GI, A- Auto A Umb A Professional "Phis Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does ss9 not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. ro Kibble ✓r Prentice Debbi Hodges Creed Agency/Broker Completed By(Type or Print Name) 601 Union St Suite 1000 Address Completed By(Signature) Debbi Hodges Creed 206 508 6038 Name of person to contact 'Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVF,RAGE AND 9W ATTACHED TO CERTIFICATE OF INSURANCE irr Provided to Builders Exchange of WA,Inc. For usage Condtions Agreement see www.bxwa.com-Atways Verify Scale r +irr ALL REQUIRED ENDORSEMENTS ARE SUBMITTED AS EVIDENCE IN CERTIFICATE OF INSURANCE. air ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the (OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or(b)products and ft completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or(c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. +rr 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by wr certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. �r Date Authorized Representative rr Signature arr +rr Document in Windows Internet Explorer\ rr+ wr U1�Y Un M Insurance Requirements For City of Renton The Citv of Renton requires the industry standard: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability(if required in contract; can be in tandem with CGL) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if required in contract) Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy(Only applies to Commercial General Liability) • Due to a statement found at the upper right of the ACORD form, pleaserp ovide the endorsement page(s) from the Policy(ies), evidencing Primary& Non- contributory coverage • The cancellation clause may state: 30 or 45 days written notice (lower right corner of certificate) • Put descriptive text of the project in the "Description of Operations" box • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here and Department) 1055 South Grady Way ,r Renton,WA. 98057 Direct any questions, comments or concerns to: Colleen Shannon — 425.430.7658 425.430.7650/main 425.430.7665/fax cshannon@rentonwa.gov COMMERCIAL GENERAL LIABILITY POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR Will CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Renton (If no entry appears above, information required to complete this endorsement will be shown in the rrrr Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that insured. �r CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations fl WCIA Insurance Requirements x , Client#: 569987 COATIUNL ACORD- CERTIFICATE OF LIABILITY INSURANCE 618/2010'"""' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 370 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle,WA 98111 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: James River Insurance Company 12203 Coatings Unlimited Inc. INSURER B: National Union Fire Ins Pittsbu 19445 18420 68th Ave S Ste 110 INSURER a Alaska National Insurance Compa 38733 Kent,WA 98032 INSURER D: rir 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. INSR ADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR DAT MM DD LA M/D YY A GENERAL LIABILITY 000232033 04/11/10 04111111 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $50,000 MIS CLAIMS MADE �OCCUR MED EXP(Any one person) s5,000 X BIIPD Ded:5,000 PERSONAL&ADV INJURY $1.000.000 X Wash Stop Gap GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY X JE° 7 LOC WA Stop Ga $1,000,000 irll C AUTOMOBILE LIABILITY 10DAS32121 04/11110 04/11/11 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (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 EA ACC $ OTHER THAN AUTO ONLY: AGG $ B EXCESS/UMBRELLA LIABILITY BE023264660 04/11/10 04/11/11 EACH OCCURRENCE s2,000,000 OCCUR X❑CLAIMS MADE AGGREGATE s2,000,000 iY DEDUCTIBLE $ X RETENTION $O $ WORKERS COMPENSATION AND —FTWC STATULIMIT- OTH- I ER EMPLOYERS'LIABILITY GO ANY PROPRIETOR/PARTNER/EXECUTIVE - E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: CUI Job#5-3784-1.City Project No#WTRO-27-3488 Project Name West Hill Reservoir Recoat and Upgrades 2010 Scope of Work Recoat Interior and Exterior of 1.4MG Standpipe Style Reservoir. City of Renton and its officers,officials,agents,employees and volunteers are included as additional insureds for general liability and automobile liability per attached forms CG2010 07/04,CG20370 7/04& (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION 10 Days for Non-Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION r City of Renton DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3n DAYS WRITTEN 1055 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Renton,WA 98057 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. PPP��� � AUTHORIZED REPRESENT TIVE ACORD 25(2001/08)1 of 3 #S4479066/M4394418 RMLJU © ACORD CORPORATION 1988 +tri 10 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). • DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. �r �r it �r 1r ACORD 25-S(2001/08) 2 of 3 #S44790661M4394418 rr DESCRIPTIONS (Continued from Page 1) ANICCA7040595.Coverage is primary&non-contributory per form AP5031 US.Waiver of Subrogation applies to err General Liability and Automobile Liability. wr wo err wr r �r +rr ,r rr wr rrr r we rr AMS 25.3(2001/08) 3 of 3 #S4479066/M4394418 4w Gw This page has been left blank intentionally. 40 w w rr �w irr wo so Ow Orr +rr rw rr w. wr w THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. w POLICY LIMITATION - AMENDED AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 'r CONTRACTORS COMBINED LIABILITY POLICY SECTION III — LIMITS OF INSURANCE -The General Aggregate Limit applies separately to each "Project'of the Named Insured. Notwithstanding the application of the General Aggregate Limit to each"Project'of the Named Insured, under no circumstances will we pay more than$10,000,000 for all claims +rr under this policy that are subject to the General Aggregate limit. For the purpose of this endorsement, the following definition is added: "Project' means all work done by you or on your behalf, away from premises owned or rented to you, to complete an individual bid or negotiated contract to provide services for a specified period of time. Multiple jobs, work orders, purchase orders, or work done at multiple"locations"under one contract are not separate"projects"within the meaning of this coverage. it �r ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. r +r r �r wr AP5012US 12-03 Page 1 of 1 rr THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARFEULLY. rr WAIVER OF SUBROGATION AS REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: r ALL COVERAGE PARTS The Company agrees to waive any right of recovery against any person or organization, as required by written contract, because of payments we make for injury or damage which is limited to liability directly caused by"your work"which is imputed to such person or organization. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. wr rrr ar .r �r. +r AP5004US 11-06 Page 1 of 1 ®rr ar BLANKET ADDITIONAL INSURED �r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. .r This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM. �r. Who is an Insured (Section II A.1.) is amended to but only with respect to liability arising out of the include as an insured any person or organization for ownership, maintenance or use of"autos" covered by whom you have agreed in writing to provide this policy. r. insurance such as is afforded by this Coverage Form, +r +r trr This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. 1ODAS32121 Insured Coatings Unlimited Inc. Endorsement No. rr Countersigned By ANIC CA 704 05 95 r wr 000232033 POLICY NUMBER. COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Organization(s): tions Blanket person(s)or organization(s)where required by written contract e� w .r Information required to complete this Schedule if not shown above, will be shown in the Declarations. e+ Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tion(s)shown in the Schedule, but only with respect to liability for"bodily injury"or"property damage"caused, + in whole or in part, by"your work"at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and included in the"products-completed operations hazard". e. r • arr CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 D r POLICY NUMBER: 000232033 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART r SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations Blanket person(s)or organization(s)where required by written contract er Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these rr include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for'bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: w caused,in whole or in part, by: 1. All work, including materials, parts or equip- 1. Your acts or omissions; or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the +rr injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. it rrr +r CG 20 10 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 err THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT do This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Any coverage provided to an Additional Insured scheduled in endorsement CG 2010 or endorsement CG 2037 (when either is attached to this policy) shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: • 1)a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis;or ■r 2) prior to a loss, you request in writing and we agree that this insurance shall apply on a primary and non-contributory basis. �r ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. +�r �r. AP5031 US 05-07 Page 1 of 1 wr rir PREVAILING MINIMUM HOURLY WAGE RATES (Effective 03-03-2010) aw rr State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 do 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 3-03-2010 10 (See Benefit Code Key) Over to PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS ift JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON do BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES ft JANITOR $17.98 2F 5S TRAVELING WAXER/SHAMPOOER $18.39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S hitt CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H 5D BRIDGE,DOCK AND WARF CARPENTERS $48.47 1 H 5D CARPENTER $48.47 1H 5D CREOSOTED MATERIAL $48.57 IH 5D DRYWALL APPLICATOR $48.74 1H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 IH 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 IH 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D DIVERS&TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV 8 ROV OPERATOR $52.23 IM 5D SURFACE RCV S ROV OPERATOR TENDER $48.85 1 B 5A to DREDGE WORKERS ASSISTANT ENGINEER $49,57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49.06 1T 5D 8L BOATMEN $49,57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN,HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25.34 1 E 5L ELECTRICIANS-INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER(TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL(TUNNEL) $61.95 2W 5L ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59. 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B will FENCE ERECTORS FENCE ERECTOR $15.18 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC - $50.28 1S 5.1 HEATING EQUIPMENT MECHANICS MECHANIC $59.32 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41.28 IH 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 KING COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) rr Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEYLEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 5B COOK $45.36 1K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B MATE,LAUNCH OPERATOR $47.35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 so HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 to INSULATION APPLICATORS JOURNEYLEVEL $48.47 1M 5D IRONWORKERS JOURNEYLEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41,28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN(OVER 30 LBS) $40.77 1H 5D CHIPPING GUN(UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1 H 5D CHUCK TENDER $40.03 1H 5D CLEAN-UP LABORER $40.03 1H SD CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $40.77 1H 5D DRILL OPERATOR,AIRTRAC $41.28 1 H 5D DUMPMAN $40.03 1 H 5D EPDXY TECHNICIAN $40.03 1 H 5D EROSION CONTROL WORKER $40.03 1 H 5D FALLERIBUCKER, CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1 H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER&TRANSIT PERSON $41.28 1 H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1 H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1 H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1 H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER/MORTARMAN $41.28 1 H 5D JACKHAMMER $40.77 1 H 5D LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER-MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1 H 5D MINER $41.28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1 H 5D PIPE POT TENDER $40.77 1 H 5D PIPE RELINER(NOT INSERT TYPE) $40.77 1 H 5D PIPELAYER&CAULKER $40.77 1 H 5D PIPELAYER&CAULKER(LEAD) $41.28 1 H 5D PIPEWRAPPER $40.77 1 H 5D POT TENDER $40.03 1H 5D POWDERMAN $41.28 1 H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER(POWER) $40.77 1H 5D RE-TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1 H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER(OVER 20") $40.77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER(CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN(AT JOB SITE) $40.03 1H 5D TOPPER-TAILER $40.03 1H 5D TRACK LABORER $40.03 1H 5D TRACK LINER(POWER) $40.77 1H 5D Page 4 rI� ■r KING COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77 1 H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1 H 5D VIBRATOR $40.77 1H 5D VINYL SEAMER $40.03 1 H 5D WELDER $40.03 1H 5D WELL-POINT LABORER $40.77 1H 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER&TOPMAN $40.03 1 H 5D PIPE LAYER $40,77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28,17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.74 IH 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A tw METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11,10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $66.44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 1T 5D 813 ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $50.39 1 T 5D 8P METRIC TONS BACKHOE,EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,TRACTORS:15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE(ZIPPER) $49.90 1T 5D 8P Page 5 r KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BATCH PLANT OPERATOR,CONCRETE $49.90 1T 5D 8P BELT LOADERS(ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT(SKID STEER) $47.12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P too CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE,FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 1T 5D 8P dill I CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $49.48 1T 5D 8P CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $49.90 IT 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $50.39 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $50.94 1T 5D 8P CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $50.94 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $49.90 1T 5D 8P DERRICK,BUILDING $50.39 1T 5D 8P DOZER,QUAD 9,D-10,AND HD-41 $50.39 1T 5D 8P DOZERS,D-9&UNDER $49.48 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS,(3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.90 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 1T 5D 8P HORIZONTALIDIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 1T 5D 8P Page 6 err KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $50.94 1T 5D 8P LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 1T 5D 813 LOCOMOTIVES,ALL $49.90 1T 5D 8P MECHANICS,ALL $50.94 1T 5D 8P MIXERS,ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49.48 1T 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER .$47.12 1T 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER,MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS,WATER $47.12 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47,12 1T 5D 813 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER,OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO-MILL,ROTO-GRINDER $49.90 1T 5D 8P SAWS,CONCRETE $49.48 1T 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50.39 IT 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $49,48 1T 5D 8P SCRAPER-SELF PROPELLED,HARD-TAIL END DUMP,ARTICULATING $49.90 1T 5D 8P OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS,(75 HP&UNDER) $49.48 1T 5D 8P TRACTORS, OVER 75 HP ( ) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WELDER $50.39 1T 5D 8P WHEEL TRACTORS,FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER $49.90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 4A 5A Page 7 as KING COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE QDk Code Code TREE TRIMMER GROUNDPERSON $27.55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $37.91 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1 M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1 E 5P RESIDENTIAL ELECTRICIANS 16 JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $34.54 1 H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $23.03 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $24.09 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $24.46 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $34.69 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $62.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $35.25 1 R 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $36.81 2R 5C RESIDENTIAL STONE MASONS JOURNEY LEVEL $46.35 1 M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1 M 5A RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $21.46 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $25.17 1 ROOFERS JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.59 1B 6X ELECTRICIAN $33.45 1B 6X HEAT&FROST INSULATOR $50.28 1S 51 LABORER $32.17 1 B 6X Page 8 b +r KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MACHINIST $33.28 1B 6X OPERATOR $35.61 113 6X PAINTER $33.21 1B 6X PIPEFITTER $33.18 1B 6X RIGGER $33.17 1B 6X SANDBLASTER $32.16 1B 6X SHEET METAL $33.19 113 6X SHIPFITTER $33.17 1B 6X go TRUCKER $33.04 1B 6X WAREHOUSE $33.09 1 B 6X WELDER/BURNER $33.17 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) d► SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) p JOURNEY LEVEL $64.29 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEYLEVEL $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 ow SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF, $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER(REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A iw SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 26 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A rr Page 9 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE SETTERS JOURNEY LEVEL $21.65 1 TILE,MARBLE&TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERSi JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 1T 5D 8L DUMP TRUCK&TRAILER $46.47 1T 5D 81- OTHER LOTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 1�1 Page 10 BENEFIT CODE KEY-EFFECTIVE 03-03-2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF WAGE. oqr A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. 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 AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 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. 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. 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 CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF war 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. 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. 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 TIN(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 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 THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. irr 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. rw BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -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 HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Illi 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 HOURS WORKED ON HOLIDAYS AND 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 IIII TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10) HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40)HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL l BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE,ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON 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. ob 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. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM(OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY(10 HOURS PER DAY FOR A 4 X 10 WORKWEEK)AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK) 10 OR 40 HOURS DURING THAT WORKWEEK.)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12)HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z 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 THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. it BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -3- 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. ■r E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. �wr 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. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY)AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rri 0. 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 SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. yr ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING,THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY,OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rr V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. wr BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -4- W. 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. ON A FOUR-DAY,TEN-HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. g1 X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M.AND 6:00 A.M.AND ALL HOURS 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. 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. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 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). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9), Illi L. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). Ylf N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 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). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. +r BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -5— Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). 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(9). +ter U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). 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, rr 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). 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). err 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). E. 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,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). 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). G. PAID 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, CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). 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, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_ PRESIDENTS'DAY. BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). Yri 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). 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). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY(9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). IF A HOLIDAY FALLS ON SATURDAY,THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. go NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: to OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,LEVEL B:$0.50,AND LEVEL C:$025. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-CLASS A SUIT: $2.00, CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. �f w • CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. do Project : West Hill Reservoir Recoat and Upgrade 2010 CAG No. 40 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period dr from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: �r �w rr �r Certification OfPaymentPrevailin ffages\ Statement of Intent to Pay Prevailing Wages Page 1 of 2 +r Prevailing Wage Section OEM Department of Labor& Statement of Intent to Pay Industries Prevailing Wage PO Box 44540 Olympia,WA 98504-4540 (360) 902-5335 Received: Intent Id. Status: 06/21/2010 295485 Approved on 06/21/2010 COMPANY M Company Information: COATINGS UNLIMITED INC COATI U 1097 KA 601 298 793 iW 594,672-01 18420 68TH AVE S STE 110 KENT, WA 980321093 (425) 251-3268 Payment Type: Electronic Company Signature: Electronic rr PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Tom Malphrus Agency Contact Phone: (425)430-7313 County: KING Multiple Counties? No r City: Renton Job Site Address/Directions: 12507 82nd Ave S-Renton, WA 98178 Project Name: West Hill Recoat& Upgrades 2010 Contract Number. WTR-27-3488 Bid Due Date: 05/20/2010 Award Date: 06/14/2010 r Expected Job Start Date: 07/20/2010 Prime Contractor. COATINGS UNLIMITED INC 71f1 COATIU1097KA (425)251-3268 Does Your Company Intend To Hire Subcontractors To Perform No All Work? Does Your Company Intend To Yes Hire Any Subcontractors? Apprentices? No $Amount of your contract $351,875.00 Time and Materials No do (including sales tax): Number of Owners/Operators Performing Work on the Project that Own 30%or More of the 0 of Company. W. https://secureaccess.wa.gov/lni/pwia/Intent/IntentPrint.asp?ID=295485 6/22/2010 Statement of Intent to Pay Prevailing Wages Page 2 of 2 Will your company have employees perform work on this project? Yes Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? No More specifically, does this project utilize any weatherization orr or energy efficiency upgrade funds(ARRA or otherwise)? No Filed by: Karen Parsons EMPLOYEESWAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers KING PAINTERS JOURNEY LEVEL $34.87 $0.00 3 • wr rrr +r ,rr https://secureaccess.wa.gov/lni/pwia/Intent/IntentPrint.asp?ID=295485 6/22/2010 - WSDOT AMENDMENTS For Road, Bridge, and Municipal Construction 2010 M 41-10 (Divisions 1, 6, 8 & 9 only 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 02.AP 1 17 SECTION 1-02, BID PROCEDURES AND CONDITIONS 18 January 4, 2010 19 1-02.7 Bid Deposit 20 In the first paragraph, the third sentence is revised to read: 21 22 For projects scheduled for bid opening in Olympia, the proposal bond may be in hard 23 copy or electronic format via Surety2000.com or I nsu revision.com and BidX.com. 24 25 1-02.9 Delivery of Proposal 26 In the first paragraph, the first sentence is revised to read: 27 28 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 29 submitted in the envelope provided with it, or electronically via Expedite software and 30 BidX.com at the location and time identified in Section 1-02.12. 31 32 The following new paragraph is inserted after the first paragraph: 33 34 For projects scheduled for bid opening in the Region, each Proposal shall be sealed 35 and submitted in the envelope provided with it, at the location and time identified in 36 Section 1-02.12. The Bidder shall fill in all blanks on this envelope to ensure proper 37 handling and delivery. 38 +.r 39 06.AP1 40 SECTION 1-06, CONTROL OF MATERIALS 41 April 5, 2010 42 1-06.1 Approval of Materials Prior to Use 43 This section is supplemented with the following new sub-section: 44 45 1-06.1(4) Fabrication Inspection Expense 46 In the event the Contractor elects to have items fabricated beyond 300 miles from 47 Seattle, Washington the Contracting Agency will deduct from payment due the 48 Contractor costs to perform fabrication inspection on the following items: 49 irr APRIL 5,2D10 AMENDMENTS 1 1 Steel Bridges and Steel Bridge components 2 Cantilever Sign Structures and Sign Bridges 3 Cylindrical, Disc, Pin, and Spherical Bearings 4 Modular Expansion Joints 5 Additional items as may be determined by the Engineer. 6 7 The deductions for fabrication inspection costs will be as shown in the Payment Table 8 below. 9 rti Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle i 2 Between 300 and 3,000 $700.00 per"`inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per*inspection day, from Seattle but not less than $2,500 per tri 10 *Note-An inspection day includes any calendar day or portion of a calendar 11 day spent inspecting at or traveling to and from a place of fabrication. 12 13 Where fabrication of an item takes place in more than one zone, the reduction in 14 payment will be computed on the basis of the entire item being fabricated in the furthest 15 of zones where any fabrication takes place on that item. 16 17 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication 18 inspection activities to include but not limited to; plant approvals, prefabrication 19 meetings, fabrication, coatings and final inspection. 20 rr APRIL 5,2010 AMENDMENTS 2 1 1-06.2(2)A General 2 Table 2 "Pay Factors" on page 1-39 is revised to read: 3 Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(PU+PL)-100 Category n_3 n=4 n3 n_6 n_7 n_8 n=9 n_10 n_12 n_15 n=18 n_23 n_30 n_43 n_67 to to to to to to to to n=11 n=14 n=17 n=22 n=29 n=42 n=66IN b 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 No 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 Oat 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 do 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) 4 5 6 7 Table 2 "Pay Factors" on page 1-40 is revised to read: .. 8 Table 2 Pay Factors(continued) as PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(Pu+PO-100 Category n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 n=12 n=15 n=18n=23 n--30 n=43 n=67 to to to to to to to to n=11 n=14 n=17 n=22 n=29 n=42 n=66 b IM11 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 00 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above 10 Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note:If the value of(P +P)-100 does not correspond to a(P +P)-100 value in this table,use the next smaller(P +P)-100 value. 9 10 to 11 07.AP 1 12 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 13 April 5, 2010 do 14 1-07.13(4) Repair of Damage 15 The last sentence in the first paragraph is revised to read: APRIL 5,2010 AMENDMENTS 3 1 2 For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 3 17.5, payment will be made in accordance with Section 1-09.4 using the estimated Bid 4 item "Reimbursement for Third Party Damage". 5 6 1-07.16(2) Vegetation Protection and Restoration 7 The second paragraph is revised to read: 8 9 Damage which may require replacement of vegetation includes torn bark stripping, At 10 broken branches, exposed root systems, cut root systems, poisoned root systems, 11 compaction of surface soil and roots, puncture wounds, drastic reduction of surface 12 roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to di 13 the location that may jeopardize the survival or health of the vegetation to be preserved. 14 15 The third paragraph is revised to read: 16 17 When large roots of trees designated to be saved are exposed by the Contractor's 18 operation, they shall be wrapped with heavy, moist material such as burlap or canvas 19 for protection and to prevent excessive drying. The material shall be kept moist and 20 securely fastened until the roots are covered to finish grade. All material and fastening 21 material shall be removed from the roots before covering. All roots 1-inch or larger in 22 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. 23 Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no 24 additional cost to the Contracting Agency. 25 26 The fourth paragraph is revised to read: 27 28 Any pruning activity required to complete the Work as specified shall be performed by a ally 29 Certified Arborist as designated by the Engineer. 30 31 08.AP1 +ti+ 32 SECTION 1-08, PROSECUTION AND PROGRESS 33 April 5, 2010 34 1-08.1 Subcontracting 35 The second and third sentences in the eighth paragraph are revised to read: 36 37 This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, 38 "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State 39 fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through 40 September 30, October 1 through December 31, and for any remaining portion of a 41 quarter through Physical Completion of the Contract. The report is due 20 calendar 42 days following the fiscal quarter end or 20-calendar days after Physical Completion of 43 the Contract. 44 45 The last sentence in the ninth paragraph is revised to read: 46 47 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in 48 lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE 49 Participants". 50 APRIL 5,2010 AMENDMENTS 4 wo 1 1-08.5 Time for Completion 2 The last two sentences in the first paragraph are revised to read: `. 3 4 When any of these holidays fall on a Sunday, the following Monday shall be counted a 5 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be 6 counted a nonworking day. The days between December 25 and January 1 will be 7 classified as nonworking days. 8 + 9 09.AP1 10 SECTION 1-09, MEASUREMENT AND PAYMENT 11 January 4, 2010 12 1-09.9 Payments 13 The first paragraph is revised to read: rr 14 15 The basis of payment will be the actual quantities of Work performed according to the 16 Contract and as specified for payment. 17 18 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the 19 Project Engineer to determine the Work performed on a monthly basis. Lump sum item 20 breakdowns shall be submitted prior to the first progress payment that includes payment 21 for the Bid Item in question. A breakdown is not required for lump sum items that 22 include a basis for incremental payments as part of the respective Specification. Absent 23 a lump sum breakdown the Project Engineer will make a determination based on ` 24 information available. The Project Engineer's determination of the cost of work shall be 25 final. 26 27 In the third paragraph, the second sentence is deleted. 28 29 10.AP1 •• 30 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 31 April 5, 2010 32 In Division 1-10, all references to "truck mounted" are revised to read "transportable". 33 34 1-10.2(3) Conformance to Established Standards 35 In the fifth paragraph, the reference "(TMA's)" is deleted. 36 37 1-10.3(2)C Lane Closure Setup/Takedown 38 In the second paragraph, the reference to"TMA/arrow board" is revised to read 39 "transportable attenuator/arrow board". 40 41 1-10.3(3)A Construction Signs 42 In the fourth paragraph "height" is replaced with "top of the ballast". 43 44 1-10.3(3)J Truck Mounted Attenuator 45 The title for this section is revised to read: 46 47 1-10.3(3)J Transportable Attenuator W` 48 APRIL 5,2010 AMENDMENTS 5 1 In the second and fourth paragraphs, the references to"TMA" are revised to read 2 "Transportable Attenuator". 3 4 In the first paragraph, the first sentence is revised to read: 5 6 Where shown on an approved traffic control plan or where ordered by the Engineer, the ► 7 Contractor shall provide, operate, and maintain transportable impact attenuators as 8 required in Section 9-35.12. 9 10 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's". 11 12 1-10.4(2) Item Bids with Lump Sum for Incidentals 13 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable 14 Attenuator(s)". 15 16 In the eighth paragraph, the first sentence is revised to read: 17 18 "Transportable Attenuator"will be measured per each one time only for each host 19 vehicle with mounted or attached impact attenuator used on the project. 20 21 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with 22 "transportable attenuator". 23 24 1-10.5(2) Item Bids with Lump Sum for Incidentals 25 All references to"truck mounted impact attenuator(s)" are revised to read "transportable 26 attenuator(s)". 27 28 29 02.AP6 30 SECTION 6-02, CONCRETE STRUCTURES 31 April 5, 2010 32 6-02.3(6) Placing Concrete 33 The third paragraph is revised to read: 34 35 All foundations, forms, and contacting concrete surfaces shall be moistened with water 36 just before the concrete is placed. Any standing water on the foundation, on the 37 concrete surface, or in the form shall be removed. 38 39 The following new sentence is added after the fourth sentence in the fourth paragraph: 40 41 The submittal to the Engineer shall include justification that the concrete mix design will 42 remain fluid for interruptions longer than 30-minutes between placements. di 43 44 6-02.3(10)D Concrete Placement, Finishing, and Texturing 45 The following paragraph is inserted at the beginning of this section: 46 47 Before placing bridge approach slab concrete, the subgrade shall be constructed in 48 accordance with Sections 2-06 and 5-05.3(6). 49 50 6-02.3(11) Curing Concrete 51 In the fifth paragraph "Type 1 D" is revised to read "Type 1 D, Class B". APRIL 5,2010 AMENDMENTS 6 �r 1 2 6-02.3(17)F Bracing 3 Under the heading "Temporary Bracing for Bridge Girders", the table is revised to read: 4 Girder Series Distance in Inches W42G 30 W50G 42 'r W58G 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges W F36G, W F42G, W F50G, 70 WF58G, WF66G,WF74G, WF83G, WF95G, and W17100G W32BTG, W38BTG, and 70 W62BTG WF74PTG, WF83PTG, 70 WF95PTG, and WF100PTG 5 6 7 6-02.3(17)N Removal of Falsework and Forms • 8 The first paragraph including table is revised to read: 9 10 If the Engineer does not specify otherwise, the Contractor may remove forms based on 11 an applicable row of criteria in the table below. Both compressive strength and minimum 12 time criteria must be met if both are listed in the applicable row. The minimum time shall 13 be from the time of the last concrete placement the forms support. In no case shall the 14 Contractor remove forms or falsework without the Engineer's approval. to r APRIL 5.2010 AMENDMENTS 7 1 Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strength1 Stren th1 days Columns, walls, non- — — 3 sloping box girder webs, abutments, footings, pile caps„ traffic and ` pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- — 1400 psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile — — 18 hours caps, and shaft ca S.2 Crossbeams, shaft caps, 80 — 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steel or prestressed concrete girders.3 Box girders, T-beam 80 — 14 days girders, and flat-slab Superstructure.3 Arches.3 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. 2 3 4 The third and fourth paragraphs are deleted. 5 6 The fifth paragraph is revised to read: 7 8 Curing shall comply as required in Section 6-02.3(11). The concrete surface shall not 9 become dry during form removal if removed during the cure period. 10 11 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 12 In the fourth paragraph "9-20.3(4)" is revised to read "Section 9-20.3(4)". 13 rr APRIL 5.2010 AMENDMENTS 8 1 6-02.3(24) Reinforcement 2 This first paragraph is revised to read: 3 4 Although a bar list is normally included in the Plans, the Contracting Agency does not 5 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement 6 fabrication details shall be determined from the information provided in the Plans. 7 8 The third paragraph is deleted. g 10 6-02.3(24)C Placing and Fastening 11 The eighth paragraph is revised to read: 12 13 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. 14 15 The 14th paragraph is revised to read: 16 17 Clearances for main bars shall be at least: 18 19 4-inches between: Bars and the surface of any concrete masonry exposed 20 to the action of salt or alkaline water. 21 22 3-inches between: Bars and the surface of any concrete deposited against 23 earth without intervening forms. 24 25 2-%2-inches between: Adjacent bars in a layer. Bridge deck bars and the top of 26 the bridge deck. 27 28 2-inches between: Adjacent layers. Bars and the surface of concrete 29 exposed to earth. Reinforcing bars and the faces of 30 forms for exposed aggregate finish. r 31 32 1-%2-inches between: Bars and the surface of concrete when not specified 33 otherwise in this Section or in the Plans. Barrier and 34 curb bars and the surface of concrete. 35 36 1-inch between: Slab bars and the bottom of the slab. Slab bars and the 37 top surface of the bottom slab of a cast-in-place 38 concrete box girder. 39 40 The following new paragraph is inserted after the 14th paragraph: 41 42 Cover to ties and stirrups may be %2-inch less than the values specified for main bars 43 but shall not be less than 1-inch. 44 45 6-02.3(24)F Mechanical Splices 46 Items 1, 2, and 3 in the fourth paragraph are revised to read: 47 48 1. Mechanical splices shall develop at least 125 percent of the specified yield strength 49 of the unspliced bar. The ultimate tensile strength of the mechanical splice shall r 50 exceed that of the unspliced bar. 51 APRIL 5.2010 AMENDMENTS 9 1 2. The total slip of the bar within the spliced sleeve of the connector after loading in 2 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured 3 displacements between gage points clear of the splice sleeve: 4 5 a. 0.01 inches for bar sizes up to No. 14. did 6 7 b. 0.03 inches for No. 18 bars. 8 9 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 10 11 6-02.3(25) Prestressed Concrete Girders 12 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is 13 revised to read: 14 15 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, 16 WF58G, WF66G, WF74G,WF83G, WF95G and WF100G. 17 18 Under the heading "Spliced Prestressed Concrete Girder"the last sentence is revised to 19 read: 20 21 WSDOT standard girders in this category include Series WF74PTG, WF83PTG, 22 WF95PTG and WF100PTG. 23 24 6-02.3(25)L Handling and Storage 25 In the third sentence of the second paragraph, the reference to "1-foot-9-inches" is revised to 26 read "3-foot-0-inches". 27 28 6-02.3(25)N Prestressed Concrete Girder Erection + 29 The seventh paragraph is supplemented with the following: 30 31 The aspect ratio (height/width) of oak block wedges at the girder centerline shall note 32 exceed 1.0. 33 34 6-02.3(26)E Ducts 35 Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in 36 the second paragraph is revised to read: 37 38 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of 39 PP0340B14541 to PP03401367884. 40 41 6-02.3(28)F Tolerances 42 The reference to"PCI-MNL-166" is revised to read "PCI-MNL-116". 43 44 03.AP6 45 SECTION 6-03, STEEL STRUCTURES 46 April 5, 2010 47 6-03.3(25) Repair Welding 48 In the first paragraph "2002" is revised to read "2008". APRIL 5,2010 AMENDMENTS 10 1 2 6-03.3(25)A Welding Inspection 3 In the first paragraph "2002" is revised to read "2008". 4 5 In the paragraph below the heading "Radiographic Inspection" "2002 Structural' is revised 6 to read "2008 Bridge". 7 8 6-03.3(29) Vacant 9 This section including title is revised to read: 10 11 Welded Shear Connectors 12 All welded shear connectors on steel girder top flanges shall be installed in the field 13 after the forms for the concrete bridge deck are in place. The steel surface to be 14 welded shall be prepared to SSPC-SP 11, power tool cleaning,just prior to welding. • 15 Installation, production control, and inspection of welded shear connectors shall 16 conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2008 Bridge Welding Code. 17 After the welded shear connectors are installed, the weld and the disturbed steel 18 surface shall be cleaned and painted in accordance with Section 6-07.3(9)1. 19 20 07.AP6 21 SECTION 6-07, PAINTING 22 April 5, 2010 23 6-07.3(9)G Application of Shop Primer Coat 24 In the second paragraph, the second, third, and fourth sentences are deleted. 25 26 6-07.3(9)1 Application of Field Coatings 27 The following new paragraph is inserted preceding the first paragraph: 28 29 Prior to applying field coatings, the Contractor shall field install welded shear connectors 30 on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in 31 the Plans. After installation of the welded shear connectors, the weld and the disturbed 32 surface of the steel girder top flange shall be cleaned in accordance with SSPC-SP 11 33 and primed. 34 35 6-07.3(10)H Paint System 36 In the first sentence of the first paragraph "new steel" is revised to read "existing steel'.. 37 38 09.AP6 39 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 40 January 4, 2010 41 6-09.3(6) Further Deck Preparation 42 In the second paragraph, item number 3. and 4. are revised to read: 43 44 3. Existing non-concrete patches as authorized by the Engineer. 45 46 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of two 47 reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12- 48 inches or more along the bar. 49 APRIL 5.2010 AMENDMENTS 11 1 1 6-09.3(6)B Deck Repair Preparation 2 In the first paragraph, the second sentence is revised to read: 3 4 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 5 3/4-inch minimum clearance around the top mat of steel reinforcing bars only where 6 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 7 between concrete and the top mat of steel is broken. 8 9 10.AP6 - ' 10 SECTION 6-10, CONCRETE BARRIER 11 January 4, 2010 12 6-10.3(1) Precast Concrete Barrier 13 In the 12th paragraph, the first sentence is revised to read: 14 15 Only 1 section less than 20-feet long for single slope barrier and 10-feet long for all 16 other barriers may be used in any single run of precast barrier, and it must be at least 8- 17 feet long. 18 19 6=10.3(6) Placing Concrete Barrier 20 The first paragraph is revised to read: 21 22 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation 23 shaped to a uniform grade and section. The foundation surface for precast concrete 24 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: 25 26 When a 10-foot straightedge is placed on the surface parallel to the centerline for 27 the barrier, the surface shall not vary more than '/4-inch from the lower edge of the 28 straightedge. If deviations exceed '/4-inch, the Contractor shall correct them as 29 required in Section 5-04.3(13). 30 31 In the second paragraph, the first sentence is revised to read: 32 33 The Contractor shall align the joints of all precast barrier segments so that they offset no r 34 more than '/4-inch transversely and no more than 3/-inch vertically. 35 36 12.AP6 37 SECTION 6-12, NOISE BARRIER WALLS 38 April 5, 2010 39 6-12.3(6) Precast Concrete Panel Fabrication and Erection 40 Item number 3. in the first sentence of the first paragraph is revised to read: 41 42 3. The Contractor shall cast the precast concrete panels horizontally. 43 44 17.AP6 45 SECTION 6-17, PERMANENT GROUND ANCHORS ' 46 January 4, 2010 47 6-17.3(7) Installing Permanent Ground Anchors 48 In the third paragraph, the first sentence is revised to read: APRIL 5,2010 AMENDMENTS 12 .err 1 2 The tendon shall be inserted into the drill hole to the desired depth prior to grouting. 3 4 In the third paragraph, the following sentence is inserted after the first sentence: 5 6 Wet setting of permanent ground anchors will not be allowed. 7 8 9 01.AP8 10 11 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 12 April 5, 2010 13 8-01.2 Materials 14 In the first paragraph, the following is inserted after the first sentence: 15 16 Corrugated Polyethylene Drain Pipe 9-05.1(6) wr 17 18 8-01.3(1) General 19 In the sixth paragraph, the first sentence is revised to read: 20 21 When natural elements rut or erode the slope, the Contractor shall restore and repair 22 the damage with the eroded material where possible, and remove and dispose of any 23 remaining material found in ditches and culverts. 24 25 In the seventh paragraph the first two sentences are deleted. 26 27 The table in the seventh paragraph is revised to read: 28 29 Western Washington (West of the Cascade Mountain crest) 30 May 1 through September 30 17 Acres 31 October 1 through April 30 5 Acres 32 33 Eastern Washington (East of the Cascade Mountain crest.) 34 April 1 through October 31 17 Acres 35 November 1 through March 31 5 Acres 36 37 The eighth paragraph is revised to read: 38 39 The Engineer may increase or decrease the limits based on project conditions. 40 41 The ninth paragraph is revised to read: 42 43 Erodible earth is defined as any surface where soils, grindings, or other materials may 44 be capable of being displaced and transported by rain, wind, or surface water runoff. 45 46 The 10th paragraph is revised to read: 47 48 Erodible earth not being worked, whether at final grade or not, shall be covered 49 within the specified time period, (see the tables below) using an approved soil 50 covering practice. 51 A131511 C 7A4A AAACA1MRACAITC .1q 1 Western Washington (West of the Cascade Mountain crest) 2 October 1 through April 30 2-days maximum 3 May 1 to September 30 7-days maximum 4 5 6 Eastern Washington (East of the Cascade Mountain crest.) 7 October 1 through June 30 5-days maximum 8 July 1 through September 30 10-days maximum 9 10 8-01.3(1)A Submittals 11 This section is revised to read: 12 13 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, 14 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the 15 Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of the current edition 16 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for 17 TESC Plan implementation and incorporate it into the Contractor's progress schedule. 18 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule 19 prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected 20 inside and outside the limits of the project(including all Contracting Agency-provided 21 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies 22 of water). 23 24 The Contractor shall allow at least 5-working days for the Engineer to review any 25 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not 26 make the Contracting Agency liable to the Contractor for any Work delays. 27 28 8-01.3(1)6 Erosion and Sediment Control (ESC) Lead 29 In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 30 220-030 EF". 31 ` 32 8-01.3(1)C Water Management 33 In number 2., the reference to "Standard Specification" is revised to read "Section". 34 ` 35 Number 3., is revised to read: 36 37 3. Offsite Water 38 Prior to disruption of the normal watercourse, the Contractor shall intercept the 39 offsite stormwater and pipe it either through or around the project site. This water 40 shall not be combined with onsite stormwater. It shall be discharged at its pre- 41 construction outfall point in such a manner that there is no increase in erosion 42 below the site. The method for performing this Work shall be submitted by the 43 Contractor for the Engineer's approval. 44 45 8-01.3(1)D Dispersion/infiltration 46 This section is revised to read: w 47 48 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 49 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 50 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of 51 the State, turbidity standards are achieved. Water shall be conveyed to designated 52 infiltration areas at a rate that does not produce surface runoff. APRII s gnin AMFNnMFNTS 14 +�r 1 2 8-01.3(2)B Seeding and Fertilizing 3 The fourth paragraph is revised to read: 4 5 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 6 application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose 7 fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 8 250-pounds per acre. .r 9 10 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 11 12 8-01.3(2)D Mulching 13 In the second paragraph, the second sentence is revised to read: 14 + ► 15 Wood strand mulch shall be applied by hand or by straw blower on seeded areas. 16 17 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read qtr 18 "hydroseeder". 19 20 In the fourth paragraph, "MBFM" is revised to read "MBFM/FRM". 21 22 8-01.3(2)E Tacking Agent and Soil Binders 23 The following new paragraph is inserted at the beginning of this Section: 24 25 Tacking agent or soil binders applied using a hydroseeder shall have a mulch 26 tracer added to visibly aid uniform application. This tracer shall not be harmful to 27 plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a 28 tracer, the application rate shall not exceed 250-pounds per acre. 29 30 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the 31 following: 32 33 The BFM may require a 24 to 48 hour curing period to achieve maximum performance 34 and shall not be applied when precipitation is predicted within 24 to 48 hours, or on 35 saturated soils, as determined by the Engineer. 36 37 The last paragraph including title is revised to read: 38 39 Soil Binding Using Mechanically-Bonded Fiber Matrix (MBFM) or Fiber Reinforced 40 Matrix (FRM) 41 The MBFM/FRM shall be hydraulically applied in accordance with the manufacturer's 42 installation instructions and recommendations. 43 44 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 45 The first paragraph is revised to read: 46 47 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 48 and mulching of slopes shall be performed during the following periods: 49 50 Western Washington' Eastern Washington 51 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 52 March 1 through May 15 October 1 through November 15 only Acc" R wwin AMFNIIMFNTLC 15 1 September 1 through October 1 2 3 'Where Contract timing is appropriate, seeding,fertilizing, and mulching shall be 4 accomplished during the fall period listed above. Written permission to seed after 5 October 1 will only be given when Physical Completion of the project is imminent and 6 the environmental conditions are conducive to satisfactory growth. 7 8 8-01.3(2)G Protection and Care of Seeded Areas 9 The first paragraph is revised to read: 10 11 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor 12 shall restore eroded areas, clean up and properly dispose of eroded materials, and 13 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 14 15 In the second paragraph, number 1. is revised to read: 16 17 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas 18 that have been damaged through any cause prior to final inspection, and reapplied 19 to areas that have failed to receive a uniform application at the specified rate. 20 21 8-01.3(2)H Inspection 22 The first sentence is revised to read: 23 24 Inspection of seeded areas will be made upon completion of seeding, temporary 25 seeding,fertilizing, and mulching. 26 27 The third sentence is revised to read: 28 29 Areas that have not received a uniform application of seed, fertilizer, or mulch at the 30 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or 31 remulched at the Contractor's expense prior to payment. ► 32 33 8-01.3(2)1 Mowing 34 In the first paragraph, the last sentence is revised to read: w 35 36 Trimming around traffic facilities, Structures, planting areas, or other features extending 37 above ground shall be accomplished preceding or simultaneously with each mowing. 38 39 8-01.3(3) Placing Erosion Control Blanket 40 In the first sentence, "Standard" is deleted. 41 42 The second sentence is revised to read: 43 44 Temporary erosion control blankets, having an open area of 60-percent or greater, may 45 be installed prior to seeding. 46 47 8-01.3(4) Placing Compost Blanket 48 In the first paragraph, "before" is revised to read "prior to". 49 50 The last sentence is revised to read: 51 52 Compost shall be Coarse Compost. ami 5 9010 AMENDMENTS 16 +w 1 2 8-01.3(5) Placing Plastic Covering 3 The first sentence is revised to read: 4 5 Plastic shall be placed with at least a 12-inch overlap of all seams. 6 7 8-01.3(6)A Geotextile-Encased Check Dam 8 The first paragraph is deleted. w 9 10 8-01.3(6)B Rock Check Dam 11 This section including title is revised to read: 12 13 8-01.3(6)B Quarry Spall Check Dam 14 The rock used to construct rock check dams shall meet the requirements for quarry 15 spalls. 16 17 8-01.3(6)D Wattle Check Dam 18 This section is revised to read: 19 20 Wattle check dams shall be installed in accordance with the Plans. w 21 22 8-01.3(6)E Coir Log 23 This section is revised to read: 24 25 Coir logs shall be installed in accordance with the Plans. 26 27 8-01.3(9)A Silt Fence 28 In the second paragraph, the second sentence is revised to read: 29 30 The strength of the wire or plastic mesh shall be equivalent to or greater then what is 31 required in Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab 32 tensile strength in the machine direction). 33 34 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm 35 In the second paragraph, the last sentence is deleted. 36 37 The third paragraph is revised to read: 38 39 The Compost Berm shall be constructed in accordance with the detail in the Plans. *� 40 Compost shall be Coarse Compost. 41 42 8-01.3(9)C Straw Bale Barrier 43 This section is revised to read: 44 45 Straw Bale Barriers shall be installed in accordance with the Plans. 46 47 8-01.3(9)D Inlet Protection 48 This section is revised to read: 49 .r ADRII q 7nin AMFNnMFNTS 17 1 Inlet protection shall be installed below or above, or as a prefabricated cover at each 2 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to 3 beginning clearing, grubbing, or earthwork activities. 4 5 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the 6 requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum 7 filtration properties of Table 2. 8 9 When the depth of accumulated sediment and debris reaches approximately '/2 the ► 10 height of an internal device or'/the height of the external device (or less when so 11 specified by the manufacturers) or as designated by the Engineer, the deposits shall be 12 removed and stabilized on site in accordance with Section 8-01.3(16). r 13 14 8-01.3(10) Wattles 15 In the first paragraph, the third sentence is revised to read: wir 16 17 Excavated material shall be spread evenly along the uphill slope and be compacted 18 using hand tamping or other method approved by the Engineer. 19 20 This section is supplemented with the following new paragraph: 21 IN 22 The Contractor shall exercise care when installing wattles to ensure that the method of 23 installation minimizes disturbance of waterways and prevents sediment or pollutant 24 discharge into waterbodies. 25 26 8-01.3(12) Compost Sock 27 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read 28 "waterbodies". 29 30 In the second paragraph"bank" is revised to read "slope". 31 32 In the third paragraph "and" is revised to read "or'. 33 34 This section is supplemented with the following new paragraph: 35 36 Compost for Compost Socks shall be Coarse Compost. 37 rrr 38 8-01.3(14) Temporary Pipe Slope Drain 39 The first paragraph is revised to read: 40 41 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be 42 constructed in accordance with the Plans 43 44 The last paragraph is revised to read: 45 46 Placement of outflow of the pipe shall not pond water on road surface. 47 48 8-01.3(15) Maintenance 49 In the fourth paragraph, the last sentence is revised to read: 50 51 Clean sediments may be stabilized on site using approved BMPs as approved by the 52 Engineer. APRIL 5.2010 AMENDMENTS 18 �r 1 2 8-01.3(16) Removal 3 In the second paragraph, the last sentence is revised to read: 4 5 This may include, but is not limited to, ripping the soil, incorporating soil amendments, 6 and seeding with the specified seed. 7 8 8-01.4 Measurement 9 The eighth paragraph is revised to read: 10 11 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the 12 linear foot along the ground line of completed barrier. 13 14 8-01.5 Payment 15 The following bid items are relocated after the bid item "Check Dam": 16 17 "Inlet Protection", per each. 18 19 "Gravel Filter Berm", per linear foot. 20 21 The following new paragraph is inserted before the bid item "Stabilized Construction 22 Entrance": 23 ,W 24 The unit Contract price per linear foot for"Check Damn and "Gravel Filter Berm" and per 25 each for"Inlet Protection" shall be full pay for all equipment, labor and materials to 26 perform the Work as specified, including installation, removal and disposal at an 27 approved disposal site. 28 29 The paragraph after the bid item 'Temporary Curb" is revised to read: 30 31 The unit Contract price per linear foot for temporary curb shall include all costs to install, 32 maintain, remove, and dispose of the temporary curb. 33 34 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM/FRM". 35 36 02.AP8 «■ 37 SECTION 8-02, ROADSIDE RESTORATION 38 January 4, 2010 1W 39 8-02.3(2) Roadside Work Plan 40 In the first paragraph, the second sentence is revised to read: 41 1W 42 The roadside work plan shall define the Work necessary to provide all Contract 43 requirements, including: wetland excavation, soil preparation, habitat, Structure 44 placement, planting area preparation, seeding area preparation, bark mulch and 45 compost placement, seeding, planting, plant replacement, irrigation, and weed control in 46 narrative form. 47 48 The first sentence under"Progress Schedule" is revised to read: 49 .1. A0011 x; 7nin &urmnUFNT.q �g 1 A progress schedule shall be submitted in accordance with Section 1-08.3. The 2 Progress Schedule shall include the planned time periods for Work necessary to 3 provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03. 4 5 The first sentence under"Weed and Pest Control Plan" is revised to read: 6 7 The Weed and Pest Control Plan shall be submitted and approved prior to starting any 8 Work defined in Sections 8-01, and 8-02. +rr 9 10 In the third paragraph under"Weed and Pest Control Plan" the first and second sentences 11 are revised to read: 12 13 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 14 or Consultant when chemical pesticides are proposed. The plan shall include methods 15 of weed control; dates of weed control operations; and the name, application rate, and 16 Material Safety Data Sheets of all proposed herbicides. 17 18 The last paragraph under"Plant Establishment Plan" is deleted. 19 20 8-02.3(2)A Chemical Pesticides 21 This section is deleted. 22 23 8-02.3(2)B Weed and Pest Control 24 This section is deleted. 25 26 8-02.3(3) Planting Area Weed Control 27 This section including title is revised to read: 28 29 8-02.3(3)Weed and Pest Control 30 The Contractor shall control weed and pest species within the project area using 31 integrated pest management principles consisting of mechanical, biological and 32 chemical controls that are outlined in the Weed and Pest Control Plan or as designated 33 by the Engineer. 34 35 Those weeds specified as noxious by the Washington State Department of Agriculture, 36 the local Weed District, or the County Noxious Weed Control Board and other species 37 identified by the Contracting Agency shall be controlled on the project in accordance 38 with the weed and pest control plan. 39 40 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 41 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including 42 erosion control seeding area and vegetation preservation areas, as designated by the 43 Engineer. 44 45 This section is supplemented with the following new sub-sections: 46 47 8-02.3(3)A Planting Area Weed Control 48 All planting areas shall be prepared so that they are weed and debris free at the time of 49 planting and until completion of the project. The planting areas shall include the entire 50 ground surface, regardless of cover, all planting beds, areas around plants, and those 51 areas shown in the Plans. 52 AD011 S >n4n eMFNnMFNT.R 20 1 All applications of post-emergent herbicides shall be made while green and growing 2 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 3 these Specifications, the Contractor shall physically remove and bag the seed heads. 4 All physically removed vegetation and seed heads shall be disposed of off site at no 5 cost to the Contracting Agency. 6 7 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square 8 and shall be secured by a minimum of 5-staples per mat. Mats and staples shall be 9 installed according to the manufacturer's recommendations. 10 11 8-02.3(3)6 Chemical Pesticides 12 Application of chemical pesticides shall be in accordance with the label 13 recommendations, the Washington State Department of Ecology, local sensitive area 14 ordinances, and Washington State Department of Agriculture laws and regulations. Only 15 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of 16 Way at http://www.wsdot.wa.gov/Maintenance/Roadside/herbicide_use.htm may be 17 used. 18 19 The applicator shall be licensed by the State of Washington as a Commercial Applicator 20 or Commercial Operator with additional endorsements as required by the Special 21 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer 22 evidence that all operators are licensed with appropriate endorsements, and that the 23 pesticide used is registered for use by the Washington State Department of Agriculture. 24 All chemicals shall be delivered to the job site in the original containers. The licensed 25 applicator or operator shall complete a Commercial Pesticide Application Record (DOT 26 Form 540-509) each day the pesticide is applied, and furnish a copy to the Engineer by 27 the following business day. • 28 29 The Contractor shall ensure confinement of the chemicals within the areas designated. 30 The use of spray chemical pesticides shall require the use of anti-drift and activating 31 agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 32 33 The Contractor shall assume all responsibility for rendering any area unsatisfactory for 34 planting by reason of chemical application. Damage to adjacent areas, either on or off 35 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the 36 property owner, and the cost of such repair shall be borne by the Contractor. 37 38 8-02.3(5) Planting Area Preparation 39 In the first paragraph, the second sentence is revised to read: 40 41 Material displaced by the Contractor's operations that interferes with drainage shall be 42 removed from the channel and disposed of as approved by the Engineer. 43 44 8-02.3(7) Layout of Planting 45 The second paragraph is deleted. 46 47 8-02.3(8) Planting 48 In the second paragraph, the first and second sentences are revised to read: 49 50 Under no circumstances will planting be permitted during unsuitable soil or weather 51 conditions as determined by the Engineer. Unsuitable conditions may include frozen APRIL 5.2010 AMENDMENTS 21 1 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high 2 water levels. 3 4 The fourth paragraph is revised to read: 5 6 Plants shall not be placed below the finished grade. 7 8 The fifth paragraph is revised to read: 9 10 Planting hole sizes for plant material shall be in accordance with the details shown in 11 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. 12 13 The following new paragraph is inserted after the fifth paragraph: 14 15 All cuttings shall be planted immediately if buds begin to swell. 16 17 8-02.3(9) Pruning, Staking, Guying, and Wrapping 18 In the first paragraph, the last sentence is revised to read: 19 20 All other pruning shall be performed only after the plants have been in the ground at 21 least one year and when plants are dormant. 22 23 8-02.3(13) Plant Establishment 24 In the third paragraph, the first sentence is revised to read: 25 26 During the first-year plant establishment period, the Contractor shall perform all Work 27 necessary to ensure the resumption and continued growth of the transplanted material. +r 28 29 In the fourth paragraph, "propose" is revised to read "submit". 30 31 8-02.3(15) Live Fascines 32 In the first paragraph, the fourth sentence is revised to read: 33 34 Dead branches may be placed within the live fascine and on the side exposed to the air. �r 35 36 In the second paragraph, the third sentence is deleted. 37 38 In the second paragraph, the seventh sentence is revised to read: 39 40 The live stakes shall be driven through the live fascine vertically into the slope. 41 42 8-02.3(16)A Lawn Installation 43 In the third paragraph, the last two items "West of the summit of the Cascade Range - March 44 1 to October V' and "East of the summit of the Cascade Range-April 15 to October 1." are 45 revised to read: 46 47 Western Washington Eastern Washington 48 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 49 March through May 15 October 1 through November 15 50 September 1 through October 1 51 52 The fifth paragraph is revised to read: ad APRII 5 7nin AMFNDMFNTS 22 1 2 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown 3 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth 4 even grade without low areas that trap water and compacted, all as approved by the 5 Engineer. ' 6 7 In the sixth paragraph, the last sentence is revised to read: 8 • 9 Following placement, the sod shall be rolled with a smooth roller to establish contact 10 with the soil. 11 12 8-02.4 Measurement 13 The seventh paragraph is revised to read: 14 15 Fine compost, medium compost and coarse compost will be measured by the cubic 16 yard in the haul conveyance at the point of delivery. 17 18 8-02.5 Payment 19 The following new paragraph is inserted above the paragraph beginning with "Payment shall 20 be increased to 90-percent........ tw 21 22 Plant establishment milestones are achieved when plants meet conditions described in 23 Section 8-02.3(13). 24 25 The following is inserted after the bid item "Fine Compost": 26 27 "Medium Compost", per cubic yard. 28 29 The paragraph for the bid item 'Weed Control" is revised to read: 30 .r 31 'Weed and Pest Control", will be paid in accordance with Section 1-09.6. 32 33 The following new paragraph is inserted after the bid item "Soil Amendment": 34 35 The unit Contract price per cubic yard for Soil Amendment" shall be full pay for 36 furnishing and incorporating the soil amendment into the existing soil. 37 38 The following new paragraph is inserted after the bid item"Bark or Wood Chip Mulch": 39 40 The unit Contract price per cubic yard for"Bark or Wood Chip Mulch" shall be full pay 41 for furnishing and spreading the mulch onto the existing soil. 42 43 03.AP8 44 SECTION 8-03, IRRIGATION SYSTEMS 45 ' January 4, 2010 46 8-03.1 Description 47 In this section, "staked" is revised to read "approved by the Engineer." 48 49 8-03.3 Construction Requirements 50 The second paragraph is revised to read: 51 yrs APRIL 5.2010 AMENDMENTS 23 1 Potable water supplies shall be protected against cross connections in accordance with 2 applicable Washington State Department of Health rules and regulations and approval 3 by the local health authority. 4 5 8-03.3(1) Layout of Irrigation System 6 This section is revised to read: 7 8 The Contractor shall stake the irrigation system following the schematic design shown in 9 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the 10 layout may be expected in order to conform to ground conditions and to obtain full and 11 adequate coverage of plant material with water. However, no changes in the system as 12 planned shall be made without prior authorization by the Engineer. 13 14 This section is supplemented with the following new sub-section: 15 16 8-03.3(1)A Locating Irrigation Sleeves 17 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation 18 sleeves placed during general construction prior to installation of the irrigation system 19 shall be marked at both ends with a.2x4x24-inch wood stake extending 6-inches out of 20 the soil and painted blue on the exposed end. 21 22 8-03.3(2) Excavation 23 In the first paragraph, the fourth sentence is revised,to read: 24 25 Trenches through rock or other material unsuitable for trench bottoms and sides shall 26 be excavated 6-inches below the required depth and shall be backfilled to the top of the 27 pipe with sand or other suitable material free from rocks or stones. Backfill material shall 28 not contain rocks 2-inches or greater in diameter or other materials that can damage 29 pipe. 30 31 The second paragraph is revised to read: 32 33 The Contractor shall exercise care when excavating pipe trenches near existing trees to 34 minimize damage to tree roots. Where roots are 1-1/2-inches or greater in diameter, the ,r 35 trench shall be hand excavated and tunneled under the roots. When large roots are 36 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, 37 for protection and to prevent excessive drying. The material must be kept moist until the 38 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 39 1-1/2-inches in diameter shall have severed roots cleanly cut. Trenches having exposed 40 tree roots shall be backfilled within 24-hours unless adequately protected by moist 41 material as approved by the Engineer. All material and fastenings used to cover the 42 roots shall be removed before backfilling. 43 44 The third paragraph is revised to read: 45 46 Detectable marking tape shall be placed in all trenches 6-inches directly above, parallel 47 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and 48 aluminum sleeves, conduits and casing pipe. The width of the tape and installation 49 depth shall be as recommended by the manufacturer for the depth of installation or as 50 shown in the Plans. ' 51 ,rr APRIL 5.2010 AMENDMENTS 24 40 1 8-03.3(3) Piping 2 This section is revised to read: 3 4 All water lines shall be a minimum of 18-inches below finished grade measured from the r 5 top of the pipe or as shown in the Plans. All live water mains to be constructed under 6 existing pavement shall be placed in steel casing jacked under pavement as shown in 7 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be 8 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2-feet beyond 9 the limits of pavement. All jacking operations shall be performed in accordance with an 10 approved jacking plan. Where possible; mains and laterals or section piping shall be 11 placed in the same trench. All lines shall be placed a minimum of 3-feet from the edge 12 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will 13 not be allowed for installation and placement of irrigation pipe. 14 .. 15 Mainlines and lateral lines shall be defined as follows: 16 17 Mainlines: All supply pipe and fittings between the water meter and the irrigation 18 control valves. 19 20 Lateral Lines: All supply pipe and fittings between the irrigation control valves 21 and the connections.to the irrigation heads. Swing joints, thick walled PVC or 22 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not 23 considered part of the lateral line but incidental components of the irrigation heads. 24 25 8-03.3(4) Jointing 26 In the second paragraph, the third sentence is revised to read: 27 28 Threaded galvanized steel joints shall be constructed using either a nonhardening, 29 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe 30 manufacturer, or as shown in the Plans. 31 32 In the last sentence of the second paragraph, "will" is revised to read "shall". 33 34 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is 35 revised to read "of'. 36 37 In the fifth paragraph, the first sentence is revised to read: 38 39 On PVC or polyethylene-to-metal connections, work the metal connection first. 40 41 In the fifth paragraph, the third sentence is revised to read: 42 43 Connections between metal and PVC or polyethylene are to be threaded utilizing 44 female threaded PVC adapters with threaded schedule 80-PVC nipple only. 45 46 In the sixth paragraph, the second sentence is revised to read: 47 48 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, 49 and inserted to the full depth of the fitting. 50 51 8-03.3(5) Installation 52 The following new paragraph is inserted after the third paragraph: Iwo A-1 a onAn ARX=L1r%RR=RITC 9.ri 1 2 All automatic control valves, flow control valves, and pressure reducing valves shall be 3 installed in appropriate sized valve boxes. Manual control valves shall be installed in an 4 appropriate sized valve box and where appropriate, upstream of the automatic control 5 valves. Manual and automatic valves installed together shall be in an appropriate sized 6 box with 3-inches of clearance on all sides. 7 8 The fourth paragraph is revised to read: 9 10 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 11 between %2-inch and 1-inch above finished grade or mulch, or as shown in the Plans. 12 13 The following new paragraph is inserted after the fourth paragraph: 14 15 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately 11 16 or within a control valve assembly box upstream of the control valves. Valves, quick 17 couplers, and hose bibs shall have 3-inches of clearance on all sides within the valve 18 box. 19 20 In the fifth paragraph "an" is revised to read "a minimum". 21 22 The following new paragraph is inserted after the fifth paragraph: 23 24 Automatic controller pedestals or container cabinets shall be installed on a concrete 25 base as shown in the Plans or in accordance with the manufacturer's recommendations. 26 Provide three 1-inch diameter galvanized metal or PVC electrical wire conduits through 27 the base and 3-inches minimum beyond the edge or side of the base both inside and 28 outside of the pedestal. 29 30 8-03.3(6) Electrical Wire Installation 31 This section is revised to read: Ali 32 33 All electrical work shall conform to the National Electric Code, NEMA Specifications and 34 in accordance with Section 8-20. Electrical wiring between the automatic controller and 35 automatic valves shall be direct burial and may share a common neutral. Separate 36 control conductors shall be run from the automatic controller to each valve. When more 37 than one automatic controller is required, a separate common neutral shall be provided 38 for each controller and the automatic valves which it controls. Electrical wire shall be 39 installed in the trench adjacent to or above the irrigation pipe, but no less than 12-inches. 40 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10-foot 41 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation 42 pipe, the wire shall be placed at a minimum depth of 18-inches and be "snaked"from 43 side to side in the trench. Each circuit shall be identified at both ends and at all splices 44 with a permanent marker identifying zone and/or station. 45 46 Wiring placed under pavement and walls, or through walls, shall be placed in an 47 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than Oi 48 1-inch in diameter, and shall meet conduit specifications for PVC conduit as required in 49 Section 9-29.1. 50 51 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole 52 bases, or within control equipment boxes or pedestals. A minimum of 18-inches of APRn S 9nin AMFNnMFNTS 26 wr 1 excess conductor shall be left at all splices, terminals and control valves to facilitate • 2 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the 3 boxes. 4 5 All 120-volt electrical conductors and conduit shall be installed by a certified electrician 6 including all wire splices and wire terminations. 7 8 All wiring shall be tested in accordance with Section 8-20.3(11). w. 9 10 Continuity ground and functionality testing shall be performed for all 24-volt direct burial 11 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms 12 to ground in accordance with Section 8-20.3(11), is required. 13 14 8-03.3(7) Flushing and Testing 15 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to 16 read "required". 17 18 The third paragraph is revised to read: 19 20 Main Line Flushing 21 All main supply lines shall receive two fully open flushing's to remove debris that may 22 have entered the line during construction: The first before placement of valves and the 23 second after placement of valves and prior to testing. 24 25 The fourth paragraph is revised to read: 26 27 Main Line Testing 28 All main supply lines shall be purged of air and tested with a minimum static water 29 pressure of 150-psi for 60-minutes without introduction of additional service or pumping 30 pressure. Testing shall be done with one pressure gauge installed on the line, in the 31 location required by the Engineer. For systems using a pump, an additional pressure 32 gauge shall be installed at the pump when required by the Engineer. Lines that show 33 loss of pressure exceeding 5-psi at the ends of specified test periods will be rejected. +rr 34 35 The fifth paragraph is deleted. 36 37 In the sixth paragraph, "any" is revised to read "all". 38 39 In the seventh paragraph, the second sentence is revised to read: 40 41 The operating line pressure shall be maintained for 30-minutes with valves closed and 42 without introduction of additional service or pumping pressure. 43 44 In the eighth paragraph, the fourth and fifth sentences are revised to read: 45 46 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, 47 etc., located downstream of the break or disruption of service, and make all needed 48 repairs to ensure that the entire irrigation system is operating properly. 49 50 8-03.3(8) Adjusting System 51 In the first paragraph, the last sentence is revised to read: 52 ow noon a )mn AUF:KlnUF:tJTS 27 1 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water 2 to pavement, walks, or Structures. 3 4 8-03.3(11) System Operation 5 In the first paragraph, the last sentence is revised to read: 6 7 The final inspection of the irrigation system will coincide with the end of the Contract or 8 the end of first-year plant establishment, which ever is later. at 9 10 In the second paragraph "ordered" is revised to read "required". 11 12 In the third paragraph, the last sentence is revised to read: ' 13 14 Potable water shall not flow through the cross-connection control device to any 15 downstream component until tested and approved for use by the local health authority 16 in accordance with Section 8-03.3(12). 17 18 The fourth paragraph is revised to read: 19 20 In the spring, when the drip irrigation system is in full operation, the Contractor shall 21 make a full inspection of all emitters, and irrigation heads. This shall involve visual 22 inspection of each emitter and irrigation head under operating conditions. All 23 adjustments, flushing, or replacements to the system shall be made at this time to 24 ensure the proper operation of all emitters and irrigation heads. sir 25 26 8-03.3(12) Cross Connection Control Device Installation 27 In the first sentence of the first paragraph "serving utility" is revised to read "local health 28 authority". 29 30 8-03.3(13) Irrigation Water Service 31 The first paragraph is revised to read: ` 32 33 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall 34 arrange for a water meter installation(s) for the irrigation system at the locations and Ili 35 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's 36 responsibility to contact the Engineer to schedule the water meter installation. The 37 Contractor shall provide a minimum of 60-calendar days notice to the Engineer prior to 38 the desired water meter installation date. 39 40 In the second paragraph, "will" is revised to read "shall". 41 42 8-03.3(14) Irrigation Electrical Service 43 The first paragraph is revised to read: 44 45 The Contracting Agency shall arrange for electrical service connection(s) for operation 46 of the automatic electrical controller(s) at the locations as shown in the Plans. The 47 Contractor shall splice and run conduit and wire from the electrical service 48 connection(s), or service cabinet to the automatic electrical controller and connect the 49 conductors to the circuit(s) per the controller manufacturer's diagrams or 50 recommendations. 51 52 In the second paragraph, "conduit" is revised to read "conduits". APRs 5 9nin AMENDMENTS 28 +rr 1 2 08.AP8 3 SECTION 8-08, RUMBLE STRIPS 4 April 5, 2010 5 8-08.3 Construction Requirements 6 In the fourth paragraph, the first and second sentences are combined to read: 7 r. 8 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 9 requirements of Section 5-02 following the completion of the shoulder rumble strip. 10 .r 11 14.AP8 12 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 13 April 5, 2010 .r 14 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit 15 This section including heading is revised to read: ,r 16 17 8-14.3(5) Detectable Warning Surface 18 Detectable warning surfaces shall consist of truncated domes as shown in the Plans. 19 Where a detectable warning surface is to be applied, the Contractor shall attach the 20 detectable warning surface to the pavement surface according to the manufacturer's 21 recommendations. The detectable warning surface shall be located as shown in the 22 Plans. 23 24 The Contractor shall use one of the detectable warning surface products listed in the 25 Qualified Products List or submit another product for approval by the Project Engineer. 26 If the Plans require, the detectable warning surface shall be capable of being bonded to 27 a cement concrete surface or to an asphalt concrete surface. Vertical edges of the 28 detectable warning surface shall be flush with the adjoining surface to the extent • 29 possible (otherwise not be more than 1/4-inch above the surface of the pavement) after 30 installation. 31 r 32 8-14.4 Measurement 33 The second paragraph is revised to read: 34 35 Cement concrete curb ramp type will be measured per each for the complete 36 curb ramp type installed and includes the installation of the detectable warning surface. 37 38 The third paragraph is revised to read: 39 40 Detectable warning surface will be measured by the square foot of detectable warning 41 surface material installed as shown in the Plans. wr 42 43 8-14.5 Payment 44 The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following 45 new paragraph: 46 47 The unit Contract price per each for"Cement Concrete Curb Ramp Type_", shall be +�► 48 full pay for installing the curb ramp as specified including the "Detectable Warning 49 Surface". APRIL 5,2010 AMENDMENTS 29 2 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read 3 "Detectable Warning Surface". 4 5 15.AP8 di 6 SECTION 8-15, RIPRAP 7 January 4, 2010 8 8-15.2 Materials 9 The referenced sections for the following items are revised to read: 10 11 Heavy Loose Riprap 9-13 12 Light Loose Riprap 9-13 13 Hand Placed Riprap 9-13 14 Sack Riprap 9-13 15 Quarry Spalls 9-13 16 17 17.AP8 + 18 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS 19 April 5, 2010 W 20 8-17.4 Measurement 21 The first paragraph is supplemented with the following new sentence: 22 �+ 23 Only the maximum number of temporary impact attenuators installed at any one time 24 within the project limits will be measured for payment. 25 26 8-17.5 Payment 27 In the second paragraph following the bid item "Resetting Impact Attenuator", the first 28 sentence is revised to read: wr 29 30 If an impact attenuator is damaged by a third party, repairs shall be made in accordance 31 with Section 1-07.13(4) under the Bid item "Reimbursement For Third Party Damage". 32 33 20.AP8 34 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND so 35 ELECTRICAL 36 April 5, 2010 37 8-20.1 Description 38 In the first paragraph item number 3 is revised to read: 39 40 3. Intelligent Transportation Systems (ITS) 41 42 8-20.3(4) Foundations 43 In the 12th paragraph, item number 2 is revised to read: 44 45 2. The top heavy-hex nuts for type ASTM F1554 grade 105 anchor bolts shall be 46 tightened by the Turn-Of-Nut Tightening Method to minimum rotation of'/-turn (90 47 degrees) and a maximum rotation of'/-turn (120 degrees) past snug tight. rid ADRII A 7nin AMFNIINIFNTS 30 rr 1 Permanent marks shall be set on the base plate and nuts to indicate nut rotation 2 past snug tight. 3 4 In the 12th paragraph, the following is inserted after item number 2: 5 6 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by 7 the Turn-of-Nut Tightening Method to minimum rotation of 1/8-turn (45 degrees) 8 and a maximum rotation of 1/6-turn (60 degrees) past snug tight. Permanent 9 marks shall be set on the base plate and nuts to indicate nut rotation past snug 10 tight. 11 12 8-20.3(5) Conduit 13 In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming". 14 15 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 16 In item number 2 of the second paragraph, "top course" is deleted and "per' is revised to 17 read "in accordance with". 18 19 8-20.3(8) Wiring 20 The following new two paragraphs are inserted after the first table: • 21 22 Splices and taps on underground circuits shall be made with solderless crimp 23 connectors meeting the requirements of Section 9-29.12. 24 25 Only one conductor or one multi conductor cable per wire entrance will be allowed in 26 any rigid mold splice. 27 28 In the eleventh paragraph item number 5 is revised to read: 29 30 5. Video detection camera lead-in cable - the numbers of the phases the camera 31 served. 32 33 In the eleventh paragraph the following is added after item number 5: 34 35 6. For ITS cameras—the number of the camera indicated in the Contract and the 36 number of the associated cabinet as indicated on the Plans. 37 38 7. Communication cable — labeled as Comm. 39 ., 40 This section is supplemented with the following new paragraph: 41 42 Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will 43 be allowed in the same raceway with 480 VAC illumination cable. 44 45 8-20.4 Measurement 46 The first sentence is revised to read: 47 48 No specific unit of measurement will apply to the lump sum items for illumination 49 system, intelligent transportation system (ITS), or traffic signal systems, but 50 measurement will be for the sum total of all items for a complete system to be furnished 51 and installed. 52 �r ow A-1 r -AA ARACK1r%R11CA1TQ �� 1 8-20.5 Payment 2 All references to "Intelligent Transportation System" are revised to read "ITS". 463 4 21.AP8 5 SECTION 8-21, PERMANENT SIGNING 6 January 4, 2010 7 8-21.3(4) Sign Removal 8 In the fourth paragraph, the following sentence is inserted after the second sentence: 9 10 Where signs are removed from existing overhead sign Structures, the existing vertical 11 sign support braces shall also be removed. 12 13 In the fourth paragraph, the third sentence is revised to read: 14 15 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind 16 beams, and other metal structural members, and all existing fastening hardware 17 connecting such members being removed, shall become the property of the Contractor 18 and shall be removed from the project. 19 20 01.AP9 21 SECTION 9-01, PORTLAND CEMENT 22 April 5, 2010 23 9-01.2(1) Portland Cement 24 In the first paragraph, all the text after"shall not exceed 8-percent by weight" is deleted and 25 the paragraph ends. w 26 27 In the second paragraph, "per" is revised to read "in accordance with". 28 r 29 03.AP9 30 SECTION 9-03, AGGREGATES 31 January 4, 2010 32 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335". 33 34 04.AP9 35 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 36 January 4, 2010 46 37 9-04.11 Butyl Rubber 38 This section including title is revised to read: 39 40 9-04.1.1 Butyl Rubber and Nitrile Rubber 41 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines 42 that the area will be exposed to petroleum products Nitrile rubber shall be utilized and 43 conform to ASTM D 2000, M1 BG 610. 44 woon a -3n4n Au=m m;:mTS 32 r�r 1 05.AP9 2 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 3 January 4, 2010 4 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 5 and Profile Wall PVC Sanitary Sewer Pipe 6 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 7 8 9-05.13 Ductile Iron Sewer Pipe 9 The second and third paragraphs are revised to read: 10 11 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement 12 mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine 13 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The "" 14 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or 15 the Class indicated on the Plans or in the Special Provisions. 16 17 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical 18 type meeting the requirements of AWWA C111. 19 +rw 20 Division 9-05 is supplemented with the following new sections: 21 22 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe 23 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM 24 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24-inch 25 to 60-inch diameter with silt-tight joints. 26 27 Silt-tight joints for steel reinforced polyethylene culvert pipe shall be made with a 28 bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to 29 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the 4W 30 manufacturer. 31 32 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires 33 an approved joint system and a formal quality control plan for each plant proposed for 34 consideration. 35 36 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 37 materials delivered to the project. The certificate shall clearly identify production lots for 38 all materials represented. The Contracting Agency may conduct verification tests of pipe 39 stiffness or other properties as it deems appropriate. 40 41 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 42 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM 43 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum 44 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for 45 which a manufacturer has submitted a qualified joint. Qualified manufacturers and 46 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally 47 molded, injection molded, or factory welded. 48 49 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell 50 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets Anon C nn4n ARAC4111MCAITC 3Z 1 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the 2 manufacturer. „ 3 4 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe 5 requires joint system conformance to ASTM D 3212 using elastomeric gaskets 6 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for 0 7 consideration. 8 9 A Manufacturer's Certificate of Compliance shall be required and shall accompany the ► 10 materials delivered to the project. The certificate shall clearly identify production lots for 11 all materials represented. The Contracting Agency may conduct verification tests of pipe 12 stiffness or other properties as it deems appropriate. +rr► 13 14 9-05.23 High Density Polyethylene (HDPE) Pipe 15 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM 16 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) 17 designation of PE 3408. 18 19 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 20 21 HDPE pipe shall be joined into a continuous length by an approved joining method. 22 23 The joints shall not create an increase in the outside diameter of the pipe. The joints 24 shall be fused, snap together or threaded. The joints shall be water tight, rubber 25 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. 26 27 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the 28 manufacturer's recommendations. Fusion equipment used in the joining procedure ► 29 shall be capable of meeting all conditions recommended by the pipe manufacturer, 30 including but not limited to fusion temperature, alignment, and fusion pressure. All field 31 welds shall be made with fusion equipment equipped with a Data Logger. Temperature, „ 32 fusion pressure and a graphic representation of the fusion cycle shall be part of the 33 Quality Control records. Electro fusion may be used for field closures as necessary. 34 Joint strength shall be equal or greater than the tensile strength of the pipe. 35 36 Fittings shall be manufactured from the same resins and Cell Classification as the pipe 37 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and 38 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM 39 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. 40 41 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and 42 this specification. 43 44 The supplier shall furnish a Manufacturer's Certification of Compliance stating the 45 materials meet the requirements of ASTM D 3350 with the correct cell classification with 46 the physical properties listed above. The supplier shall certify the dimensions meet the 47 requirements of ASTM F 714 or as indicated in this Specification or the Plans. 48 49 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for 50 defects and tested for Elevated Temperature Sustain Pressure in accordance with 51 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old 52 from the date of manufacture. APRIL 5,2010 AMENDMENTS 34 r 1 2 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free 3 of cracks, holes, foreign materials, blisters, or deleterious faults. 4 5 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the 6 manufacturer, SDR, size, material, machine, and date on which the pipe was 7 manufactured. 8 9 07.AP9 10 SECTION 9-07, REINFORCING STEEL 11 January 4, 2010 12 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 13 This sections title is revised to read: 14 15 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement 16 Rehabilitation) 17 18 08.AP9 19 SECTION 9-08, PAINTS AND RELATED MATERIALS 20 January 4, 2010 21 9-08.1(2)C Inorganic Zinc Rich Primer .r. 22 In the first paragraph, the reference to "Type II" is revised to read "Type I". 23 24 9-08.1(2)D Organic Zinc Rich Primer rrr 25 This section is revised to read: 26 27 Organic zinc rich primer shall be a high performance two-component epoxy conforming 28 to SSPC Paint 20 Type II. 29 30 14.AP9 31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 32 April 5, 2010 33 9-14.3 Fertilizer 34 In the first paragraph, the second sentence is revised to read: 35 36 It may be separate or in a mixture containing the percentage of total nitrogen, available 37 phosphoric acid, water-soluble potash, or sulfur in the amounts specified. 38 39 9-14.4(1) Straw 40 This section is revised to read: 41 42 Straw shall be in an air dried condition free of noxious weeds,seeds, and other 43 materials detrimental to plant life. Hay is not acceptable. 44 45 All straw material shall be Certified Weed Free Straw using North American Weed 46 Management Association (NAWMA) standards or the Washington Wilderness Hay and 47 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. 48 Information can be found at http://www.nwcb.wa.gov. A0011 c 7Mn Au=Kj UPK1TC Z5 1 2 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that 3 the material is steam or heat treated to kill seeds, or shall provide U.S.,Washington, or 4 other State's Department of Agriculture laboratory test reports, dated within 90 days 5 prior to the date of application, showing there are no viable seeds in the straw. 6 7 Straw mulch shall be suitable for spreading with mulch blower equipment. 8 9 9-14.4(2) Wood Cellulose Fiber 10 This section including title is revised to read: 11 12 9-14.4(2) Fiber Mulch 13 All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and 14 other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with 15 a hydroseeder or mulch blower equipment. 16 17 This section is supplemented with the following new sub-sections: 18 19 9-14.4(2)A Cellulose Fiber Mulch 20 Cellulose Fiber Mulch shall be recycled (pulp)fiber such as newsprint, magazine stock, 21 corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, 22 germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. 23 24 If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide 25 documentation that the material is steam or heat treated to kill seeds, or shall provide 26 U.S., Washington, or other State's Department of Agriculture laboratory test reports, 27 dated within 90 days prior to the date of application, showing there are no viable seeds 28 in the mulch. 29 30 Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in 31 slurry tanks with water, the fibers will become uniformly suspended, without clumping, to 32 form a homogeneous slurry. When hydraulically.applied, the material shall form a strong 33 moisture-holding mat that allows the continuous absorption and infiltration of water. 34 35 Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the 36 material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain 37 concrete or painted surfaces. 38 39 Cellulose Fiber Mulch furnished by the Contractor shall be pre-packaged by the 40 manufacturer. The Contractor shall supply independent test results from the National 41 Transportation Product Evaluation Program (NTPEP) or other accredited, independent 42 testing laboratory as approved by the Engineer to assure compliance with the minimum 43 requirements in the following table: 44 Properties Test Method Requirements Water Holding Capacity ASTM D 7367 1,000 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 200 percent minimum Enhancement Performance in ASTM D 6459 with 0.12-inch C Factor= 0.15 APRIL 5.2010 AMENDMENTS 36 Protecting Slopes from average raindrop size. Test maximum using Rainfall-Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the National Resources (RUSLE) Conservation Service 1W (NRCS) Soil Texture Triangle 1 *ASTM test methods developed for Rolled Erosion Control Products (RECPs)with 1W 2 the only modification being that Hydraulic Erosion Control Products (HECPs) are 3 applied to the test plot. 4 5 ***Available at: 6 http://soils.usda.gov/education/resources/lessons/texture/textural tri hi.ip4 7 8 9-14.4(2)B Wood Fiber Mulch 9 Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or 10 recycled wood chips or similar woody material. The wood shall be manufactured to 11 produce long-strand fibers that physically interlock to form a strong moisture holding 12 mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free 13 from paper, straw, cotton,jute, hemp, coconut, rock, metal, and plastic. .r 14 15 Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the 16 material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain 17 concrete or painted surfaces. 18 19 Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry .o 20 tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. 21 22 Wood Fiber Mulch furnished by the Contractor shall be pre-packaged by the 23 manufacturer. The Contractor shall supply independent test results from the National go 24 Transportation Product Evaluation Program (NTPEP) or other accredited, independent 25 testing laboratory as approved by the Engineer to assure compliance with the minimum 26 requirements in the following table: r 27 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of �r the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum ,W Seed Germination ASTM D 7322* 300 percent minimum Enhancement Performance in ASTM D 6459 with 0.12-inch C Factor= 0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall-Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the NRCS Soil Texture RUSLE) .. W canon a 0/4n A%AUPJn 1AFNTC 37 Triangle *** 1 *ASTM test methods developed for Rolled Erosion Control Products (RECPs) with 2 the only modification being that Hydraulic Erosion Control Products (HECPs) are 3 applied to the test plot. 4 r' 5 ***Available at: 6 http://soils usdagov/education/resources/lessons/texture/textural tri hi.ipq 7 8 9-14.4(3) Bark or Wood Chips 9 The first paragraph is revised to read: 10 11 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species 12 and shall not contain resin, tannin, or other compounds in quantities that would be 13 detrimental to plant life. Sawdust shall not be used as mulch. 14 15 This section is supplemented with the following: 16 17 Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior 18 to placement and shall meet the following loose volume gradation: 19 Percent Passing Sieve Size Minimum Maximum 2" 95 100 No. 4 0 30 20 21 22 9-14.4(4) Wood Strand Mulch 23 This first paragraph is revised to read: 24 25 Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are 26 frayed, with a high length-to-width ratio and shall be derived from native conifer or 27 deciduous trees. A minimum of 95 percent of the wood strand shall have lengths 28 between 2 and 10-inches. At least 5 percent of the length of each strand shall have a 29 width and thickness between 1/16 and %2-inch. No single strand shall have a width or 30 thickness greater than %2-inch. 31 32 The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds 33 in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings 34 shall not be acceptable. Products shall be tested according to WSDOT Test Method 35 125 prior to acceptance. 36 37 9-14.4(6) Gypsum 38 This section is revised to read: 39 40 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 41 100 percent shall pass through a No. 8 sieve. 42 43 9-14.4(7) Tackifier 44 This section is revised to read: 45 noon -3nin ARACNnKKPfJTC 3R 1 Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifier shall 2 contain no growth or germination inhibiting materials, and shall not reduce infiltration 3 rates. Tackifier shall hydrate in water and readily blend with other slurry materials. 4 5 All tackifiers shall meet the following requirements: 6 LProperties Test Method Requirements Viscosity* ASTM D 2364 14000 cPs minimum 7 8 *Testing shall be performed by an accredited independent laboratory. 9 10 This section is supplemented with the following new sub-sections: 11 12 9-14.4(7)A Organic Tackifier 13 Organic tackifier shall be derived from natural plant sources and shall have an MSDS 14 that demonstrates to the satisfaction of the Engineer that the product is not harmful to 15 plants, animals, and aquatic life. 16 17 9-14.4(7)B Synthetic Tackifier 18 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the 19 Engineer that the product is not harmful to plants, animals, and aquatic life. 20 21 9-14.4(8) Compost 22 In the third paragraph, number 1. is revised to read: 23 24 1. Compost material shall be tested in accordance with U.S. Composting Council 25 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- 26 B, "Sample Sieving for Aggregate Size Classification". 27 Fine Compost shall meet the following gradation: r 28 Percent Passing Sieve Size Minimum Maximum 2" 100 _1" 95 100 `78_" 90 100 '/4" 75 100 29 Maximum particle length of 6-inches. 30 31 Medium Compost shall meet the following gradation: 32 Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 /$" 90 100 '/4" 75 85 33 Maximum particle length of 6-inches. 34 35 Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and 36 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of it Aoou sz 9mn Ahn:mnummTS 39 1 "Organic Carbon" using TMECC 04.01A divided by the dry weight of"Total N" using 2 TMECC 04.02D. 3 4 Coarse Compost shall meet the following gradation: 5 Percent Passing Sieve Size Minimum Maximum 3" 100 119 90 100 to 3/4" 70 100 '/" 40 60 6 Maximum particle length of 6-inches. 7 8 In number 8. of the third paragraph, the reference to"manufacturer" is revised to read 9 "Contractor". 10 11 9-14.4(8)A Compost Approval 12 This sections title is revised to read: 13 14 9-14.4(8)A Compost Submittal Requirements 15 16 The first sentence is revised to read: 17 18 The Contractor shall submit the following information to the Engineer for approval: 19 20 Number 1. is revised to read: 21 22 1. The Qualified Products List printed page or a Request for Approval of Material 23 (DOT Form 350-071 EF). 24 25 In number 3., the reference to"manufacturer' is revised to read "Contractor' and the 26 reference to "analyses" is revised to read "analysis". 27 28 9-14.4(8)B Compost Acceptance ' 29 This section is revised to read: 30 31 Fourteen days prior to application, the Contractor shall submit a sample of the compost rfe 32 approved for use, and a STA test report dated within 90 calendar days of the 33 application, and the list of feed stocks by volume for each compost type to the Engineer 34 for review. rrt 35 36 The Contractor shall use only compost that has been tested within 90 calendar days of 37 application and meets the requirements in Section 9-14.4(8). Compost not conforming 38 to the above requirements or taken from a source other than those tested and accepted 39 shall not be used. 40 41 9-14.4(9) Bonded Fiber Matrix (BFM) 42 This section is revised to read: 43 44 Bonded Fiber Matrix(BFM) shall be a hydraulically-applied blanket/mulch/matrix 45 comprised of biodegradable, thermally processed, defibrated, long strand fibers from 46 natural or recycled wood chips or similar woody material, weed free straw, cotton, APRIL 5,2010 AMENDMENTS 40 lir 1 coconut,jute, and/or hemp. The fibers shall physically interlock to form a strong 2 moisture holding mat that allows the absorption and infiltration of water. BFM shall be 3 free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper 4 and meets the requirements in Section 9-14.4(2)A. 5 6 The BFM shall be manufactured in such a manner that when agitated in slurry tanks 7 with water, the fibers will be uniformly suspended to form a homogeneous slurry. 8 9 Within 48 hours the BFM shall bond with the soil surface to create a continuous, 10 absorbent, flexible erosion resistant blanket that allows for seed germination and plant 11 growth. 12 13 BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall 14 be non-toxic to plants, animal, and aquatic life and shall not stain concrete or painted rr 15 surfaces. 16 17 BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with 18 an MSDS that demonstrates to the satisfaction of the Engineer that the product is not 19 harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of 20 additives or components be acceptable. 21 22 The Contractor shall supply independent test results from the National Transportation 23 Product Evaluation Program (NTPEP) or other accredited independent testing 24 laboratory as approved by the Engineer to assure compliance with the minimum 25 requirements in the following table: 26 r +rr irr r woon a 'Inen ARK=Klr%U=MTC Al Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T A minimum of 50% of the 126 fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or Type See Section 9-14.4(7)A Minimum 10 percent by B weight of a cross-linked, polysaccharide, hydro- colloid tackifier Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with C Factor= 0.10 Protecting Slopes from 0.12-inch average maximum using Revised r Rainfall-Induced Erosion raindrop size.** Test in Universal Soil Loss one soil type. Soil Equation (RUSLE) tested shall be loam as defined by the NRCS Soil Texture Triangle *** Thickness ASTM D 6525* 0.10-inch minimum Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10.0 oz/ d2 minimum 1 *ASTM test methods developed for Rolled Erosion Control Products (RECPs)with 2 the only modification being that Hydraulic Erosion Control Products (HECPs) are 3 applied to the test plot. 4 5 ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 6 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches 7 per hour with three successive test durations of 30 minutes each test in 24 hour 8 intervals may be substituted. 9 10 ***Available at: 11 http•//soils usda.gov/education/resources/lessons/texture/textural tri hi.ipg rr 12 13 14 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) 15 This section including title is revised to read: 16 17 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced 18 Matrix (FRM) 19 The MBFM/FRM shall be a hydraulically-applied blanket/mulch/matrix comprised of 20 biodegradable, thermally processed, defibrated, long-strand fibers from natural or 21 recycled wood chips or similar woody material, straw, coconut,jute, and/or hemp. The 22 MBFM/FRM shall contain a minimum of 5% by weight of biodegradable or 23 photodegradable polyfibers that are bent in multiple locations on each strand and that 24 physically interlock with the wood fibers to form a strong moisture holding mat that 25 allows the absorption and infiltration of water. The MBFM/FRM shall contain a cross- + APRn 5 9010 AMENDMENTS 42 r 1 linked polysaccharide tackifier. MBFM/FRM shall be free from paper, rock, metal, and 2 plastic. 3 4 MBFM/FRM shall be manufactured in such a manner that when agitated in slurry tanks 5 with water, the fibers will be uniformly suspended to form a homogeneous slurry. rw 6 7 The MBFM/FRM shall require no curing period upon application, and shall bond with the 8 soil surface to create a continuous, porous, absorbent, and flexible erosion resistant 9 blanket that allows for seed germination and plant growth. 10 11 MBFM/FRM shall be furnished premixed by the manufacturer. The MBFM/FRM shall be 12 furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the 13 product is not harmful to plants, animals, and aquatic life. Under no circumstances will 14 field mixing of additives or components be acceptable. 15 16 The Contractor shall supply independent test results from the National Transportation 17 Product Evaluation Program (NTPEP) or other accredited independent testing 18 laboratory as approved by the Engineer to assure compliance with the minimum 19 requirements in the following table: 20 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the 40 combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9-14.4(7)A Minimum 10 percent by Type B weight of a cross-linked, polysaccharide, hydro- colloid tackifier Water Holding ASTM D 7367 1,500 percent minimum Capacity Organic Matter ASTM D 586* 90 percent minimum Content Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with 0.12-inch C Factor= 0.05 Protecting Slopes average raindrop size.** maximum using Revised from Rainfall-Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) defined by the NRCS Soil Texture Triangle *** Thickness ASTM D 6525* 0.15-inch minimum Ground Cover ASTM D 6567* 98 percent minimum Mass Per Unit Area ASTM D 6566* 11.0 oz/ d2 minimum 21 *ASTM test methods developed for Rolled Erosion Control Products (RECPs)with 22 the only modification being that Hydraulic Erosion Control Products (RECPs) are 23 applied to the test plot. 24 ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 25 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches noon c gn4n AMFMnUF: ITR 43 1 per hour with three successive test durations of 30 minutes each test in 24 hour 2 intervals may be substituted. 3 ***Available at: 4 http://soils usda qov/education/resources/lessons/texture/textural tri hi.ipq 5 6 7 9-14.5(1) Polyacrylamide (PAM) 8 The third and fourth sentences are revised to read: 9 10 The minimum average molecular weight shall be greater than 5 mg/mole and minimum 11 30 percent charge density. The product shall contain at least 80 percent active 12 ingredients and have a moisture content not exceeding 10 percent by weight. 40 13 14 This section is supplemented with the following: 15 16 PAM shall be delivered in a dry granular or powder form. 17 18 9-14.5(2) Erosion Control Blanket .r 19 This section is revised to read: 20 21 Temporary erosion control blanket shall be made of natural plant fibers and meet the 22 following requirements: 23 Pro erties ASTM Test Method Requirements Protecting Slopes D 6459 with 0.12-inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture Trian le** Dry Weight per D 6475 0.36 Ib/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil type. 1.0 lb/sq. ft. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle** Induced Erosion Seed Germination D 7322* 200 percent minimum Enhancement 24 Netting, if present,_shall be biodegradable with a life span not to exceed one year. 25 26 * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 27 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches vi 28 per hour with three successive test durations of 30 minutes each test in 24 hour 29 intervals may be substituted. 30 31 **Available at: 32 http://soils usda qov/education/resources/lessons/texture/textural tri hi.ipa 33 34 Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized 35 fibers, filaments, or netting and shall meet the following requirements: 36 nocu S )non nMGmnm;=tJTR 44 lir Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12-inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.50 Ib/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil type. 2.0 Ib/sq. ft. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle** Induced Erosion Seed Germination D 7322 200 percent minimum Enhancement 1 * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 2 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches 3 per hour with three successive test durations of 30 minutes each test in 24 hour 4 intervals may be substituted. 5 **Available at: 6 http://soils.usda.gov/education/resources/lessons/texture/textural tri hi.ipq 7 8 This section is supplemented with the following new sub-section: 9 10 9-14.5(2)A Erosion Control Blanket Approval 11 The Contractor shall select Erosion Control Blanket products that bear the Quality and 12 Data Oversight and Review (QDOR) seal from the Erosion Control and Technology 13 Council (ECTC). All materials selected shall be currently listed on the QDOR products 14 list available at http:www.ectc.orq/gdor. 15 16 9-14.5(4) Geotextile Encased Check Dam 17 In the second paragraph, the second and third sentences are revised to read: 18 19 The geotextile material shall overhang the foam by at least 6-inches at each end, and r 20 shall have apron type flaps that extend a minimum of 24-inches on each side of the 21 check dam. The geotextile material shall meet the requirements for Temporary Silt 22 Fence in Section 9-33. 23 24 9-14.5(5) Wattles 25 This section is revised to read: 26 27 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 28 compost,wood chips, excelsior, or wood fiber or shavings encased within 29 biodegradable netting. Wattles shall be a minimum of 5-inches in diameter. Netting 30 material shall be clean, evenly woven, and free of encrusted concrete or other 31 contaminating materials such as preservatives. Netting material shall be free from cuts, 32 tears, or weak places and shall have a minimum lifespan of 6 months. r Ano11 C 9M(1 ARA=K1nK=K1TC dF 1 2 Compost filler shall be Coarse Compost and shall meet the material requirements as 3 specified in Section 9-14.4(8). If wood chips are used they shall meet the material 4 requirements as specified in Section 9-14.4(3). If wood shavings are used, 80 percent 5 of the fibers shall have a minimum length of 6-inches between 0.030 and 0.50-inches 6 wide, and between 0.017 and 0.13-inches thick. 7 8 9-14.5(6) Compost Sock 9 This section is revised to read: 10 11 Compost socks shall consist of extra heavy weight biodegradable fabric, with a 12 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. 13 Compost Socks shall be at least 8-inches in diameter. The fabric shall be clean, evenly 14 woven, and free of encrusted concrete or other contaminating materials and shall be 15 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas , 16 and shall be free of any type of preservative. 17 18 Coarse Compost filler shall meet the material requirements as specified in Section 9- 19 14.4(8). 20 21 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or 22 pine species. Wood stakes shall be 2-inch by 2-inch nominal dimension and 36-inches 23 in length, 24 25 9-14.5(7) Coir Log 26 This section is revised to read: 27 28 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted 29 within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile 30 strength. The netting shall have nominal 2-inch by 2-inch openings. Log segments shall 31 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. 32 Logs shall have a minimum density of 7 lbs/cf. 33 34 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall 35 have a notch to secure the rope ties. Rope ties shall be of/4-inch diameter 36 commercially available hemp rope. 37 38 9-14.6(1) Description 39 The fourth paragraph is revised to read: 40 41 Cuttings are live plant material without a previously developed root system. Source 42 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 43 a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement 44 to be nursery grown or held in nursery conditions does not apply. Written permission 45 shall be obtained from property owners and provided to the Engineer before cuttings are 46 collected. The Contractor shall collect cuttings in accordance with applicable sensitive 47 area ordinances. Cuttings shall meet the following requirements: 48 49 A. Live branch cuttings shall have flexible top growth with terminal buds and may 50 have side branches. The rooting end shall be cut at an approximate 45 degree 51 angle. 52 A0011 S qmn AMFNnMFNTS 46 rr 1 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 2 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes 3 are cut from one to two year old wood. Live stake cuttings shall be cut and 4 installed with the bark intact with no branches or stems attached, and be %2 to 5 1%2-inch in diameter. 6 7 C. Live pole cuttings shall have a minimum 2-inch diameter and no more than 8 three branches which shall be pruned back to the first bud from the main stem. �. 9 10 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and 11 becoming erect at the apex. Rhizomes shall have a minimum of two growth points. wr 12 Tubers shall be a thickened and short subterranean branch having numerous buds or 13 eyes. 14 .r 15 9-14.6(2) Quality 16 The first paragraph is revised to read: 17 18 At the time of delivery all plant material furnished shall meet the grades established by 19 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and 20 shall conform to the size and acceptable conditions as listed in the Contract, and shall 21 be free of all foreign plant material. 22 23 The third paragraph is revised to read: 24 25 All plant material shall be purchased from a nursery licensed to produce plants for sale 26 in Washington State. 27 28 This section is supplemented with the following new paragraph: 29 30 All nurseries and nursery vendors must have a business license issued by the 31 Washington State Department of Licensing with a "Nursery" endorsement. Upon 32 request, the Contractor shall furnish the Engineer with copies of the applicable licenses 33 and endorsements. Ow 34 35 9-14.6(3) Handling and Shipping 36 Item numbers 8 and 9 are revised to read: 37 38 8. Size. (Height, runner length, caliper, etc. as required.) 39 40 9. Signature of shipper by authorized representative. 41 42 Item numbers 10 and 11 are deleted. 43 44 9-14.6(7) Temporary Storage 45 The first paragraph is revised to read: 46 #W 47 Plants stored under temporary conditions prior to installation shall be the responsibility 48 of the Contractor. 49 r APRIL 5.2010 AMENDMENTS 47 1 15.AP9 2 SECTION 9-15, IRRIGATION SYSTEM 3 January 4, 2010 4 The first paragraph is supplemented with the following: 5 6 When the water supply for the irrigation system is from a non-potable source, irrigation 7 components shall have lavender indicators supplied by the equipment manufacturer. 8 9 9-15.3 Automatic Controllers 10 This section is revised to read: 11 12 The automatic controller shall be an electronic timing device for automatically opening 13 and closing control valves for predetermined periods of time. The automatic controller 14 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge ++` 15 sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non-rusting 16 industrial grade stainless steel. The pedestal shall have a completely removable 17 locking faceplate to allow easy access to wiring. 18 19 The automatic controller housing shall have hasp and lock or locking device. All locks or 20 locking devices shall be master keyed and three sets of keys provided to the Engineer. 21 The controller shall be compatible with and capable of operating the irrigation system as 22 designed and constructed and shall include the following operating features: 23 24 1. Each controller station shall be adjustable for setting to remain open for any 25 desired period of time,from five minutes or less to at least 99 minutes. 26 .2. Adjustments shall be provided whereby any number of days may be omitted 27 and whereby any one or more positions on the controller can be skipped. 28 When adjustments are made, they shall continue automatically within a 14-day 29 cycle until the operator desires to make new adjustments. 30 3. Controls shall allow any position to be operated manually, both on or off, 31 whenever desired, without disrupting the 14 day cycle. 32 4. Controls shall provide for resetting the start of the irrigation cycle at any time 33 and advancing from one position to another. 34 5. Controllers shall contain a power on-off switch and fuse assembly. 35 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 36 day cycle. to 37 7. Both normally-open or normally-closed rain sensor compatibility. 38 39 9-15.4 Irrigation Heads 40 This section is supplemented with the following new paragraph: 41 42 All instructions, special wrenches, clamps, tools, and equipment supplied by the 43 manufacturer necessary for the installation and maintenance of the irrigation heads 44 shall be turned over to the Engineer upon completion and acceptance of the project. 45 46 9-15.5 Valve Boxes and Protective Sleeves 47 This section including title is revised to read: 48 noon S 7l4A AMFA11lM1:A1TC AR +rr 1 9-15.5 Valve Boxes 2 Valve boxes shall conform to the Plans and be extendible to obtain the depth required. 3 All manual drain valves and manual control valves shall be installed in valve box with a 4 vandal resistant lid as shown in the Plans. 5 6 9-15.7(1) Manual Control Valves 7 The third and fourth sentences are revised to read: 8 9 The Contractor shall furnish three suitable operating keys. Valves shall have removable 10 bonnet and stem assemblies with adjustable packing glands and shall house long acme 11 threaded stems to ensure full opening and closing. 12 13 9-15.7(2) Automatic Control Valves 14 In the second paragraph, the first and second sentences are revised to read: 4W 15 16 Valves shall be of a normally closed design and shall be operated by an electronic 17 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic 18 solenoids shall have a stainless steel plunger and be directly attached to the valve 19 bonnets or body with all control parts fully encapsulated. 20 21 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical". 22 23 9-15.7(3) Automatic Control Valves With Pressure Regulator 24 This section is revised to read: 25 26 Automatic control valves with pressure regulators shall be similar to automatic 4W 27 control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to 28 a constant pressure regardless of supply fluctuations. The regulator must be fully 29 adjustable. 30 31 9-15.8 Quick Coupling Equipment 32 In the first paragraph, the first and second sentences are revised to read: 33 34 Quick coupler valves shall have a service rating of not less than 125-psi for non-shock 35 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded 36 Semi-Red Brass conforming to ASTM B 584. 37 38 In the fifth sentence of the first paragraph, "will" is revised to read "shall". 39 40 9-15.9 Drain Valves 41 This section is revised to read: 42 43 Drain valves may be a %-inch or%-inch PVC or metal gate valve manufactured for 44 irrigation systems. Valves shall be designed for underground installation with suitable 45 cross wheel for operation with a standard key, and shall have a service rating of not less 46 than 150-psi non-shock cold water. The Contractor shall furnish three standard 47 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal 48 resistant lid as shown in the Plans. 49 50 Drain valves on potable water systems shall only be allowed on the downstream side of 51 approved cross connection control devices. 52 A-1 a nnAn ARAMIMACWTC 4q 1 9-15.10 Hose Bibs 2 The first sentence is revised to read: 3 4 Hose bibs shall be angle type, constructed of bronze or brass, threaded to 5 accommodate a%-inch hose connection, and shall be key operated. 6 7 9-15.11 Cross Connection Control Devices 8 This section is revised to read: 9 10 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 11 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 12 backflow devices (RPBDs), shall be of a manufacturer and product model approved for 13 use by the Washington State Department of Health, Olympia, Washington or a 14 Department of Health certified agency. 15 16 9-15.12 Check Valves 17 The last sentence is revised to read: 18 19 Valves shall have angled seats, Buna-N seals and threaded connections, and shall be 20 installed in 8-inch round plastic valve boxes with vandal resistant lids. 21 22 9-15.14 Three-Way Valves 23 The last sentence is revised to read: 24 25 When handles are included as an integral part of the valves, the Contractor shall 26 remove the handles and give them to the Engineer for ultimate distribution to the 27 Maintenance Division. 28 29 9-15.15 Flow Control Valves 30 The third sentence is revised to read: 31 32 Valves shall be factory set to the flows as shown in the Plans. 33 34 9-15.17 Electrical Wire and Splices ` 35 This section is revised to read: 36 37 Electrical wire used between the automatic controller and automatic control valves shall 38 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE 39 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National 40 recognized Testing Laboratory. Each conductor shall be color coded and marked at rir 41 each end and at all splices with zone or station number identification. 42 43 Low voltage splices shall be made with a direct bury splice kit using a twist-on wire 44 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical 45 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 46 consist of a mastic lined heavy wall polyolefin cable sleeve. 47 48 9-15.18 Detectable Marking Tape 49 The first paragraph is revised to read: 50 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 51 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the w non c on�n AMCAlIl1111CA1TC c;n ®rr I soil, with a metallic foil core to provide for the most positive detection and pipeline #r 2 location. 3 4 In the second paragraph, the first and second sentences are revised to read: 5 to 6 The tape shall be color coded and shall be imprinted continuously over its entire length 7 in permanent black ink indicating the type of line buried below and shall also have the 8 word "Caution" prominently shown. .rr 9 10 The last paragraph is revised to read: 11 12 The width of the tape shall be as recommended by the manufacturer based on depth of 13 installation. 14 r 15 16.AP9 16 SECTION 9-16, FENCE AND GUARDRAIL 17 January 4, 2010 18 9-16.3(2) Posts and Blocks 19 The first sentence in the second paragraph is revised to read: 20 21 Timber posts and blocks shall conform to the grade specified in Section 9-09.2. 22 23 22.AP9 24 SECTION 9-22, MONUMENT CASES 25 January 4, 2010 26 9-22.1 Monument Cases, Covers, and Risers 27 In the first sentence, "Class 30611 is revised to read "Class 3513". 28 29 23.AP9 30 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 3.1 April 5, 2010 32 9-23.1 Sheet Materials for Curing Concrete 33 In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171". 34 35 9-23.2 Liquid Membrane Forming Concrete Curing Compounds 36 In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)" 37 is revised to read "ASTM C 309". 38 39 29.AP9 40 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 41 April 5, 2010 00 42 In this division, all references to "hot-dipped" are revised to read "hot-dip". 43 44 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 45 Expansion/Deflection Fittings 46 The following new paragraph is inserted after the first paragraph: 47 o W ADOII G 7fl.1A AMCAIIIM CAITC S1 1 Expansion fittings for use with PVC shall allow for 4-inches of movement minimum (2- 2 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have 3 threaded terminal adaptor or coupling end and shall meet the requirements listed in 4 Section 9-29.1(4)A. 5 6 9-29.4 Messenger Cable, Fittings 7 This section is supplemented with the following: 8 9 Messenger cable shall be%-inch, 7-wire strand messenger cables conforming to ASTM 10 A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, Class A 11 galvanized. 12 13 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 14 standards for 12,000 pound ultimate strength. 15 ` 16 Down guy assembly shall consist of an eight-way steel expanding anchor, having a 17 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 18 similar preservative, and fitted with a3/,-inch minimum guy eye anchor rod 8-feet long. 19 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3%2- 20 inch-pitch, 1-inch by 7 foot guy anchor rod,.and rated for 7,000 pound maximum torque 21 may be installed. 22 23 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be 24 hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 25 26 9-29.6(5) Foundation Hardware 27 The first paragraph is revised to read: err 28 29 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 30 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO 31 M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. +�+ 32 33 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, 34 Cantilever Bases and Sign Bridge Bases 35 The content of this section is revised and moved to the following new sub-sections: 36 37 9-29.7(1) Unfused Quick-Disconnect 38 Unfused quick-disconnect connector kits shall conform to the following requirements: 39 40 1. The copper pin and copper receptacle shall be a crimped type of connection or 41 a stainless steel set screw and lug connection to the cable. The receptacle 42 shall establish contact pressure with the pin through the use of a tinned copper 43 or copper beryllium sleeve spring and shall be equipped with a disposable 44 mounting pin. The receptacle shall be fully annealed. Both the copper pin and 45 receptacle shall have a centrally located recessed locking area adapted to be 46 complementarily filled and retained by the rubber housing. 47 48 2. The plug and receptacle housing shall be made of water resistant synthetic 49 rubber which is capable of burial in the ground or installation in sunlight. Each 50 housing shall provide a section to form a water-seal around the cable, have an 51 interior arrangement to suitably and complementarily receive and retain the ADRII S gnin AMFNIIMFNTS 52 rr 1 copper pin or receptacle, and a section to provide a water-seal between the 2 two housings at the point of disconnection. 3 4 3. The kit shall provide waterproof in-line connector protection with three cutoff 5 sections on both the line and load side to accommodate various wire sizes. All 6 connections shall be as described in item "1" above. Upon disconnect, the 7 connector shall remain in the load side of the kit. 8 ' 9 9-29.7(2) Fused Quick-Disconnect 10 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall 11 provide three cutoff sections on both lines and load side to accommodate various wire 12 sizes. All connections shall be as described in item "1" above. Upon disconnect, the- 13 fuse shall remain in the load side of the kit. 14 15 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 16 of the circuit involved and shall have the following characteristics: 17 18 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 19 20 2. Fuses shall be capable of supporting 135 percent of the rated load for 21 approximately 1 hour. 22 23 3. A load of 200 percent of rated load shall effectively cause instantaneous 24 blowing of the fuse. 25 26 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 27 containers furnished on this project, according to the manufacturer's 28 recommendations therefore. 29 30 5. Fuses shall be listed by a nationally recognized testing laboratory. 31 32 Luminaire Service Voltage .r Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 70OW 5A 10A 20A 40OW 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A I 2A 2A 33 34 35 9-29.9 Ballast, Transformers 36 This sections content is deleted and replaced with: rw noon 9 7n4n AUPmnmFNTC rid 1 2 Heat-generating components shall be mounted to use the portion of the luminaire upon 3 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 4 from heat-generating components or shall be thermally shielded to limit the fixture 5 temperature to 160°F. 6 7 Transformers and inductors shall be resin-impregnated for protection against moisture. 8 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. wr 9 10 No capacitor, transformer, or other device shall employ the class of compounds 11 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 12 purpose. 13 14 This section is supplemented with the following new sub-sections: 15 " 16 9-29.9(1) Ballast 17 Each ballast shall have a name plate attached permanently to the case listing all 18 electrical data. 19 20 A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting 21 the manufacturers and these Specification requirements, shall be submitted by the 22 Contractor with each type of luminaire ballast. 23 24 Ballasts shall be designed for continuous operation at ambient air temperatures from 25 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 26 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 27 on and 12 hours off, with the lamp circuit in an open or short-circuited condition and 28 without measurable reduction in the operating requirements. All ballasts shall be high 29 power factor(90%). 30 31 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, nye 32 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for 33 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 34 wattage and manufacturer without adjustment. writ 35 36 Ballast assemblies shall consist of separate components, each of which shall be 37 capable of being easily replaced. A starting aid will be considered as a single 38 component. Each component shall be provided with screw terminals, NEMA tab 39 connectors or a single multi-circuit connector. All conductor terminals shall be identified 40 as to the component terminal to which they connect. 41 42 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 43 will intersect both of the lamp-voltage limit lines between the wattage limit lines and 44 remain between the wattage limit lines throughout the full range of lamp voltage. This 45 requirement shall be met not only at the rated input voltage of the ballast, but also the 46 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of 47 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and 48 wattage. 49 50 All luminaires ballasts shall be located within the luminaire housing. The only exception „r 51 shall be ballasts to be mounted on lowering assemblies and shall be external to, and 52 attached to the fixture assembly. eaRu j; 9R9n AMFNDMFNTS 54 r 1 2 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 3 shall be: 4 Source Line Lamp Ballast Type Input Lamp Volt. Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 7501000 Auto Reg. Lead 10% 30% wr CWA MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 ruto Reg. Lead 10% 30% "' CWA 5 6 7 9-29.9(2) Transformers 8 The transformers to be furnished shall be indoor/outdoor dry type transformers rated as 9 shown in the Plans. The transformer coils, buss bar, and all connections shall be " 10 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, 11 one at 5% and one at 10% below the normal full capacity. 12 00 13 9-29.10 Luminaires 14 This section is revised to read: 15 IIS 16 All luminaires shall have their components secured to the luminaire frame with ANSI, 17 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or ceramic 18 coated steel hardware. The luminaire slip-fitter bolts shall be either stainless steel, hot- 19 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal 20 luminaire assemblies shall be assembled on or fabricated from either stainless steel or 21 galvanized steel. The housing, complete with integral ballast, shall be weathertight. ..r 22 23 The temperature rating of all wiring internal to the luminaire housing, excluding the pole 24 and bracket cable, shall equal or exceed 2000F . 25 26 All luminaires shall be provided with markers for positive identification of light source 27 type and wattage. Markers shall be 3-inches square with Gothic bold, black 2-inch 28 legend on colored background. Background color shall be gold for high pressure 29 sodium, and red for metal halide light sources. Legends shall be sealed with transparent 30 film resistant to dust, weather, and ultraviolet exposure. 31 32 Legends shall correspond to the following code: 33 Lamp Wattage Legend wr 70 7 100 10 150 15 .r 175 17 200 20 250 25 .r ADDII { �nin AMFnInMFNTS 55 310 31 400 40 700 70 750 75 1,000 XI 1 2 3 9-29.10(1) Cobra Head Luminaires 4 This sections content including title is revised to read: 5 6 9-29.10(1) Conventional Roadway Luminaires 7 A. Conventional highway luminaires shall be IES Type III medium distribution cut off 8 cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. 9 10 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to + 11 the luminaire and secured in the closed position to the luminaire housing by means 12 of an automatic type of latch (a combination hex/slot stainless steel screw fastener 13 may supplement the automatic type latch). ' 14 15 C. The reflector of all luminaires shall be of a snap-in design or be secured with 16 screws. The reflector shall be manufactured of polished aluminum or molded from 17 prismatically formed borosilicate glass. The refractor or lens shall be mounted in a 18 doorframe assembly which shall be hinged to the luminaire and secured in the 19 closed position to the luminaire by means of automatic latch. The refractor or lens 20 and doorframe assembly, when closed, shall exert pressure against a gasket seat. 21 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets 22 shall be composed of material capable of withstanding temperatures involved and 23 shall be securely held in place. 24 25 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 26 2-inch pipe tenon and capable of being adjusted within 5 degrees from the axis of 27 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not 28 bottom out on the housing bosses when adjusted within the±5 degree range. 29 30 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 31 set in excess of 0.2-inch when the cap screws used for mounting are tightened to a 32 torque of 32 pounds feet. ► 33 34 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate 35 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 36 tempered glass. 37 38 F. High pressure sodium conventional roadway luminaires shall be capable of 39 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. 40 41 G. Housings shall be fabricated from aluminum: Painted housings shall be painted flat 42 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall 43 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 44 45 H. All luminaires to be mounted on horizontal mast arms, shall be capable of 46 withstanding cyclic loading in: 47 Aran g 7nin AMFNnMFNTS 56 1 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-tom-peak to 2 sinusoidal loading (same as 1.5 g's peak)with the internal ballast removed, for 3 a minimum of 2 million cycles without failure of any luminaire parts, and; 4 as 5 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum 6 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 7 0.75 g's peak)with the internal ballast installed, for a minimum of 2 million 8 cycles without failure of any luminaire parts. 9 10 I. All luminaires shall have leveling reference points for both transverse and 11 longitudinal adjustment. Luminaires shall have slip-fitters capable of adjusting 12 through a 5-degree axis for the required leveling procedure. 13 14 9-29.10(2) Decorative Luminaires "' 15 In the first paragraph, "150 -400" is revised to read "50 -400". 16 17 In the second paragraph, "box shaped" is deleted. 18 19 In the third paragraph, the first sentence is deleted. The second sentence is revised to read: 20 rw 21 The ballast housing shall be adequately constructed to contain ballasts for 50 -400 watt 22 alternate high intensity discharge sources. 23 24 The fourth paragraph is revised to read: 25 26 Each housing shall consist of an integral reflector, containing a mogul based high 27 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens 28 mounted in a gasketed, hinged frame. The reflector shall be a snap-in design or 29 secured with screws. The reflector assembly shall have a lamp vibration damper. The 30 reflector shall be manufactured of polished aluminum or molded from prismatically 31 formed borosilicate glass. The housing shall have a heat resistant finish. The lens 32 frame shall be secured to the housing with ANSI, 300 series chrome-nickel grade 33 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. 34 35 The last sentence in the fifth paragraph is deleted. 36 37 The sixth paragraph is deleted. 38 39 The seventh paragraph is revised to read: 40 41 The finish shall meet the requirements of ASTM B 117 with the exception that the finish 42 shall be salt spray resistant after 300 hours exposure . 43 44 The first sentence in the eight paragraph is deleted. 45 46 9-29.10(3) High Mast Luminaires and Post Top Luminaires 47 This sections content including title is deleted and replaced with: 48 49 9-29.10(3) Vacant 50 51 9-29.10(5) Sign Lighting Luminaires 52 This section is revised to read: ..-... ....-u....ruTo r7 • 1 2 Sign lighting luminaires shall be the Induction Bulb type. w 3 4 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor 5 This section including title is revised to read: 6 7 9-29.10(5)A Sign Lighting Luminaires — Isolation Switch 8 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 9 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The 10 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall 11 be either single pole, single throw, or double pole single throw as necessary to open all 12 conductors to the luminaires other than neutral and ground conductors. The switch shall 13 contain 600 volt alternating current (VAC) terminal strips on the load side with 14 solderless lugs as required for each load carrying conductor plus four spare lugs per 15 strip. 16 17 9-29.10(5)B Sign Lighting Fixtures - Induction 18 The first sentence is revised to read: 19 20 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 21 polyester paint finish. 22 23 In the second sentence of the sixth paragraph, "87" is revised to read "85". 24 25 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class X. 26 27 The first sentence of the last paragraph is revised to read: 28 29 A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 30 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator 31 test methods and results shall be submitted by the manufacturer with each lot of sign 32 lighting fixtures. 33 34 9-29.12 Electrical Splice Materials 35 This section is revised to read: 36 37 Circuit splicing materials shall meet the following specifications. ' 38 39 9-29.12(1) Illumination Circuit Splices 40 This section is revised to read: 41 42 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped 43 connections to securely join the wires both mechanically and electrically as defined in 44 Section 8-20.3(8). 45 46 This section is supplemented with the following new sub-sections: 47 48 9-29.12(1)A Heat Shrink Splice Enclosure 49 Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil 50 Spec 1230053 #r 1 w+ 2 9-29.12(1)B Molded Splice Enclosure 3 Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar 4 sheet bonded to butyrate webbing forming a flexible mold. The material used shall be 5 compatible with the insulation material of the insulated conductor or cable. The 6 component materials of the resin insulation shall be packaged ready for convenient 7 mixing without removing from the package. 8 9 9-29.12(2) Traffic Signal Splice Material 10 This section is revised to read: 11 12 Induction loop splices and magnetometer splices shall include an uninsulated barrel 13 type crimped connector capable of being soldered. The insulating material shall be a 14 heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type 15 with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)8, or a re- 16 enterable type with silicone type filling compound that remains flexible and enclosed in a 17 re-enterable rigid mold that snaps together. 18 19 9-29.15 Flashing Beacon Control 20 In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers". 21 22 9-29.18 Vehicle Detector 23 The first paragraph is revised to read: 4W 24 25 Induction loop detectors and magnetometer detectors shall comply with current NEMA 26 Specifications when installed with NEMA control assemblies and shall comply with the 27 current California Department of Transportation document entitled "Transportation 28 Electrical Equipment Specifications," specified in Section 9-29.13(7)when installed with 29 Type 170, Type 2070 or NEMA control assemblies. 30 31 30.AP9 32 SECTION 9-30, WATER DISTRIBUTION MATERIALS 33 January 4, 2010 34 9-30.1(1) Ductile Iron Pipe 35 In the first paragraph, number 1. and 2. are revised to read: 36 37 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe 38 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the 39 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged 40 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be 41 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated 42 on the Plans or in the Special Provisions. 43 44 2. Nonrestrained joints shall be either rubber gasket type, push on type, or +. 45 mechanical type meeting the requirements of AWWA C111. 46 47 9-30.1(2) Polyethylene Encasement 48 This section is revised to read: 49 1 Polyethylene encasement shall be tube-form, high density cross-laminated polyethylene 2 film, or linear low density polyethylene film, meeting the requirements of ANSI/AWWA 3 C105. Color shall be natural or black. 4 5 6 33.AP9 7 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 8 April 5, 2010 9 9-33.4(3) Acceptance Samples 10 The third paragraph is revised to read: 11 12 Samples from the geosynthetic roll will be taken to confirm the material meets the 13 property values specified. Samples will be randomly taken at the job site by the 14 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. 15 16 The first sentence in the sixth paragraph is revised to read: 17 18 For each geosynthetic roll that is tested and fails the Project Engineer will select two 19 additional rolls from the same lot for sampling and retesting. The Contractor shall 20 sample the rolls in accordance with WSDOT T 914 in the presence of the Project 21 Engineer. 22 23 35.AP9 24 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 25 January 4, 2010 26 9-35.0 General Requirements r 27 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable 28 Attenuator". 29 30 In the second paragraph, the third sentence is revised to read: 31 32 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified 33 Products List (QPL) submittals are not required. 34 35 9-35.12 Truck-Mounted Attenuator 36 This section including title is revised to read: 37 38 9-35.12 Transportable Attenuator ii► 39 Transportable attenuators are Truck-Mounted Attenuators (TMA) or Trailer-Mounted 40 Attenuators (TMA-trailer). The transportable attenuator shall be mounted on, or 41 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum 42 weight in accordance with the manufacturer's recommendations. Ballast used to obtain 43 the minimum weight requirement, or any other object that is placed on the vehicle shall 44 be securely anchored such that it will be retained on the vehicle during an impact. The 45 Contractor shall provide certification that the transportable attenuator complies with 46 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the 47 Contractor are subject to the approval of the Engineer. The Contractor shall provide the 48 Engineer with roll-ahead distance calculations and crash test reports illustrating that the 49 proposed host vehicle is appropriate for the attenuator and the site conditions. 50 noon r mon AuGNnUFNTC 60 awr 1 The transportable attenuator shall have a chevron pattern on the rear of the unit. The 2 standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective 3 black and retro-reflective yellow sheeting, slanted at 45 degrees in an inverted "V"with 4 the "V" at the center of the unit. 5 6 This section is supplemented with the following new sub-sections: 7 8 9-35.12(1) Truck-Mounted Attenuator 9 The TMA may be selected from the approved units listed on the QPL or submitted using 10 a RAM. 11 +rr 12 The TMA shall have an adjustable height so that it can be placed at the correct 13 elevation during usage and to a safe height for transporting. If needed, the Contractor 14 shall install additional lights to provide fully visible brake lights at all times. 15 16 9-35.12(2) Trailer-Mounted Attenuator 17 The TMA-trailer may be selected from the approved units listed on the QPL or 18 submitted using a RAM. 19 20 If needed, the Contractor shall install additional lights to provide fully visible brake lights 21 at all times. 22 23 9-35.12(3) Submittal Requirements 24 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL 25 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 26 071 EF) for the product proposed for use to the Engineer for approval. The Contractor 27 shall submit a RAM for transportable attenuators not listed on the QPL. 28 wr dr • APRIL 5,2010 AMENDMENTS 61 rr t SPECIAL PROVISIONS (Section l .only ow .r SPECIALPROVISIONS..............................................................................................................5 M 1-01 DEFINITIONS AND TERMS.............................................................................................5 1-01.1 General...............................................................................................................................5 �wr 1-01.3 Definitions.........................................................................................................................5 1-02 BID PROCEDURES AND CONDITIONS.......................................................................7 1-02.1 Prequalification of bidders..............................................................................................7 1-02.2 Plans and Specifications...................................................................................................7 1-02.5 Proposal Forms.................................................................................................................8 +rr 1-02.6 Preparation of Proposal...................................................................................................8 1-02.6(1) Proprietary Information.............................................................................................8 rrr 1-02.7 Bid Deposit........................................................................................................................9 1-02.9 Delivery of Proposal.........................................................................................................9 1-02.12 Public Opening of Proposals...................................................... 1-02.13 Irregular Proposals.........................................................................................................9 do 1-02.14 Disqualification of Bidders..........................................................................................10 1-02.15 Pre Award Information................................................................................................10 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................10 1-03.1 Consideration of bids.....................................................................................................10 err 1-03.2 Award of Contract..........................................................................................................11 1-03.3 Execution of Contract....................................................................................................11 1-03.4 Contract Bond.................................................................................................................11 wr 1-03.7 Judicial Review...............................................................................................................12 1-04 SCOPE OF WORK...........................................................................................................12 1-04.2 Coordination of Contract Documents..........................................................................12 1-04.3 Contractor-Discovered Discrepancies...........................................................................12 1-04.4 Changes .......13 .................................................................................................................... 1-04.8 Progress Estimates and Payments.................................................................................13 1-04.11 Final Cleanup................................................................................................................13 1-05 CONTROL OF WORK.....................................................................................................13 1-05.4 Conformity With and Deviation from Plans and Stakes.............................................13 1-05.4(3) Contractor Supplied Surveying................................................................................14 1-05.4(4) Contractor Provided As-Built Information.............................................................15 1-05.7 Removal of Defective and Unauthorized Work...........................................................15 1-05.10 Guarantees....................................................................................................................16 1-05.11 Final Inspection.............................................................................................................16 1-05.11(1) Substantial Completion Date..................................................................................16 1-05.11(2) Final Inspection and Physical Completion Date...................................................17 1-05.11(3) Operational Testing..................................................................................................17 1-05.12 Final Acceptance...........................................................................................................18 1-05.13 Superintendents,Labor and Equipment of Contractor............................................18 1-05.14 Cooperation with Other Contractors..........................................................................18 1-05.16 Water and Power..........................................................................................................18 1-05.17 Oral Agreements......................................................................................................... ..19 1-05.18 Contractor's Daily Diary.............................................................................................19 1-06 CONTROL OF MATERIAL............................................................................................20 1-06.1 Approval of Materials Prior to Use...............................................................................20 1-06.2(1) Samples and Tests for Acceptance............................................................................20 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................20 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................20 1-07.1 Laws to be Observed......................................................................................................20 1-07.2 State Sales Tag.................................................................................................................21 1-07.2(1) General........................................................................................................................21 1-07.2(2) State Sales Tag-Rule 171.........................................................................................22 1-07.2(3) State Sales Tag-Rule 170.........................................................................................22 1-07.2(4) Services ................22 1-07.6 Permits and Licenses......................................................................................................22 1-07.9 Wages...............................................................................................................................23 1-07.9(5) Required Documents.................................................................................................23 1-07.11 Requirements for Non-Discrimination.......................................................................23 1-07.11(11) City of Renton Affidavit of Compliance...............................................................23 1-07.12 Federal Agency Inspection.....................................:.....................................................23 1-07.13 Contractor's Responsibility for Work........................................................................23 1-07.13(1) General......................................................................................................................23 1-07.15 Temporary Water Pollution/Erosion Control............................................................23 1-07.16 Protection and Restoration of Property.....................................................................24 1-07.16(1) Private/Public Property...........................................................................................24 1-07.17 Utilities and Similar Facilities.....................................................................................25 1-07.17(1) Interruption of Services.................................... ...............26 1-07.18 Public Liability and Property Damage Insurance.....................................................26 1-07.18(1) General......................................................................................................................26 1-07.18(2) Coverages..................................................................................................................27 1-07.18(3) Limits........................................................................................................................28 1-07.18(4) Evidence of Insurance:............................................................................................29 .rr 1-07.22 Use of Explosives...........................................................................................................29 1-07.23 Public Convenience and Safety...................................................................................29 rr 1-07.23(1) Construction Under Traffic.....................................................................................29 1-07.23(2) Construction and Maintenance of Detours............................................................31 1-07.24 Rights of Way ..........31 1-08 PROSECUTION AND PROGRESS................................................................................32 + ' 1-08.0 Preliminary Matters.......................................................................................................32 1-08.0(1) Preconstruction Conference......................................................................................32 1-08.0(2) Hours of Work............................................................................................................33 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............33 ,+ 1-08.1 Subcontracting................................................................................................................33 1-08.2 Assignment......................................................................................................................34 1-08.3 Progress Schedule...........................................................................................................34 1-08.4 Notice to Proceed and Prosecution of the Work..........................................................35 1-08.5 Time For Completion.....................................................................................................35 .r 1-08.6 Suspension of Work........................................................................................................37 1-08.7 Maintenance During Suspension...................................................................................37 wr 1-08.9 Liquidated Damages.......................................................................................................37 1-08.11 Contractor's Plant and Equipment.............................................................................37 r" 1-08.12 Attention to Work.........................................................................................................38 1-09 MEASUREMENT AND PAYMENT...............................................................................38 .r. 1-09.1 Measurement of Quantities............................................................................................38 1-09.3 Scope of Payment............................................................................................................39 1-09.6 Force Account.................................................................................................................39 1-09.7 Mobilization....................................................................................................................40 1-09.9 Payments.........................................................................................................................40 1-09.9(1) Retainage....................................................................................................................41 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........41 1-09.9(3) Final Payment............................................................................................................42 1-09.11 Disputes and Claims......................................................................................................43 1-09.11(2) Claims........................................................................................................................43 `� -3 - 1-09.11(3) Time Limitations and Jurisdiction.........................................................................43 1-09.13 Claims and Resolutions.................................................................................................43 1-09.13(3) Claims $250,000 or Less..........................................................................................43 1-09.13(3)A Administration of Arbitration..............................................................................43 1-09.13(3)B Procedures to Pursue Arbitration........................................................................43 1-10 TEMPORARY TRAFFIC CONTROL...........................................................................44 1-10.1 General............................................................................................................................44 1-10.2(1)B Traffic Control Supervisor.....................................................................................45 1-10.2(2) Traffic Control Plans.......................... ..45 ..................................................................... 1-10.3 Flagging,Signs,and All Other Traffic Control Devices..............................................45 1-10.3(3) Construction Signs.....................................................................................................45 1-10.4 Measurement...................................................................................................................46 1-10.5 Payment...........................................................................................................................46 1-11 RENTON SURVEYING STANDARDS...........................................................................46 1-11.1(1) Responsibility for surveys..........................................................................................46 1-11.1(2) Survey Datum and Precision.....................................................................................46 1-11.1(3) Subdivision Information............................................................................................47 1-11.1(4) Field Notes..................................................................................................................47 1-11.1(5) Corners and Monuments...........................................................................................47 1-11.1(6) Control or Base Line Survey................................................................................:....47 1-11.1(7) Precision Levels..........................................................................................................48 1-11.1(8) Radial and Station--Offset Topography.................................................................48 1-11.1(9) Radial Topography.....................................................................................................48 1-11.1(10) Station--Offset Topography.....................................................................................48 1-11.1(11) As-Built Survey.........................................................................................................48 1-11.1(12) Monument Setting and Referencing.......................................................................49 1-11.12 Materials........................................................................................................................49 1-11.12(1) Property/Lot Corners..............................................................................................49f 1-11.12(2) Monuments...............................................................................................................49 1-11.12(3) Monument Case and Cover.....................................................................................49 -4- do 04/27/2010 SPECIAL PROVISIONS r 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. �r All references to "State Materials Laboratory" shall be revised to read "Contracting Agency 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. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: what work will be done, and by when; who provides labor and materials; and how the Contractor will be paid. Contract Price Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly executed change&rders. + 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. r Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. 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 .r -5 - 04/27/2010 standpoint, and only minor incidental Work,replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. 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 the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. "i Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. 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 Same as"Contract Bond"defined in the Standard Specifications. 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" 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. -6- .rr 04/27/2010 Points Wherever reference is made to the Engineer's points,this shall mean all marks,bench marks, reference points,stakes,hubs,tack, etc.,established by the Engineer for maintaining horizontal and vertical control of the Work. Provide •r 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 Public Works Administrator. Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. State The state of Washington acting through its representatives. The State shall also refer to The City of rr Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Technical Specifications Modifications to the Standard Specifications and their amendments, and to the Special Provisions, that apply to an individual project. The Technical Specifications may describe Work the other specifications do not cover. The order of precedence of the specifications, plans, amendments and provisions is established in Section 1-04.2 of these Special Provisions. Traffic Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists,wheelchairs, and equestrian traffic. 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, pipelines, conduits, ducts, sewers, or storm drains. wrr 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PrequalWiication of Bidders Delete this Section and replace it with the following: 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: 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. -7- 04/27/2010 After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") and 4 Famished 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 r 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 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 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 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 -8- 04/27/2010 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 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. r 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: `w Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; am 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 Bids, clearly marked on the outside of the envelope Or as otherwise +w 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: ar (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. w 1-02.13 Irregular Proposals Revise item I to read: (******) *W 1. A proposal 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; 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. "` -9- 04/27/2010 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rej ected 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 A eg ncy, 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; ww i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information 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 t 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 civ 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 any schedule of a bid to the lowest bidder at its discretion. - 10- mrr 04/27/2010 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 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. 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 wr 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 w 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: 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; ,rr 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 of the Contractor)to faithfully perform the Contract, or .. +r - 11 - 04/27/2010 b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay 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. Technical Specifications 4. Contract Plans 5. Special Provisions 6. Contracting Agency's Standard Plans(if any) 7. Amendments to the Standard Specifications 8. WSDOT Standard Specifications for Road,Bridge and Municipal Construction 2010 9. WSDOT Standard Plans for Road,Bridge and Municipal Construction 2010 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: (******) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the 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 the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved,the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. Ali - 12- r+ 04/27/2010 �IIM 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 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 ■r 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, �r 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 the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 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 the 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 the 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 the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. 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 - 13 - 04/27/2010 points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. ig The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer,per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3)is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary,the Engineer may elect to provide at Contractor expense,a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 of the Standard Specifications, for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for"Construction Surveying, Staking,and As-Builts" or"As-Builts." - 14- 04/27/2010 nr •� 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4)is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants,Major Changes in Design Grade,Vaults,Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in thefield book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Builts" or"As-Builts,"lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer,the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case,the Owner may store removed material. *a Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to.comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately,have the rejected Work removed and replaced, or have Work the Contractor refuses to - 15- 04/27/2010 perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public,the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the ki 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 W 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 1-05.7 "Removal of Defective and Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/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: 1( 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 M 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. - 16- 40 04/27/2010 arra 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 ern 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. err 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 ,.r 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: 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 W will set a date for Final Inspection.The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued ' vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may,upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 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,the Contractor shall give the Engineer a minimum of 3 worldng days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection.Required certificates of inspection by other authority than the Engineer shall be secured by the 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 — 17— 04/27/2010 fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct 16 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. rt 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 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: (******) The Contractor shall afford the 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 the 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. 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. - 18 - 04/27/2010 • 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, ,r 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, rr 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: The Contractor and subcontractors shall maintain and provide to the 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 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 the 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 the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the 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. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the 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 the 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. The 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 the 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 the Contractor's official representative on the project. �r The 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. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the 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 the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. .r - 19- <r. 04/27/2010 The 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 the 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 the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 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 the Engineer does not relieve the 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress 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 the Engineer by the Contractor. The 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 the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). -20- 04/27/2010 4 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 Tag 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, do whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. rr� Ow -21 - 04/27/2010 1707.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules,apply to building,repairing, or improving streets,roads, etc., 'w 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 vt supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax—Rule 170 wt 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 Wi 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. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly Tor professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 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. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. 4 -22- 04/27/2010 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 the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be +rr charged against the Contractor and deducted from any funds otherwise due the 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: The 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)isnew: r Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: do 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, +rr 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 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 the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. �r 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: r -23 - 04/27/2010 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. 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 r 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. r -24- 04/27/2010 Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets(traveled ways)used by him if damaged. wr In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 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 the 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 the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the 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 the Engineer by the Contractor to allow their location to be rr 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. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The 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 the Contractor having all utilities field marked before starting Work, the 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 r 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, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The + ► Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The 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. .rr -25 - 1 04/27/2010 Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the ContractorI for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. 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 the Engineer's request. In no way shall the Work described under Utility Potholing relieve the 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 the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The 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 the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the 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: 1-07.181) 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. -26- 1W 04/27/2010 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 r 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 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 err ' -27- 04/27/2010 D. Umbrella Liability(when necessary) 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). Ali The Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of Work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate.Further, all policies of insurance described above shall: 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- til 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 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) l Each Occurrence/ $1,000,000 Incident/Claim -28- rr 04/27/2010 Aggregate $2,000,000 Pollution LiabililyIf 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. The Contractor shall promptly advise the City of Renton in writing in the event any general to 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 �r 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". 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 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: r To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the 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 -29- 04/27/2010 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: it 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. (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. The 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 the 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. The 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 commencement of construction. This restriction shall not apply to the paving portion of the construction process. The 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. The Contractor shall give a copy of all notices to the 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. -30- rrr 04/27/2010 All unattended excavations shall be properly barricaded and covered at all times. The Contractor 40 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 the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 40 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: do 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 we needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 40 2. Detour crossings of intersecting highway,and 3. Temporary approaches. to 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 +r Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. rr� Whenever any of the Work is accomplished on or through property other than public right-of-way,the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement wr agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings.The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry 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. • 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 -31 - 04/27/2010 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. 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: (******) Uig The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". 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: 4 Contractor's plan of operation and progress schedule(3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) +w 4 Shop Drawings(bring preliminary list) 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 Responsibility for locating utilities Responsibility for damage Time schedule for relocations,if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance,payrolls, and certifications Safety regulations for the Contractors'and the Owner's employees and representatives Suspension of Work,time extensions Change order procedures Progress estimates,procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work -32- 04/27/2010 Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the 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: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. `* If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not r 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 01 hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period.Assistants may include,but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 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,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 and representative(s)of the Contracting Agency required to Work overtime hours. 4W 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: -33 - 04/27/2010 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. Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. oil The 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 the Is Contractor. The 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 the Owner. IN The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment " The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the 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: 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. 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. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the 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). it 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the 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. The Contractor shall provide such revised schedule within 10 days of request. -34- 4W 04/27/2010 rr If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the 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. ow The Contractor shall promptly report to the 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 the Engineer. When such changes are accepted by the Engineer, the ON revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets am forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work me 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 no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved rr revisions will thereafter,in all respects,apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all 00 or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the 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 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: 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 non-working 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 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 +wr -35- 04/27/2010 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 at 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 non-working day or an Engineer determined unworkable day. Because the City will be closed and the employees furloughed, the following dates shall also be ori considered non-working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October 12,2009; and Wednesday,November 25, 2009. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days 16 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 non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly 16 report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week(a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. 16 The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise,the report will 0 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 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) 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. FBWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, the 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. -36- 04/27/2010 ar 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, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The 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 the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. wr If it has been determined that the 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 the Contractor's diligently pursuing.the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. rw 1-08.7 Maintenance During Suspension Revise the second paragraph to read: w 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 rrr Section 1-08.9 is supplemented as follows: In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof,the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. + . 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is anew 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. 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 the 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, -37- 04/27/2010 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 Section 1-08.12 is a new section: irr The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay,and who shall be the legal representative of the Contractor. The Contractor shall 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 rl 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 list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. 4 Cubic Yard Quantities. The 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 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 the Engineer, and there shall be no Oki 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 3 Drivers name, date and time of delivery 4 Location of delivery,by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is ► given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. -38- .r 04/27/2010 Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. 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) 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 the 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 Division 18, "Measurement and Payment" of the Section 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. err Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form.When items are to be"furnished"under one payment item and"installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: 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 the 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 the Engineer. dw -39- 04/27/2010 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 the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the j obsite; 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 prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. 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. 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 check or electronic transfer, 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. -40- err 04/27/2010 Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. .r The 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: 40 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 the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attomey's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of theretained percentage shall become due until the Contractor, if requested, delivers to the 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 the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed:but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the 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 liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule,in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 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. -41 - 04/27/2010 b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide adequate survey Work as required by Section 1-05.5. j c. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls,Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a parry or parties who are entitled to payment. Disbursement of such funds,if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 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 so 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. 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 -42- +rr 04/27/2010 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). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: r Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction 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. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: 10 The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or 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: 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 Agency'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 o the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; ON 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. -43 - i 04/27/2010 The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General 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 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 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: When the bid proposal includes an item for"Traffic Control,"the Work required for this item shall be all items described in Section 1-10, including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops,or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for' traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all 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. -44- err 04/27/2010 �r If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of do 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 the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided -to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. +rr 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 conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: 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 Section 1-10.3(3)paragraph 4 is supplemented as follows: -45 - 04/27/2010 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 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". 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 irk with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control,"Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******) 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. i 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 rl 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 -46- 04/27/2010 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. +rr Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements,and methodology used in that retracement. 1-11.1(4) Field Notes ®' Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and .r point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s)provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Comer: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument:Any physical object or structure of record,which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1)and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth comers; and • right-of--way alignment, or horizontal and vertical Any permanently monumented boundary, control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot comers. irr 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 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 tum, and shall satisfy all applicable requirements of Section 1-11.1 herein. •r 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. �` -47- 04/27/2010 If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and,upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing,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. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, 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 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 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. 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, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. -48- rrr 04/27/2010 All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based + upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing 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. irr 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. .r 1-11.2 Materials 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 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 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 Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. s ar -49- I TECHNICAL SPECIFICATIONS i i i r City of Renton West Hill Reservoir Recoat and Upgrade 2010 Table of Contents „ Division 1 General......................................................................................................................1-1 1.10 General........................:........................................................................................................... 1-1 yrr1.11 Project Description.........................................................................................................1-1 1.13 Permits and Licenses......................................................................................................1-1 1.15 Warranty ..................................................1-1 1.16 Owner Standard Locks and Keys.................................................................................1-1 1.30 Administrative......................................................................................................................1-2 1.31 Responsibilities................................................................................................................1-2 1.31.1 Contractor's Responsibility........................................................................................1-2 wr 1.31.1.1 Special Inspection Scheduling .....................................1-2 1.31.1.2 Contractor Conducted Progress Meetings............................................................1-3 r - 1.31.1.3 Contractor Provided Schedule and Non-working Dap Approval.....................1-3 1.31.2 Owner Inspector's Responsibility.............................................................................1-3 1.33 Submittals.........................................................................................................................1- 1.33.1 Submittal and Shop Drawings ...................................................................................1-3 w ....1-5 1.33.2 Substitutions............................................................................................................. 1.33.2.2 After Contract Execution........................................................................................1-5 1.40 Quality Control................................................................................................................. ...1-5 1.42 Reference Specifications ................................................................................................1-5 1:50 Construction Support ......1-6 ................................................................................................... 1.51 Temporary Utilities................................................................................ .....................1-6 1.52 Temporary Facilities ...1-6 .................................................................................................... 1.59 Site Control......................................................................................................................1-7 1.70 Execution and Closeout......................................................................................................1-7 1.72 Scheduling and Sequencing...........................................................................................1-7 • 1.75 Testing and Placing in Service.......................................................................................1-7 1.75.1 Schedule........................................................................................................................1-7 .� 1.75.2 Testing...........................................................................................................................1-7 1.75.3 Scheduling of Ownet/Engineer Review for Testing..............................................1-8 tw 1.75.6 Electrical and Control Systems Testing....................................................................1-8 1.75.10 Reservoir Testing.......................................................................................................1-8 i i 7 City of Renton West Hill Reservoir Recoat.and Upgrade 2010 Table of Contents 1.75.10.1 Reservoir Disinfection...........................................................................................1-8 j 1.75.10.4 Steel Reservoir Soak Test......................................................................................1-9 1.77 Cleaning. ..........................................................................................................................1-9 f ................................................................1-10 , 1.77.2 Site and Facility Cleanup........................... ( 1.79.3 As-Built Drawings......................................................................................................1-10 � 1.80 Performance Requirements.....................................................:........................................1-10 1.81 Seismic Restraint and Anchorage............................................................ ...................1-10 Division2 Sitework.....................................................................................................................2-1 2.00 General..................................................................................................................................2-1 2.05 Common Work for Sitewoxk........................................................................................2-1 2.10 Site Preparation.............................. ...............................................2-1 2.10:5 Construction Access.......................:. ............................................................2-1 2.60 Contaminated&Waste Materials Handling .............................................2-1 2.60.2 Waste Material Control...............................................................................................2-1 2.61 Contaminated Materials ....................................................................2-2 2.61.2 Toxic Spill or Release Contact Requirements..........................................................2-2 Division 3 Concrete................................................................................................... .3-1 Not Used.......................... .............................................................................................................3-1 Division4 Masonry....................:................................................................................................4-1 NotUsed............................... .....................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics......................................................5-1 5.00 General.................................................................................. ................................................5-1 5.05 Common Work for Fabricated Metalwork and Plastics............................................ � 5.05.23 Structural Connectors...............................................................................................5-3 5.05.24 Concrete Anchors......................................................................................................5-3 5.10 Structural Framing ......................................................................................5-4 5.12 Structural Steel................................................................................................................ .5-4 5.13 Stainless Steel...................................................................................................................5-4 I 5.15 Galvanized Steel................................ ..........5-4w 5.50 Metal Fabrications ...............................................................................5-5 I 5-5 5.52 Handrail and Guardrail................................................................................................... +rr City of Renton West Hill Reservoir Recoat and Upgrade 2010 Table of Contents 5.52.1 Common Work for Handrail.....................................................................................5-5 Division6 Carpentry...................................................................:..............................................6-1 NotUsed.......................................................................................................................................6-1 +rr Division 7 Thermal and Moisture Protection............................:............................................7-1 NotUsed.......................................................................................................................................7-1 Division8 Operiings...............................................:...................................................................8-1 NotUsed.......................................................................................................................................8-1 'rr Division 9 Finishes ...... ... . ............................................................................................... .9-1 9.00 General..................................................................................................................................9-1 w' 9.05 Common Work for Finishes .....................................9-1 ..........................:......................... 9.06 Color Schedule................................................................................................................9-8 #+ 9.90 Painting and Coating...........................................................................................................9-9 9.90.2 Unpainted Items...............:............................................................................................9-9 .. 9.91 Painting.............................................................................................................................9-9 9.91.13 Exterior Painting........................................................................................................9-9 • 9.91.13.1 Metals Exterior (Wet Conditions)........................................................................9-9 9.98 Steel Reservoir Coating..................................................................................................9-9 9.98.1 Common Work for Steel Reservoir Coating...........................................................9-9 9.98.3.2 Steel Reservoir Rehabilitation Interior Re-Coating...........................................9-10 9.98.3.3 Steel Reservoir Rehabilitation Exterior Over-Coating......................................9-12 Division10 Specialties................................................................................................................10-1 • 10.00 General..............................................................................................................................10-1 10.05 Common Work for Specialties..................................................................................10-1 w10.10 Information Specialties.....................................................:........................:....................10-1 10.14 Signs and Labels..........................................................................................................10-1 10.14.1 Common Work for Signs and Labels...................................................................10-1 10.14.2 Equipment Signs......................................................................................................10-2 10.14.4 Danger Signs.............................................................................................................10-2 Division 11 Equipment................................ NotUsed.....................................................................................................................................11-1 1w Division12 Furnishings.............................................................................................................12-1 ilk _ � �K� Renton _-�� � Weot HU8Reservoir Recomtand Upgrade 2010 � Table mfContents a w� -_-'---__'12-1 I�otlJxed.---_--_---'''-_-_------'_--'----------'-' , 13-1 {�oou�z�t��� __________.__.__ I���o��z1� --.--.--.---..----�-.-.---'-'-- ' -----'-'-_----'15-1 13lX) {�ezcr�._---.---.-------.-.--.---.-------___ ., 1�� � 13.70Cathodic Protec�on ----.-...------.--.-~---------------'--- \ __—__-_'.14-1 ` ^ Division 14 Systems.---_-''---.--.----------_----' . -_--'�-_'-14-1 I�otlJxed_-.~._-'-'''---------'-----'--'—'--------'—_' ________-1S-1 | , Division15 Mechanical............................................................................................................... ' NotUsed_......... ___._____________.__________. 15-1 | ' 16-1 Division16 Electrical................................................................................................................... \ � 16J00 General ___'______'-'16-1 ^ .'_'----------_------._--_-_____________ _ �6-1 / 16.05 Co��zuon`�7orkfor I�ec�jcul-,_-_-----''-----.,~--------_.--_-- .10-5 ~ 1G.10I��ct�colB����odc---''-'-----'---------_-----_------'--------'-'' mm �G-� ` 16.1O.1 (�ozoz�ooT�ozkfor II�c��ul S�e`�ork-_----_---..-'-----._...----- ( � '�x�� 7�n`e)..................................................16-5 1�.1O� ��uoc��� --r- ���u��u^"", -/r-,_-_______ -_'--_.~_'-.�6-G | 1�.1� I��otruz�L��onzuz���---'-'-----_.-----'----'---------- 16-6 ' ^ 18.15.1 [�uz�z�onT�ozkfor I�eo�icul ----------.-'`-_---.-..---_-_ w� 16-6 16'508w�z��and Panel Boards----_-_------_--'-._-__--__-___________.__ � - 16-8 16��2B�ozc�(��z���u�cO�mo�d_--------.-_''-_.-----'_---______-______ m� 16'S5Switches and Protective10-7 I�cv��o.---_----'-----------__---.--_-_-_.-_-_ \ _ 16.55.1 Common Work for Switches and Protective Devices.......................................16-7 ` Wj � 1�-7 ! 16.55.1G2�oldedCase(�rzx�Breakers............................................................................... . l6-8 ` 16'55.4O n2\lmz�3rrzb�z--_---_--.---__-----------_-_.--.-.---�_- ________--.-'�6-8 16'60 (�undzu�oro.------.--.---.-------_--__----_------------ / 1G-8 \ � 16'61I�n� ���cu��(�u�l�---_-----'----'------------'-_.-.------_.. ~, 1G-�1 16.70 Conduit,Raceways,Bo��uo�d '---------'---''------------'-- | ---_--.-'---.1G-21 16.71 Raceways--.-_-_----_-~---'-----------------------'- � 16-13 . - 16.72]�oxeoand I�zcloonreo.---_~-----_'---.----''-'----_----_-_-..-._________ 1G-1� \ � 1GJ�~� �bz���u�6 I�o��o--'-----_-------~___-.__. _ 1G-14 w� 16.72.3 Watertight±��cu�oo��.-----,~----'---_-_.------_-'-'_' ...................... .ceo __--~-.-____16'15 1�16.75 Wiring 1�c�o -_-----'__--'_---_---------'---_-_~. � 16�� � 1S.75.1 (�ozo#zonT�orcfor Devices................................................................... ' � � � � �� r City of Renton West Hill Reservoir Recoat and Upgrade 2010 Table of Contents 16.75.2 Receptacles..............................................................................................................16-15 16.75.3 Line Voltage Switches...........................................................................................16-16 16.75.5 Plates........................................................................................................................16-16 .. +rr 16.85 Lighting...........................................................................................................................16=17 16.85.1 Common Work for Lighting Fixtures................................................................16-17 �r 16.85.2 Lamps......................................................................................................................16-17 16.85.3 Fixtures....................................................................................................................16-18 •r 16.85.4 Ballast......................................................................................................................16-18 16.95 Testing ..................................................................................................16-18 16.95.1 Common Work for Testing 16.95.3 Conductor Test Report.........................................................................................16-20 dw Division 17 Automatic Control..................... .17-1 ........................................................................... 17.00 General..............................................................................................................................17-1 Division 18 Measurement and Payment................................. .18-1 ................................................ 18.0 General................................................................................................................................18-1 Bid Item No. 1 -Mobilization,Demobilization, Site Preparation and Clean-up 18-1 BidItem No. 2-Structural.......................................................................................................18-1 wr Bid Item No. 3—Interior Coatings.........................................................................................18-1 Bid Item No. 4-Exterior Coatings........................................................................................18-1 Bid Item No. 5—Cathodic Protection System......................................................................18-2 BidItem No. 6 -Electrical.......................................................................................................18-2 Bid Item No. 7—Environmental Control..............................................................................18-2 BidItem No. 8 -As-builts........................................................................................................18-2 Division 1 General ' 1.10 GENERAL. Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not Sections in these specifications titled "Related Section.?" shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. 1.11 Project Description The project consists of the construction of handrails and other miscellaneous metal work to be attached to the reservoir,reservoir cleaning and recoat,installation of cathodic protection, and miscellaneous electrical work. 1.13 Permits and Licenses The Owner will secure and pay for the following permits: • Building Permit The Contractor shall acquire and pay for all other necessary permits which may include: • Electrical Permit • Disposal Permit 1.15 Warranty The Contractor shall warrant all products used in the construction of this project for a period of 1 year.following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranty does not cover damage due to misuse by the Owner or conditions outside of the Owner or Contractor's control (force majeure) including but not limited to war, strikes, floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 10 degrees Fahrenheit (Western Washington), freezes below-10 degrees Fahrenheit (Eastern Washington), governmental restrictions, vandalism, and power failures or surges. . The Contractor has control over workmanship, third party subcontractors and parts and materials used to complete the project Warranties in addition to this warranty are listed in the following sections: Div 9.98.1 Steel reservoir coating systems Div 13 Cathodic protection system 1.16 Owner Standard Locks and Keys The owner will'provide locks for hatches and gates. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. r i +• Summer 2010 City of Renton Division 1- General West ll Reservoir Recoat and Upgrade 2010 Hi I 1.30 ADMINISTRATIVE I 1.31 Responsibilities 1.31.1 Contractor's Responsibility W` The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they ate an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. The General (or Prime) Contractor is fully responsible for providing his subcontractors and i suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required I. inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to. minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractors expense. See Testing and Placing in Service section below for details. Do not start work on this project or on any public or private right-of-way or easement until I clearance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Engineer are only to monitor and record that project plans and specifications are being complied with and construction is consistent with the design intent The Contractor shall be responsible for managing, coordinating, and overseeing his subcontractors, suppliers, manufacturers' representatives, or any other persons performing ' Work. The Contractor shall have a competent representative, familiar with the project and work being performed, on-site at all times. 1.31.1.1 Special Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 48-hour prior notice shall be given to the owner for all inspections required for the construction of the project 48- hour notice is defined as 2 complete working day notice. Time is not counted on weekends I 1-2 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 1- General and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 48 hours in advance not including the holiday hours or weekend hours.) 1.31.1.2 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least bi-monthly and at other times as requested.by the Owner or as required by progress of the work. The Contractor,Engineer,and all Subcontractors active on the site must attend each meeting- 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval Contractor is responsible for providing an up to date construction schedule with each bi- monthly meeting and at other tunes as requested by the Owner or as required by progress.of the work. If the current schedule is still inline with the previous schedule, the Contractor shall inform the owner and engineer with each pay estimate. Non-working day approval shall also be received by the Owner with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non-working day requests. 1.31.2 Owner Inspector's Responsibility The Owner may elect to have an inspector on site to monitor, observe and record construction progress. The Contractor maintains complete responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Owner's inspector to address neither means and methods issues on site nor direct safety issues on site. The Owner's inspector does not have the authority to stop work if unsafe conditions are observed. 1.33 Submittals 1.33.1 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 5 copies of each submittal to: RH2 Engineering, Inc. 12100 NE 195th St,Suite 100 W Bothell,WA 98011 Attn:Jon Conner Submittal data for each item shall.contain sufficient information on each item to determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be famished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for 1-3 . I Summer 2010 City of Renton Division 1- General West Hill Reservoir Recoat and Upgrade 2010 consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the i Owner. Shop drawings shall be submitted on 81/2" x 11", 11" x 17", or 22" x 34" sheets and shall i contain the following information: • Project Name as it appears on the construction manual • Prime Contractor and Applicable Subcontractor. r • Submittal Revision Number • RH2 Engineering. • Owner's Name: City,of Renton • Applicable Specification and Drawings Reference. • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. • A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and { transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. The engineer will keep two sets of shop drawings and return remaining sets to the contractor after review. .r Shop drawings and submittals shall contain the following information for all items: 'r A. Shop or equipment drawings, dimensions, and weights • B. Catalog information. C. Manufacturer's specifications. «— D. Special handling instructions. I E. Maintenance requirements. F. Wiring and control diagrams. G. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of �. each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. I . 1-4 No City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 1- General The Contractor is responsible for identifying the shop drawings and submittals required for this project Items that are installed but have not been approved through-the submittal process maybe rejected and must be removed and replaced with an approved product Specific submittal requirements.are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1.33.2 Substitutions. Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project Substitutions willnot be considered during the bid period. 1.33.2.2 After Contract Execution Within 30 days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed, The Contractor waives all claims for additional costs related to substitutions and will share 50% of any cost savings related to substitutions with the owner. 1.40 QUALITY CONTROL 1.42 Reference Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction 2008, Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • IBC International Building Code 2006 • IPC International Plumbing Code • IMC International Mechanical Code NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute �f 1-5 tir Orr Summer 2010 City of Renton Division 1- General West Hill Reservoir Recoat and Upgrade 2010 • ASA American Standards Association r- I • ASTM American Society for Testing and Materials so 1.50 CONSTRUCTION SUPPORT • 1.51 Temporary Utilities The Contractor shall be responsible for all necessary water for construction-related fire protection and utilities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, go remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. Temporary 120 VAC electrical power is available at the site for Contractor to use. There will l be no charge for power from the City of Renton unless, in the Engineers opinion, the power is being wasted. I •r If power available is less than desired for construction, Contractor shall make all arrangements for the required construction power. The Contractor is responsible for reviewing what is available and providing what is required. io Upon completion of the project, all temporary Yconstruction power equipment, material and wiring from the site that is the property of the Contractor. Temporary water is available from hydrants for this work. The Contractor shall obtain a hydrant meter with backflow preventer from the City and shall be responsible for the meter and ackflow preventer deposit Secure permission from the Water Utility and notify the Engineer and Fire Department before obtaining water from fire hydrants. There will be no charge for construction water from the City of.Renton hydrants unless, in the Owner's � opinion, the water is being wasted. The Contractor shall make arrangements for and provide all necessary facilities for the' necessary water supply for construction at their own expense unless otherwise provided. 1.52 Temporary Facilities The Contractor shall be responsible for construction and location of all field offices, all j necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that.all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational .Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. i I 1-6 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 1- General 1.59 Site Control The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the fenced area of the project site. 1.70 EXECUTION AND CLOSEOUT 1.72 Scheduling and Sequencing Refer also to the Completion Time section under the Instructions to Bidders. See also notes on Drawing No. SO4. All items that are to be welded to the reservoir exterior .shall be completed while the reservoir is in service. The reservoir will remain in service until October 1". The interior reservoir recoating portion of the work shall be completed after the reservoir is taken out of service. The exterior reservoir recoating portion of the work must be completed prior to wli September 1st 1.75 Testing and Placing in Service 1.75.1 Schedule The placing of all improvements in service shall consist of three parts: "testing", "startup", and "operation". Not less than 21 working days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval,a complete plan for the following: • Schedules for tests • Detail schedule of procedures for startup • Complete schedule of events to be accomplished during testing • An outline of work remaining under the contract that will be carried out concurrently with the operation phases The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract The Contractor shall make arrangements for all materials, s supplies,and labor necessary to efficiently complete the testing, startup, andoperation. fi 1.75.2 Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for exxmin_a_tion at the Contractor's expense.. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any.and all defects may be discovered and repaired prior to calling out the Owner for the test Y 1-7 I err Summer 2010 City of Renton Division 1- General West Hill Reservoir Recoat and Upgrade 2010 I Final testing shall consist of individual tests and checks made on equipment intended to i= provide proof of performance of unit and proper operation of unit control together with necessary tests to show .system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication,pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Engineer to determine that all materials and rr equipment are of specified quality, properly situated, anchored., and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. j 1.75.3 Scheduling of Owner/Engineer Review for Testing The Contractor shall provide a minimum of 48-hours (2 complete working days) prior notification to the Engineer where witnessed testing or startup is required. The Contractor shall provide further notification within 2 working hours of the scheduled test to the Engineer confirming that the Contractor has successfully completed all preliminary testing " and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other items required for witnessed testing are available and fully I_ functional. Failure to'provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test in accordance with the section Inspection and Tests of the General Conditions. j A detailed testing schedule shall be provided by the Contractor and updated as needed to be rr at least 48 hours ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test,the Contractor shall pay the Owner in the amount of $150 per hour per Engineer or Owner Representative on site (minimum of $300 per «r scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner or Engineer at their discretion. The Contractor is encouraged ! to have all systems pre-tested to their satisfaction prior to calling the Owner and Engineer for formal testing. 1.75.6 Electrical and Control Systems Testing See Division 16.95 for electrical system testing. The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete: i �r • Intrusion sensors and alarms • Exterior lights i - • Receptacles � • Cathodic Protection System ! 1.75.10 Reservoir Testing i 1.75.10.1 Reservoir Disinfection l 1-8 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 1- General The reservoir shall be thoroughly disinfected in accordance with AWWA C652 Chlorination Method 2 before being placed in service. All interior surfaces,including piping, columns and stairs, shall be hosed down with a chlorine solution containing not less than 200 PPM of chlorine. Chlorine solution may be re-circulated during disinfection but not less than 5,000 gallons of solution shall be used during operation. All valves shall be opened and closed several times during the chlorination. Liquid chlorine, sodium hypochlorite, or calcium hypochlorite may be used for disinfection purposes. Disinfected surfaces shall remain in contact with the strong chlorine solution for at least 30 minutes. After the disinfection has been accomplished,the entire reservoir shall be completely flushed Ili and then filled. The Contractor shall exercise special care in flushing to avoid damage to surrounding properties. Water with a chlorine residual shall be stored and aerated or otherwise neutralized until it can be safely disposed of in accordance with all applicable regulations. All disposal shall be the responsibility of the Contractor. Water containing a chlorine residual shall not be disposed of into the water system, stormwater system, or any surface watercourse. After disinfection has been completed and the reservoir has been filled, a water sample shall be taken by the Owner from the reservoir. A laboratory, certified by the Washington State Health Department, will be retained by the Owner to perform a bacteriological test of the sample. The reservoir shall not be placed in service until passing test results have been received and approved by the engineer and the necessary documents have been submitted to the Washington State Health Department - The Owner will provide water for the initial testing of the reservoir at no cost to the Contractor. Should the initial test not pass or the water is allowed to sit in the reservoir and r1fi become unusable, the costs for additional water and tests shall be the responsibility of the Contractor. 1.75.10.4 Steel Reservoir Soak Test A soak test shall be performed to check the level of chemical contaminants in the field. Following a 48-hour soaking period,the water in the reservoir shall be sampled to determine the level of any leached chemicals. Samples of the water shall be analyzed by a laboratory certified by the State Department of Health. Cost of initial test shall be bome by the Owner. A report of the test results shall be sent to the Department of Health regional office for evaluation and approval before delivering water from the reservoir. �i Re-testing shall be required when contamination exceeding the minimum detection level is found. The soaking period shall imitate actual operating conditions. Therefore, in some cases, longer or shorter soaking periods may be specified, depending upon an evaluation of field conditions encountered. The Contractor shall pay for the water wasted due to soak test failure. Labor, expenses and laboratory cei-iification for soak re-test shall be borne by the Contractor. 1.77 Cleaning 1-9 1 ; +■ Summer 2010 City of Renton Division 1- General West Hill Reservoir Recoat and Upgrade 2010 1.77.2 Site and Facility Cleanup Clean up debris and unused material, and remove from the site and any buildings. If vehicle ' traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track with dozer or excavator and repair to proposed surface condition including necessary , hydroseed, mulch, and landscaping as shown on the plans. Buildings shall be broom clean and all foreign damage or markings removed or repaired. Equipment shall be washed clean using appropriate methods. 1.79.3 As-Built Drawings Prior to receiving final payment for the work, the Contractor shall deliver a complete set of r, acceptable "As-Constructed" records to the Owner. Plans shall be made on clean,unmarked prints for this project in accordance with the following standards: yellow markings or highlights = deleted items red markings = new or modified items The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. . The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. 1.80 PERFORMANCE REQUIREMENTS 1.81 Seismic Restraint and Anchorage i Contractor shall furnish seismic restraint for all conduit, components, etc. Seismic restraint I shall be designed to meet ASCE 7-05 Chapter 13 — "Seismic Design Requirements for Nonstructural Components" code requirements. The following design values shall be used in calculating seismic forces: S1 = 0.497 Sds = 0.967 Sd1 =0.498 r. A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements i as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless I otherwise specified.. Contractor shall submit calculations showing that the seismic restraint assembly 4W meets the design criteria given above. All materials and fabrication shall be as required in these specifications. Contractor shall submit this information to the Engineer for review prior to fabrication and installation. 1-10 Division 2 Sitework 2.00 GENERAL Sections in these specifications titled "Common Fork for . . ." shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Sitework This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. 2.10 SITE PREPARATION 2.10.5 Construction Access Part 3 - Execution Installation/Construction The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. Repair/Restoration The Contractor is responsible for maintaining all construction accesses during construction and the cost of such maintenance shall be incidental to the bid price. Maintance includes repairing settled and damaged areas and providing dust control. Cleaning Wherever construction vehicle access routes intersect paved roads,provisions must be made by the Contractor to +minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be ilk cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. 2.60 CONTAMINATED & WASTE MATERIALS HANDLING 2.60.2 Waste Material Control Part 1- General Quality Assurance Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. i d Summer 2010 City of Renton Division 2-Sitework West Hill Reservoir Recoat and Upgrade 2010 do Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency(PSAPCA) and other associated agencies. �. .Part 3—Execution Installation/Construction The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to r warn the public of any potential hazard. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation,flooding,and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be i implemented by the Contractor prior to the beginning of work activities. Exposed soil may l be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. 4W Cleaning At all times, keep the construction area clean and orderly and upon completion of the work, I tl1 leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all — " work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. I 2.61 Contaminated Materials 2.61.2 Toxic Spill or Release Contact Requirements I . Part 3 - Execution Field Quality Control During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the Owner's j i 2-2 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 2- Sitework representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. i �i { 2-3 rr Division 3 Concrete NOT USED 3-1 f Division 4 Masonry NOT USED 4-1 r. Division,5 Fabricated Metalwork and Structural Plastics 5.00 GENERAL This division covers that work necessary for famishing and installing all fabricated metalwork as described in these specifications and as shown on the plans. Sections in these specifications titled "Common Work for . . . shall apply to all following subsections whether directly referenced or not. 5.05 Common Work for Fabricated Metalwork and Plastics • Part 1- General Related Sections + + Division 9.05.00 Common Work for Finishes; 9.06 Color Schedule; 9.91.13.2 Exterior metals;9.91.23.3 Ga1v iron and nonferrous;9.91.33 Submerged metals. rr For Seismic Restraint see Division 1.81 Submittals .r • Shop Drawings showing details of Fabricated Metalwork including connections and welding • Concrete Anchors Inspections Unless otherwise noted on the plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 48-hour notice to the Owner prior to the inspection time. 48-hour notice is defined in Division 1, Contractor Responsibility. Any Field welding shown on the plans will require special inspections in accordance with Table 1704.3 of the IBC. im Quality Assurance Only prequalified welds (as defined by AWS) shall be used. Fabricator shall be registered and approved to perform shop fabrication without special inspection. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will_forward this to the Building Official. If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on .. shop fabricated items. The Contractor shall also reimburse the Owner for all Special Inspections required by the IBC for field welding not specifically shown on the plans. Contractor shall alert Owner at least 30 calendar days in advance if such Special Inspections will be required in order to procure the services of a testing lab. 5-1 A Summer 2010 City of Renton Reservoir Recoat and Upgrade 2010 Division 5 -Metals West Hill i Special Inspection by the Owner does not relieve the Contractor of responsibility .of d. performing his own inspections and testing to ensure that all items are properly constructe Part 2 - Products Manufactured Units Design of Contractor- or Manufacturer-designed components or well as assemblies a lishall. state and specific component requirements as prthe ovided here-in, as we pp federal codes. Design shall include gravity loads and seismic loads in accordance with ASCE 7-05 Chapter 13 "Seismic Design Requirements for Nonstructutal Components". Design I criteria shall be as provided herein for components,and as provided on the plans. Contractor-designed components and assemblies shall be shop welded and field bolted if possible. Field welding will NOT be allowed unless specifically shown, or there is no I reasonable alternative. i Fabrication All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by AISC,AWS and WABO certified welders hs be used electrodes to match base material. Only prequalified welds (as defined by AW ) i inspections shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the 2006 IBC. Shop welding requiring inspection or testing per IBC Chapter 17 must be tested by an independent testing laboratory certified by AWS and approved by the owner at the Contractor's expense. Field welding will be inspected by a representative of the owner at the owner's expense. This does not relieve the Contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. I I Finishes All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be field welded. Part 3 - Execution Preparation All shop welds shall be ground smooth. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding• galvanizing must first be removed by grinding Where steel items to be welded are galvanized,gal g with a silicon carbide wheel,by grit blasting or by sand blasting. Installation Fabrications shall be installed as shown on the approved shop drawings. All members shall 1 W be accurately located and erected plumb and leveL Metal fabrications shall be installed or erected as based on the American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural i Steel for Buildings",latest edition,plus all referenced code requirements. 5-2 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division. 5 -Metals Temporary bracing, such as temporary guys, braces, false-work, cribbing, or other elements, shall be provided by the Contractor in accordance with the requirements of the "Code of +�w Standard Practice",wherever necessary to accommodate all loads to which the structure may . be subjected,including construction loads. Such bracing shall be left in place as long as may be required for safety. As erection progresses,the work shin be securely bolted or welded to compensate for all loads during construction. No permanent bolting or welding shall be performed until the structure has been properly aligned. err 5.05.23 Structural Connectors Part 2 - Products Materials Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. Connection bolts,nuts and washers for all materials in wet conditions shall be Stainless Steel. r Minimwn grade 304 in raw domestic or treated domestic water. Bolts and nuts shall meet ASTM F593 and F594. Steel Fabrications:.Connection bolts for dry conditions may be A307 galvanized bolts. Bolts into concrete shall be Concrete Anchors as specified herein. Part 3 - Execution Installation" All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified_ 5.05.24 Concrete Anchors Part 2 - Products Materials Concrete Anchors shall be Hild HIT-RE 500-SD Adhesive Anchors. .w Threaded rod shall be SST in exterior and wet conditions. Part 3 - Execution Installation Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Provide minimum embedment as shown. Holes shall be drilled with 5-� Summer 2010 City of Renton Division 5-Metals West Hill Reservoir Recoat and Upgrade 2010 j I cleaned of dust and debris. Adhesive shall be inserted carbide-tipped drill bit Holes shall be j= with a mixing nozzle. 5.10 STRUCTURAL FRAMING 5.12 Structural Steel Part 2 -Products Materials I Structural steel shall conform to the following requirements: i Plates, shapes,angles,rods -ASTM A36,Fy,>_36 ksi Special Shapes,Plates -ASTM A572,Fy>_50 ksi 1 Pipe Columns-ASTM A53, Grade B Type E or S,Fy>_35 ksi I Structural Tubing-ASTM A500, Grade B,Fy>_46 ksi Finishes Finish-Mill finish 5.13 Stainless Steel Part 2 - Products Materials Stainless steel shall be type 304 (non-welded) or type 304L (welded). Plates-ASTM A240 I i Fasteners-ASTM F593 Extruded Structural Shapes -ASTM A276 Pipe-ASTM A240 (larger than 6" diameter);ASTM A312 (6" diameter and smaller) Finishes i All stainless steel shall have a standard mill finish where concealed or No. 4 finish where i exposed and shall be cleaned of all foreign matter before delivery to the job site. I 5.15 Galvanized Steel Part 2- Products Materials l Base metal shall be as specified for Mild Steel Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. i 5-4 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 5 -Metals Finishes For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM r A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance with ASTM A 653/A 653M 5.50 METAL FABRICATIONS 5.52 Handrail and Guardrail 5.52.1 Common Work for Handrail Part 1- General References • Handrail and Guardrail systems shall be designed to meet the requirements of the IBC and OSHA and shall comply with section 296-24-75 of the Washington Administrative Code. Performance Requirements Handrails and stair rails shall be designed to withstand a 200 lb. concentrated load applied in any direction at any point to the top rail. Handrail and stair rails shall also be designed to +• withstand a load of 50 lb/ft applied horizontally to the top rail. The two loads will not be applied simultaneously. The completed handrail installation shall prevent the passage of a 12" sphere through the rail. Part 2 - Products Components Handrail system shall be supplied complete with posts, rails, toeplates, connectors, plugs, end caps, bolts, nuts and washers, and other accessories as required for a complete installation. Post spacing shall be a maximum of 6'-0" on horizontal runs and 4'-0" on inclined runs, or as shown on the plans. Post locations shall be no greater than 24 inches nor less than 9 inches from horizontal or vertical change in handrail direction. Posts shall not interrupt the continuation of the top rail at any point along the railing, including corners and end terminations (OSHA 1910.23) The top surface of the top railing shall be smooth and shall not be interrupted by a projecting fitting. �r Toepla.te shall conform to OSHA.standards. Toeplate shall be a minimum of 4" high and shall be attached to the posts so asto allow for expansion and contraction between posts. �r Toepla.te shall be set 1/4" above the walking surface. Toepla.tes shall be provided on handrails as required by OSHA and/or as shown on the plans. Openings in the rail shall be guarded by a self-closing gate (OSHA 1910.23). Safety chains �► shall not be used unless specifically shown on the plans. 5-5 Ili Division 6 Carpentry NOT USED 6-1 vrr Division 7 �• Thermal and Moisture Protection NOT USED 7-1 1 Division 8 Openings NOT USED wu SZ1 Division 9 Finishes 9.00 GENERAL This division covers that work necessary for providing all materials, equipment and labor to coat all items in accordance with these Specifications. Sections in these Specifications titled "Common Work for=' shall apply to all following subsections whether directly referenced or not 9:05 Common Work for Finishes Part 1— General Definitions w ANSI American National Standards Institute AWWA American Water Works Association DFT Dry Film Thickness FRP _ Fiberglass Reinforced Plastic MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat MEL One-thousanth of an Inch NACE National Association of Corrosion Engineers OSHA Occupational Safety and Health Act PSDS Paint System Data Sheet SFPG Square Feet Per Gallon SP Surface Preparation SSPC Society for Protective Coatings 'r Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers +�+ intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application and coating thickness. Manufacturer's Letter: aw Provide a letter from the paint manufacturer stating that the proposed paint is compatible with the existing aged coatings on the reservoir. The letter shall also provide surface preparation recommendations,including a recommended biodegradable detergent rwr Provide Material Safety Data Sheets for all materials to be used, including solvents. Provide National Safety Foundation (NSF) certification for all finishes in potential contact with •�► potable water. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide the Owner with a schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon the Contractor-provided schedule; update the ." 9-1 Summer 2010 City of Renton Division 9=Finishes West Hill Reservoir Recoat and Upgrade 2010 schedule,weekly or as.necessary. Provide Owner with a plan for disposal of rinse water and r water used for cleaning equipment Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. Offers for substitution will not be considered that decrease film thickness, solids by volume, the number of coats to be applied or propose a change from the generic type of coating specified herein. All, substitutions shall include i complete test reports to prove compliarice with specified performance criteria.. The Contractor is required to have a Health and Safety Plan (HASP) for this project The I �t Engineer and Owner will not review the HASP, not are they responsible for the content of the HASP. . The Contractor shall submit a copy of the HASP solely for the purpose of verification of its existence. I Performance Requirements All finishes potentially in contact with potable water shall be NSF certified for contact with potable water. NSF Certification shall be supplied in writing at the time of the submittal I process for finishes. Contractor shall be responsible for verifying all finishes used o project are compliant with primary and secondary standards of the Safe Drinking Water Act Any violation shall be remedied at the Contractor's expense. The completed coating shall produce a minimum dry film thickness in accordance with the Specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it Quality Assurance I . The Contractor shall be responsible for compatibility of all paint products. The Contractor shall ensure complete compatibility between coatings provided for the project If coatings are not compatible per manufacturer's review, it shall be the Contractor's responsibility to ! remove incompatible coatings fully and replace with compatible coating systems. Storage and Handling Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. Store paint supplies as recommended by the manufacturer and as approved by the Owner. Y viii Waste Products At least 10 days prior to starting any surface preparation activities, submit a waste handling plan to the Engineer for review and approval. This plan shall outline the waste generation expected, the collection and containment methods, transportation methods and disposal I procedures. Information required in the plan includes, but is not limited to, surface preparation methods and materials (ie., types of abrasives, collection and containment methods for paint chips, spent abrasive materials, waste characterization procedures and proposed transportation methods). Provide a copy of the hazardous or dangerous waste manifests for any wastes designated as being or containing hazardous or dangerous constituents in accordance with the applicable 9-2 �+r City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 9- Finishes federal, state, and local regulations, including, but not limited to, 40 CFR 261.and 262 and WAC 173-303-070. In addition, provide a certification(s) of acceptance from all disposal sites to which any waste materials have been transported. The Owner will have the right to approve or.disapprove of the transportation and disposal methods and the disposal site selected by the Contractor. Make arrangements for disposal, subject to submission of proof that the Owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency. Submit intended haul route plan, including a map of the proposed route(s). Provide watertight conveyance for liquids, semi-liquids or saturated solids that tend to bleed during transport Cleaning and disposal shall comply with all federal, state and local pollution control laws. Provide acceptable containers for collection and disposal of tmste materials, debris and rubbish. Site Conditions The West Hill Reservoir will remain in operation throughout the prepping, priming and overcoating process of the exterior surface. This reservoir stores and supplies potable water for the Owner's drinldng water system. The Contractor shall cease operation and notify the Owner immediately if the Contractor suspects that the work has or may contaminate the potable water stored in this reservoir. The Contractor shall take any and all measures necessary to prevent overspray of structures and/or components in the field from both preparation and coating work. Should overspray occur, the Contractor is responsible for all costs associated with any damage that occurs as a result of overspray. The Contractor shall supply full containment of any blasting of structures and/or components in the field or wet blasting as required by local clean air agencies such as the Puget Sound Clean Air Agency. Existing Coatings The following information is provided for the Contractor's information and is generally believed to be accurate. The information shall not relieve the Contractor from responsibility to inspect the reservoir and assess the existing coatings. The West Hill Reservoir was constructed in 1984. The construction specifications for the tank called for the following coating systems. 9-3 i i Summer 2010 City of Renton Division 9 -Finishes West Hill Reservoir Recoat and Upgrade 2010 I Exis ' Exterior Coating Specification 1984 I Surface Preparation SSPC-6 Commercial Blast Cleaning Primary Coat Tnemec Series 20-1255 Pota- 2 to 3 mils DFT Pox primer (polyimide epoxy) Intermediate Coat Tnemec Series 20-1255 Pota- 2 to 3 mils DFT Pox primer (polyamide epoxy) Top Coat Tnemec Series 70 1.5 to 2.5 mils DFT of ethane enamel Existing Interior Coating S ecification 1984 { Surface Preparation SSPC-SP-10 Near White Metal Blast Primary Coat Tnemec Series 20-1255 Pota- 4 to 6 mils DFT Pox primer (polyamide epoxy) Final Coat Tnemec Series 20-2000 Pota- 4 to 6 mils DFT Pox finish of amide epoxy) f I Part 2—Products Manufacturers The paint and paint products of Tnemec mentioned in these Specifications are intended as a standard of quality. Substitutions may be considered but must be approved by the Engineer; see above under Submittals. Part 3 —Execution Installers The Contractor shall be responsible for quality assurance, including the retention of a . coating applicator with experience necessary to complete the work as specified within this division. Applicator's personnel shall be adequately trained for application of specified coatings. Applicator must_ prove adequate experience with the coatings specified for this project At the discretion of the Owner, the applicator shall be approved to complete the coatings portion of the work. Submit a list of a minimum of 5 completed projects of similar size and complexity to this project during the submittal process. Include for each project; • Project name and location, • Name of owner; i 9-4 w City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 9-Finishes • Name of contractor; • Name of engineer; ar • Name of coating manufacturer; • Approximate area of coatings applied, and rr • Date of completion. Examination +rr The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. Preparation Prepare surfaces in accordance with the surface preparation requirements of these Specifications. In general, all surface preparation shall meet Society for Protective Coatings (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Pipe Fitters (MAPF), American Water Works Association (AWWA) and/or the National Association of Corrosion Engineers (MACE) as noted herein unless more strictly described by the coating manufacturer. All existing communication lines and equipment shall be protected from damage. Surfaces that are not to receive protective coatings shall be protected during surface preparation, cleaning and coating operations. Reservoir vent screens shall be covered to prevent surface preparation and painting activities from contaminating reservoir the interior. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures, humidity and all other environmental conditions shall be within the limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. Dry Film Thickness (DFT) shall be as stated herein or applied based on coverage rates of square feet per gallon (sq ft/gal). rr Installation/Construction Paint application shall be in strict accordance with manufacturer's printed instructions except the coating thickness specified herein shall govern. Finished coating on all items shall be clean,undamaged and of uniform thickness and color. Coating shall be done in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this division must be met,regardless of the applied film thickness or number of coats. Carefully observe all safety precautions .stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. 9-5 i Summer 2010 City of Renton Division 9 - Finishes West Hill Reservoir Recoat and Upgrade 2010 Coatings shall not be applied under the following conditions. I • Temperature exceeding the manufacturer's recommended maximum and minimum allowable. err • When the air temperature or surface temperature is 90 degrees F or greater. j • When the air temperature or surface temperature is 50 degrees F or lower. • Dust or smoke laden atmosphere. i • When the relative humidity is 90% or greater. • When the substrate or air temperature is less than 5 degrees F above dewpoint. • When the air temperature is expected to drop below 40 degrees F or less than 5 degrees F above the dewpoint within 8 hours after application of coating. • When wind conditions ate not calm.. • Dewpoint shall be determined by use of a sling psychrometer in conjunction with U.S.Department of Commerce,Weather Bureau psychometric tables. Curing time shall conform to manufacturer's standard. Curing time shall be construed to mean "under normal conditions." Where conditions are other than normal because of l weather conditions or because coating must be done in confined spaces,longer curing times will be necessary. Additional coats of paint shall not be applied, nor shall units be put in service until paints are thoroughly dry. I Environmental Control Environmental control may be required for interior coating depending on weather conditions.Permission to operate equipment outside of normal working hours described in the General Condtions of these specifications will be subject to noise control requirements. I If approval is given to operate equipment outside of normal working hours,noise levels shall i be limited to 65 dB at the property line. See General Conditions for information on noise limitations and normal working hours. Field Quality Control r The prime contractor shall be completely responsible for coating quality. If the coating inspector finds anomalies and/or defects requiring further testing or blasting and recoating, a meeting shall be held by all involved parties (coatings manufacturer representative, coating applicator, primary coating inspector and prime contractor) to come to a complete resolution as to the cause of the defect All such remedies to repair defects shall be paid for by the Contractor. If prime Contractor does not agree with coating inspector's recommendations (Le. there is no defect) they may hire a second coating inspector at I . Contractor's expense to review the work. If second coating inspector agrees with first, the decision is final. If there is disagreement, a third coating inspector, agreed on by both prime Contractor and Owner, shall be hired and paid for at split 50% cost between prime i Contractor and Owner and that decision shall be final, and all such remedies to defects shall be paid for by the Contractor. I i 9-6 Wr City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 9 - Finishes .r Contractor's Record For each working day of shop and field coating application the Contractor shall provide: err • Report at least 2 days ahead of time to the Owner and coating inspector when shop and field surface preparation and coating application will be completed. The Owner ,rr and coating inspector shall be allowed to review and inspect surface preparation at any time; • Note any differences from Specifications and manufacturer's written requirements for surface preparation and coating preparation noted herein; • Date, time, air and surface temperature, relative humidity and weather conditions at ++� start and end of coating application. Detailed electronic photographs and detailed written description of items surface prepared and/or coated, including location on finished structure and parts (example —third row of interior wall of reservoir,west to north quadrant);and • Signature of applicator certifying work was completed within manufacturer's written requirements for surface preparation and coating. Manufacturer's Record +r A technical representative from the painting manufacturer shall review the completed finish work on site. Any defects found by the paint manufacturer's technical representative or the Owner's representative shall be repaired to their satisfaction at Contractor's expense. err Manufacturer technical representative shall provide a written report that includes the following. • Verify coatings and other materials are as specified. a Verify surface preparation and application are as specified. a Verify DFT of each coat and total DFT of each coating system are as specified using a dry film thickness gauge. ;■, • Note defects that would adversely affect performance or appearance of coating systems. rr • Describe inspections made and actions taken to correct non-conforming work. • Report non-conforming work not corrected. • • Submit copies of report to Engineer and Contractor. Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays and other surface signs that detract from the overall appearance of the finished project Inspection 9-7 Irl i Summer 2010 City of Renton Division 9 - Finishes West Hill Reservoir Recoat and Upgrade 2010 i For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be placed within 4 hours of passing inspection. Bare steel must be reblasted or power tool success coated within this 4-hour timeframe, at the cleaned and reinspected if not Contractor's expense. Use the Pictorial Surface Preparation Standards for Painting'Steel Surfaces (VIS-1) by the Steel Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation of metal surfaces. j Each coat shall be inspected prior to application of the next coat Areas found to contain runs, overspray,roughness; streaks, laps, sags or other signs of improper application shall be i repaired or recoated in accordance with the manufacturer's recommendations. Finish coats shall be uniform in color and sheen. Surface preparations and coatings not inspected and approved by the Owner will be uncovered for inspection and approval at no additional cost to the Owner. The Contractor shall inspect the completed coating on metal surfaces in the presence of the Owner for pinholes and holidays with a tinker and rasor or other low voltage (under 100 l volts) holiday detector. Areas found to contain pinholes shall be repaired or recoated in accordance with the manufacturer's recommendations. Provide 72-hour notice to Owner prior to performing test For special coatings, the installed lining system shall be checked by high voltage spark detection in accordance with NACE RP0188-90 to verify a pinhole-free surface. Repair/Restoration i The Contractor is responsible for all costs associated with any damage that occurs as a result of overspray. Scratched, chipped or otherwise damaged coatings, including factory coatings, shall be repaired before final acceptance will be given. I Environmental Controls It is anticipated that the reservoir interior coating activities will occur when environmental conditions will not be favorable. Provide and operate mechanical environmental control equipment necessary to provide a favorable work environment for coating activities including,but not limited to,heat and dehumidification of the interior reservoir space during times of adverse environmental conditions. j 9.06 Color Schedule Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. 1 1 j The Owner will develop a color schedule for painted items after award of the contract Contractor shall provide a pallet of colors from the manufacturer of not less than 30 color 4 choices. I i 9-8 +r City of Renton' Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 9-Finishes 9.90 PAINTING AND COATING 9.90.2 Unpainted Items Part 3—Execution Construction Do not coat aluminum or stainless steel items unless specifically directed otherwise below or as shown on the plans. wr 9.91.Painting 9.91.13 Exterior Painting 9.91.13.1 Metals Exterior (Wet Conditions) Part 1— General This section refers to the coating of those steel appurtenances that are anticipated to be fabricated and shop primed offsite (e.g. handrail, vandal shield, cable tray and related components). Part 2—Products Materials Tnemec .r Primer: Series 1 Omnithane Prime (shop rime) 2.5 to 3.5 mils DFT Series 27WB Typoxy Typo3.0 to 5.0 mils DFT r Finish: Series 740/750 EnduraShield 3.0 to 5.0 mils DFT Part 3—Execution Preparation SSPC SP1 followed by SP6 Commercial Blast Surface profile shall be 2.0 mils, minimum. 9.98 Steel Reservoir Coating .. 9.98.1 Common Work for Steel Reservoir Coating Part 1— General Warranty The steel reservoir coating system provided under this Contract shall be warranted against defects in workmanship for a period of 2 years after date of project acceptance. Coating manufacturer shall warrant coating system from the end of year 2 to the end of year 5. Applicator.shall warrant their work in full for 2 years starting after project acceptance (not +� date of application). The coatings manufacturer shall warranty the coating system in full from the end of year 2 to the end of year 5. If defects are from application by the applicator, 9-9 i Summer 2010 City of Renton Division 9 -Finishes West Hill Reservoir Recoat and Upgrade 2010 the applicator shall pay for repair costs. If defects are from a.defective coating product, the coating supplier shall pay for repair costs. If agreement is not found, a third patty coating inspector, hired and paid for by the Owner, shall review defects and determine cause. The third.party inspector's decision shall be considered finaL Maintenance The applicator shall provide, at no additional cost to the Owner, an inspection of the tank within the last month of the warranty period. Any defects, that are discovered during this inspection, shall be repaired by the applicator in a manner acceptable to the Owner and coating supplier and at no additional cost to the Owner. Part 2—Products Mixes Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. Part 3 —Execution . Preparation Prepare surface and touch up welds, burned and abraded areas on shop primed steel with specified primer before applying field coats. Construction I Allow each coat to dry thoroughly before applying the next coat Provide adequate ventilation for tank interior to carry off solvents during drying phase. Field Quality Control Following surface preparation and coating application, the Contractor shall famish services f j of a qualified supplier/manufacturer`s representative to inspect the surface and coatings and inform the Owner of any defects or concerns regarding condition of surface preparation or coating system at the job site. The Contractor shall repair any defects to the coating idi supplier/manufacturer's satisfaction at the Contractor's expense. The finished painting system shall be free of flaking, peeling,bubbling, cracking, permanent discoloration or other physical defect in the work for the warranty period. The certified paint manufacturer's technical representative employed by the paint manufacturer shall be approved by the Owner. All test results shall be approved by the paint manufacturer's representative in writing (with a copy sent to the Engineer for review), prior to shop painting and field painting. 9.98.3.2 Steel Reservoir Rehabilitation Interior Re-Coating i Part 2—Products Materials ' i Tnemec Primer Series 91-H2O 2.5 to 3.5 mils DFT 1 9-10 tl di,)Ai,)mn a•1,7-9R vra T:\Data\REN\109-062\01-101 Soecs\Technicals.doc rrr + City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 9 -Finishes Intermediate Coat Series N140 Pota-Pox Plus 6.0 to 9.0 mils DFT Finish Coat Series N140 Pota-Pox Plus 6.0 to 9.0 mils DFT rr aw r .r .n Q_1 1 �I Summer 2010 City of Renton Division 9- Finishes West Hill Reservoir Recoat and Upgrade 2010 I _ rrr Part 3—Execution Preparation Near white metal blast(SSPC SP10):Surface profile shall be 2.0 mils,minimum. 9.98.3.3 Steel Reservoir Rehabilitation Exterior Over-Coating Part 2—Products Materials Tnemec I . Sot Prime Series 27WB T o 3.0 to 5.0 mils DFT' Full Prime Series 27WB Typoxy Typo3.0 to 5.0 mils DFT Finish Coat Series 740/750 EnduraShield 3.0 to 5.0 mils DFT Part 3-Execution Preparation piping, ( . 1. High Pressure Washing. All exterior surfaces, including reservoir shell, i , metal appurtenances and existing galvanized steel surfaces to be coated shall be pressure washed at 3,000 psi at 3.5 gallons per minute. The Contractor shall use a non-toxic, wr biodegradable, non-sudsing cleaning agent equal to "Simple Green Cleaner/Degreaser" as manufactured by Sunshine Makers, Inc. during power washing to clean and etch the existing coating surfaces. Dilute cleaner/degreaser per manufacturer's recommendations for "paint preparation" application. Surfaces must be free of chloride contaminants. Surfaces shall be rinsed with a fresh water rinse a minimum of two times to remove traces of detergent before application of protective coating. Surfaces shall be brush cleaned where required to remove foreign material and mildew that is not removed by the initial high pressure wash and pressure washed again to remove debris. If the high pressure wash removes tightly err adhered paint or primer, the Contractor shall reduce. the pressure or change the spraying distance from the nozzle to the surface at the Owner's request Work shall be in accordance with SSPC-SP12/NACE No. 5 LP-WC. The Contractor shall comply with all federal, state and local water pollution and . sedimentation control regulations for discharging wash water. No chlorinated water, pressure washing water or rinse water shall be discharged into the storm drainage system. Chlorinated water, pressure washing water and rinse water shall be discharged into the sanitary sewer system or allowed to infiltrate on site. i i I 9-12 rrr City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 9-Finishes 2. Power Tool Cleaning: All pitted and rusted areas shall receive a power tool cleaning in accordance with SSPC-SP11, power tool cleaning to bare metal, to produce or retain a 1 mil surface profile. Feather all edges to create a smooth transition back to the tightly adhered paint. Provide power tool cleaning at all existing epoxy connections to be removed per Plans. All areas of loose and flaking paint shall be disk agitation sanded to remove the loose or flaking paint. 3.. Priming Bare Metal• All bare metal shall be primed within 4 hours of cleaning or before rust blooms,whichever is sooner. rr rr +rr 9-13 l Division 10 Specialties 10.00 GENERAL This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. Sections in these specifications titled "Common Work for)=' shall apply to all following subsections whether directly referenced or not 10.05 Common Work for Specialties Part 1- General Submittals Submittal information shall be provided to the Owner for the following items: i • Equipment Signs • Danger Signs • Horizontal Lifeline 10.10 INFORMATION SPECIALTIES 10.14 Signs and Labels 10.14.1 Common Work for Signs and Labels Part 2 - Products Materials Unless otherwise specified,text shall be white on a background color shown below. Purpose Plate Color General Black Warning Red Electrical Black td Domestic Water Blue Raw Water Purple Waste Water Green Chemical Orange or Brown M 10-1 i Summer 2010 City of Renton Division 10- Specialties West Hill Reservoir Recoat and Upgrade 2010 Part 3 -Execution Installation ' Provide and mount, as directed, equipment s' s for the following. Purpose Location Text rr Light switches Electrical panels and disconnects i Access Vandal Shield Exterior 'UNAUTHORIZED ACCESS IS PROHIBITED, VIOLATORS WILL BE PROSECUTED w 10.14.2 Equipment Signs Part 2- Products Materials Equipment signs shall be plastic-laminated 1-inch high, by required length, by 1/8-inch thick,with 1/2-inch high letters in N-2 Standard Gothic characters. 10.14.4 Danger Signs w Part 2- Products Materials Danger signs shall be either fabricated from Cellulose Acetate Butyrate backed with 20 gauge galvanized steel plate or indoor/outdoor fiberglass reinforced plastic with embedded graphics. Danger signs dimensions shall be 14 inches by 20 inches and shall meet OSHA and WISHA specifications for accident prevention signs. Part 3 - Execution Installation I Mount signs securely in locations shown on the Plans. � wr I i I i 10-2 I Division 11 Equipment NOT USED 11-1 err r Division 12 Furnishings d. NOT USED r 12-1 Division 13 Special Construction 13.00 GENERAL Sections in these Specifications titled "Common Vork for shall apply to all following subsections whether directly referenced or not 13.70 CATHODIC PROTECTION SYSTEM Part 1— General Related Documents The requirements of the Plans and all other sections and provisions of the Specifications are applicable to the work to be performed under this section. Description of Work Provide an impressed current cathodic protection system for the interior of the water tank in accordance with AWWA Standard D104-04 and as specified herein. Provide a cathodic protection system to include rectifier, anode array, reference cells, conduit, wire, hangers, grounding,and all additional components necessary for a complete installation. These Specifications and Plans are intended to cover a complete cathodic protection system properly designed and installed, suitable for safe and satisfactory operation. Unless expressly excluded by these Specifications, any and all equipment,materials and/or labor not included, but which may be necessary to produce such a product in a proper, complete, substantial and workmanlike manner are to be furnished without extra cost to the Owner. Any unfiilfilled requirements of this nature which become apparent upon installation and/or testing of the equipment will be corrected by the Owner or the Owner's agent at the Contractor's expense if,upon notice,the Contractor fails to promptly correct the deficiency. All work shall be in accordance with local electric code. Qualifications Installation of the cathodic protections systems shall be done under the direct supervision of an installer with a minimum experience of 10 comparable installations. The rectifier shall be adjusted by a corrosion expert, and that person shall be a Professional Engineer with education and training in cathodic protection, or a NACE Certified CP/Corrosion Control Specialist. Tank Data The following data are provided: 1. Wet well approximate dimensions: 48-foot diameter, 100-foot height 2. Materials: Steel bottom, steel shell, steel roof 3. Interior Lining- submerged- epoxy coating,non-submerged- epoxy coating It.shall be the Contractor's responsibility to request any additional information as may be required to assure satisfactory design and Installation. 13-1 Summer 2010 City of Renton Division 13—Special Construction West Hill Reservoir Recoat and Upgrade 2010 Submittals Provide personnel qualifications of the installer and corrosion expert, and provide catalog cuts and data sheets for all materials including rectifier, anodes, reference cells, witing, insulation, hangers, and conduit. Provide drawings of proposed mechanical and electrical connections to structures. i Warranty I In addition to other warranties required by the specifications, the entire cathodic protection system provided under this contract shall be warranted against defects in materials and workmanship for a period of two (2) calendar years after date of project acceptance. Part 2—Products Generalto ,f . All materials shall be new and shall conform to the applicable portions of these specifications. The materials to be furnished under these specifications shall be the standard product of manufacturers regularly engaged in the production of such equipment and shall be the manufacturer's latest design. All materials and equipment supplied shall reflect the best and latest standard and practice for the intended application. The supplier of the cathodic protection rectifier system, anodes and other special cathodic protection materials and equipment shall have a minimum of five (5) continuous years of successful experience in the manufacture, installation and service of cathodic protection systems for similar structures. A.C. Power Service I Provide a dedicated 15 amp, 110 volt, A.C. power supply circuit Contractor shall connect to proposed panel located at the base of the tank. Impressed Current Rectifiers The impressed current cathodic protection rectifier shall be both manual mode, and fully automatic, with "ON" potential control, and automatic "IR-Free" (instant oft) potential control, to 100% rated output The rectifier meter shall be digital with an LED display and shall show voltage, current and potentials. The rectifier shall have automatic current limiting control and an automatic shut down for loss of reference cell. The rectifier system shall have a rated output of 30VDC and 8ADC. The transformer shall be 25 steps and the rectifier shall be SCR/diode. Overload and short protection shall include an AC circuit breaker,DC fuse,and AC/DC surge/lightning protection. The CP rectifier shall be CSA or NEC approved with a NEMA 4X stainless steel enclosure and a padlock hasp. The rectifier shall be CP Sentinel Aqua-Line by Integrated Rectifier, or T.A.S.C. VIII rectifier by Corrpro, or equal Provide 3 copies of the rectifier operating manual for each rectifier supplied. i 13-2 4/26/2010 3:17:28 PM J:\Data\REN\109-062\01-101 Specs\Technicals.doc i City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 13—Special Construction Anodes and Anode Header Cable Provide platinized niobiuanodes with 40% niobium cross-section clad on a copper core. m The anode shall be 0.125 inches diameter, 0.013 inch Nb, 100 micro-in Pt Anodes shall be Anomet-40 by Anomet or equal Anodes shall be 15 ft length with silver soldered,epoxy potted connections to the lead wire. The lead wire shall be #8 AWG stranded copper wire with HMWPE insolation. The bottom ends of the anode assembly shall be weighted with a ceramic insulator. The anode header cable shall be#8 AWG stranded copper wire with ITMWPE insulation. Anode splices to the header cable shall be made with copper/bronze compression C-clamps or copper/bronze split bolt connectors with epoxy or heat shrink insulating kits,' or C- clamps with 2 layers of half-lapped self annealing butyl rubber tape and an outer wrap of 2 41 layers half lapped vinyl tape Reference Cells and Structure Sensing Leads Reference cells shall be copper/copper sulfate permanent reference cells for submerged fresh water use. Reference cells shall maintain.plus/minus 10 mV potential with 3 microA current draw. Reference cell leads shall be #14 AWG wire with HMWPE or RHW leads. The leads shall be continuous length to the conduit junction box and the lead connection to the reference cell shall be silver-soldered and insulated. Conduit The wiring between the rectifier and the under-roof anode feeders shall be run in rigid steel conduit of a type and size conforming to N.E.C. and all other applicable codes. Part 3—Execution General All work shall be accomplished in strict accordance with the plans and specifications and shall be subject to the terms and conditions of the contract All work shall be of the highest quality and shall be conducted in a workmanlike manner. Route all DC and reference cell/structure sensing wiring along the conduit run as shown. Connections to the tank shall be made above the water line or onto welded appurtenances; do not damage the tank coating. The reference cell/structure sensing wiring requires a dedicated conduit and shielded cable grounded at one end only. Impressed Current Rectifier Installation Connect the AC/DC power, and reference cell/structure sensing wiring. Label the A reference cells and use the manufacturers preferred reference cell location for rectifier control Label and terminate the other reference cells on a block or rotary switch within the rectifier cabinet Adjust the rectifier in the automatic IR Free potential control mode, and set the tap setting to the minimum current output required for the adjustment Turn off 13-3 I Summer 2010 City of Renton Division 13—Special Construction West Hill Reservoir Recoat and Upgrade 2010 rectifier after adjustment and temporariliy disconnect anode wires until system is tamed back on. Anodes and Anode Header Cable Installation Provide 14 anodes at the 7 hand-holes as shown on the drawings. Anode shall be hung vertically, at the elevations shown. The anode lead wire shall be continuous, uncut, from anode to header cable. The header cable shall be continuous, uncut, with both ends connected to the rectifier lead. Do not cut the anode header cable at the anode splice connections. � I Reference Cells and Structure Sensing Leads Provide 3 reference cells per tank as shown on the drawings. Reference cells shall be hung vertically,with a hanger and hand-hole similar to that for anodes. The reference cell and structure sensing wiring from the rectifier to the tank shall be ran in separate conduits that are dedicated for this wiring and the wiring shall be shielded and grounded at one end. . Conduit i Provide separate conduit for DC and for reference sensing wiring. The CP system shall be routed in conduit separate from the instrumentation wiring. Conduit runs shall be as shown �r on the drawings and attached in a manner that does not interfere with safe use of the ladder and walkways and does not damage the tank coating. Startup and Testing The rectifier shall be adjusted by a corrosion expert, and that person shall be a Professional Engineer with education and training in cathodic protection, or a NACE Certified CP/Corrosion Control Specialist. Adjust the rectifier in the automatic IR Free potential control mode, and set the tap setting „rr to the minimum current output required for the adjustment Turn off rectifier after adjustment and temporatiliy disconnect anode wires until system is turned back on. Record and submit a stamped letter report of the rectifier settings and resulting IR Free potentials, and include a set of readings of the ON potentials of all reference cells at the final setting. Maintenance and Operating Instructions Maintenance and operating instructions shall be provided with sufficient detail to permit the Owner's operator to properly maintain and adjust the system. The instructions shall include rr a description of the main components and their function as well as a schematic drawing of the power/unit controller. l: err .. 13-4 vcwT\inn nrn\ni 1nt C..e..\Te.-1...:..,1 .i..� Division 14 Conveying Systems NOT USED 14-1 r Wr Division 15 Mechanical NOT USED 15-1 Division 16 Electrical 16.00 GENERAL This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. Sections in these specifications titled "Common Work for L1X?C' shall apply to all following sections whether directly referenced or not. 16.05 Common Work for Electrical Part 1- General Summary Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another,but not exact detail or arrangement. ri Permits and Fees The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. Related Sections See the following sections for items that may be provided and/or installed with other electrical equipment. • Division 17—Automatic Control References Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL,ETL, and CSA-US. Definitions ' • Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not other wise designated on the Plans. • Wet Locations: All locations inside the reservoir or exposed to the weather,whether under a roof or not,unless otherwise designated on the Plans. • Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. 16-1 w Summer 2010 City of Renton Division 16- Electrical West Hill Reservoir Recoat and Upgrade 2010 I • Corrosive Locations: Areas where chlorine gas under .pressure, sulfuric acid, or liquid polymer ate stored or processed. These areas are identified on the Plans.- Submittals lans:Submittals I Provide submittals of each item specified in this division to engineer for approval in j accordance with the submittals' sections of these specifications. Submittal information shall be provided to the Owner for the following items: • Branch Circuit Panelboard • Circuit Breakers • Conduit and Fittings • Outlet and Junction Boxes • Wire and Cables i • Switches and Receptacles +�w • Light Fixtures i • Intrusion Alarm Switch ' • Other Electrical Components listed in this division and/or required by the Engineer. Project Conditions Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by both the Owner and the Engineer. Construction Power: See Division 1.51 Part 2 - Products Source Quality Control Do not use equipment exceeding dimensions indicated or equipment or arrangements that •"' reduce required clearances or exceed specified maximum dimensions unless approved by the i Engineer. �r Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When.a product is .not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. . Materials Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. �"` 16-2 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16 - Electrical Components Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to existing walls, floors, and the like,provide capsule anchors,not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. Unless otherwise noted,provide enclosures as follows: • Class 1,Division 1 &2 Locations: NEMA Type 7 • Indoors unclassified Locations: NEMA Type 12 • Corrosive Locations: NEMA Type 4X • Outdoors and/or Wet Locations: NEMA Type 4 • Electrical rooms: NEMA Type 1 Accessories Wire Identification Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. rad Part 3 - Execution Installation Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. 16-3 �r i Summer 2010 City of Renton Division 16-Electrical West Hill Reservoir Recoat and Upgrade 2010 rr Cutting, Drilling and Welding. Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when. favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through ,rr concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Metal Panels: Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls 1/4-inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils m;n;mum Maintenance: Install all equipment and junction boxes to permit easy access for normal maintenance. Interconnections: Provide all interconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully l operational upon completion of the project Seismic Requirements: See Division 1.81 Equipment Protection: Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. Field Quality Control i Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved to provide for minor. adjustments and deviations from the apparent locations shown on the Plans without any extra cost Deviations from the Plans and/or specifications required by j code shall also be done, subsequent to Owner's approval,without extra cost r Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they, are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project Record Plans +Yr The Contractor shall maintain a complete and accurate record set of Plans for the electrical construction work. Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. ++� Accurately locate all raceways and circuit number of each equipment item At the completion of the work, famish a set of clean, neat, and accurate record plans on reproducible sepia-type paper which shows raceway, type, routing, and conductors for every outlet and every circuit aw 16-4 • - --.-- ----— •\T \nrr� \nnn nin\n .n (____\T__t_'_.1_�__ City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16 - Electrical Cleanup Cleaning Equipment Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project Clean out and vacuum all construction debris ar from the bottom of.all equipment enclosures. Painting. Repaint any electrical equipment or materials scratched or marred in shipment or installation,using paint furnished by the equipment manufacturer. Cleanup: Upon completion of the electrical work,remove all surplus materials,rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 3—Execution Construction Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minitnum, except gas lines shall be 1 foot 0 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3-inch pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of95 percent of maximum density at optimum moisture content Moisten backfill material as.required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 16.10.2 Underground Marking Tape (Detectable Type) rw Part 2—Products Manufacturers Tape shall be Brady"Detectable Identoline—Buried Underground Tape, or equal. Materials Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a 44 16-5 fr to Summer 2010 City of Renton Division 16-Electrical West Hill Reservoir Recoat and Upgrade 2010 ! type B721 aluminum foil core laminated between two Tapers of 5 mil thickness polyester . plastic. The plastic color shall be red for electrical lines and orange for telephone lines. 16.15 ELECTRICAL GROUNDING 16.15.1 Common Work for Electrical Grounding Part 1- General References err Service and equipment grounding,shall be per Article 250 of the National Electrical Code. Performance Requirements 1 Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. . Part 2 - Products I Components The grounding systems shall consist of the grounding conductors, ground bus, ground fittings and clamps as shown on the Plans. i System components shall be as allowed in the N.E.C. unless specified otherwise below. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be ! stranded. Coat all ground connections except the exothermic welds with electrical joint. compound, non-petroleum type, UL listed for copper and aluminum applications. i Part 3 - Execution i Installation Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. i Make embedded or buried ground connections, taps and splices with exothermic welds. Coat ground connections. 16.50 SWITCH AND PANEL BOARDS 16.52 Branch Circuit Panelboard aw Part 2 - Products Manufactured Units Provide branch circuit panel board with rating, number, and types of devices as shown on the Plans. Panel board shall be of current manufacture, shall be UL approved, and so labeled.When not identified on Plans,provide minimum of 18 single-pole breaker spaces. `� 16-6 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16 -Electrical W Part 3—Execution Installation Panelboards shall be mounted with the top of the box 6 feet 6 inches above the finished floor. Panelboatds shall be plumb within 1/8"inch. 16.55 SWITCHES AND PROTECTIVE DEVICES 16.55.1 Common Work for Switches and Protective Devices Part 1- General Design Requirements Overcurrent devices shall be NEMA rated. Extra Materials Provide one fuse for each ungrounded conductor and a minimum of two spare fuses of each ampacity and voltage used on the project Deliver fuses to Owner at the completion of the project Part 3—Execution Installation Overcursent protection devices and safety switches shall be centered 5'-0" above the finished floor'unless noted otherwise on the Plans. 16.55.16 Molded Case Circuit Breakers Part 1- General Design Requirements Breakers shall have the interrupting rating and trip rating indicated on the Plans.All breakers shall be calibrated for operation in an ambient temperature of 40° C. Part 2 - Products Manufactured Units Molded case circuit, breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions. i 16-7 Summer 2010 City of Renton Division 16 -Electrical West Hill Reservoir Recoat and Upgrade 2010 i I 16.55.40 Intrusion,Alarm Switch � Part 1- General Design Requirements The switch shall be two-pole side plunger type switch with one normally open and one normally closed set of contacts. The switch shall be a Type C and NEMA rated. w Part 2 - Products Manufacturers Intrusion switches shall be as specified on the Plans. Equals will be accepted. Components Provide with a standard bog plug-in and connecting cable of significant length to reach a I junction box located near the switch. Part 3—Execution Installation Furnish and install intrusion alarm switch on all entrance doors and access hatches as shown on the Plans. All components shall be suitable for installation in the environment where 1 i installed. Mr Mount the switch as shown on the Plans to detect the opening of each entrance door and access hatch identified on the Plans. Connect to the normally open contacts so that the switch is closed when the door is closed and open when the door is open. A factory provided cord shall be of significant length to reach from the device to a junction box. 16.60 CONDUCTORS . 16.61 Low Voltage Wire and Cable Part 1 - General Design Requirements This section is for power and control conductors for 600 volts or less. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size requited for the application and in conformance with the applicable code. Part 2 - Products Materials Conductors Solid copper wires shall be 600 volt Type THWN, sizes #12 and#10 AWG only. "` 16-8 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16- Electrical. • Stranded copper wire shall be 600 volt Type TI IWN, Class B stranding, sizes #14 AWG, #12 AWG,and#10 AWG only. • Stranded copper wire shall be 600 volt Type XHHW or RHW, Class B stranding, Sizes #8 AWG and Larger. • Fixture wire shall be 600 volt, silicone rubber insulated, 200° C, UL Type SF-2, with stranded copper conductors. • Control cable (CC) shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type TC. Individual conductors shall be #14 AWG, unless otherwise noted: CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99;Alpha Type TC or equaL Syhces • For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. - • All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. • Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. • All Equipment: Epoxy splice kits shall include epoxy resin,hardener, mold, and shall be suitable for use in wet and hazardous locations. Terminations • Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. • Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw - does not bear directly on the conductor. • Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently unprinted on the markers. Components Provide the following conductors for the following applications. • Solid Copper, Sizes #12 and #10 AWG: As shown on the Plans for circuits for to receptacles, switches and light fixtures with screw-type terminals. • Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment Size #14 shall not be used for power supplies to any equipment • Stranded Copper, Sizes #12 AWG and Larger: As shown on the plans for motors and other power circuits. 16-9 i I Summer 2010 City of Renton Division 16-Electrical West Hill Reservoir Recoat and Upgrade 2010 I Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. .r. Finishes i Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: to • 120/208 Volt,3 Phase:Red,black and blue. • 277/480 Volt,3 Phase:Yellow,brown and orange. i • 120/240 Volt, 1 Phase:Red and black.. Part 3—Execution „ Installation I Conductor Splices' r„ • Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: • Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. Conductor Identification Ow Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered ' and lettered wire mm markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. • Conductors between terminals of different numbers shall have both terminal numbers i shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors . circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 16-10 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16 - Electrical 16.70 CONDUIT, RACEWAYS, BOXES .AND FITTINGS 16.71 Raceways Part 1— General Design Requirements Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. Part 2—Products Components Conduit and Fittings • Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.0 . PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC • conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. • Flexible Metal Conduit Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. Conduit&Cable Supports • Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. • Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. irl Unless otherwise specified, hanger rods shall be 1/z-inch all-thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel 16-11 r I Summer 2010 City of Renton Division 16- Electrical West Hill Reservoir Recoat and Upgrade 2010 I i . • Racks: Racks shall be constructed from framing channel. Galvanized channels and hanger rods shall be steel, hot dipped galvanized. Channels attached directly to structural surfaces shall be 14 gauge rninitnum thickness, 1-5/8-inch deep. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be aluminum, stainless steel, or fiberglass. All i hardware shall be stainless steel Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channel shall be manufactured by Unistrut or equaL •r Conduit Sealants • Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty, •" type hand applied material providing an effective barrier under submerged conditions. 1 • FireRetardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products.indicated by the manufacturer to be suitable for the type and size of penetration. Part 3 - Installation Schedule • PVC Schedule 80 conduit shall be used in all locations unless noted otherwise below or on the Plans. • PVC coated GRS conduit shall be installed below all buildings, structures, in concrete and in corrosive areas for all power and instrumentation circuits. The following areas are considered corrosive as it pertains to the electrical installation: reservoir interior. GRS conduit that penetrates from the floor slab or walls inside a corrosive area shall be PVC coated per the specifications. • PVC Schedule:40 conduit may be used underground in contact with the earth for power circuits only. When PVC conduit for power circuits is used underground in contact with the earth, the PVC shall transition to PVC coated GRS conduit five (5) feet from any building, structure, foundation wall or floor slab. The only exception shall be concrete electrical vaults or hand holes. • GRS conduit shall be used for all instrumentation (signal) circuits. PVC coated GRS shall be used for all underground instrumentation conduits. PVC coated GRS instrumentation conduit may transition to GRS conduit once inside a building or structure. The only exception shall be concrete electrical vaults or hand holes. j Flexible Metal Conduit shall be used for final connection to motors and vibrating equipment.Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. Maximum length of flexible conduit shall be as allowed by NEC. I 16-12 at City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16-Electrical Installation • Spare conduits shall contain one 3/16 inch diameter nylon pull rope. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner,parallel and perpendicular to walls and ceilings. 46 Securely fasten raceways at intervals and locations required by N.E.C., or the type raceway employed. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from.the floor to a device shall be located as close as possible to avoid creating a hazard. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. All raceways shall contain a separate grounding conductor. • Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight • Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. Install explosion-proof seal-offs in hazardous areas shown on the Plans as required by the N.E.C. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. • Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting openings in advance. 16.72 BOXES AND ENCLOSURES 16.72.2 Outlet and Junction Boxes ' Part 1— General Design Requirements In corrosive areas, all junction boxes shall be NEMA 4X. Oulet boxes and switch boxes shall be designed for mounting flush wiring devices. Outlet boxes shall not be less than 4" square and 1 1/z" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. 16-13 rr I Summer 2010 City of Renton Division 16- Electrical West Hill Reservoir Recoat and Upgrade 2010 Part 2—Products Materials Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided-with neoprene cover gaskets. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes . shall be formed in one piece from carbon-steel sheets. i 40 Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material,with a minimum wall thickness of 1/8". Finishes Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. 16.72.3 Watertight Enclosures Part 2— Products Manufacturers The watertight enclosure shall be equal to Hoffman. f WA Materials Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations shall be sealed watertight- Part atertightPart 3—Execution Installation .w An epoxy plug shall be installed in the conduit to prevent the migration of water into the conduit The enclosure shall be NEMA rated and installed per all applicable codes. i i 16-14 to City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16-.Electrical 16.75 WIRING DEVICES 16.75.1 Common Work for Wiring Devices Part 3 - Execution Installation Wiring Devices • Position of Outlets: All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. .Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without projecting beyond the same. 11 • Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above. the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. Switches shall be 48 inches above the finished floor unless otherwise noted. Installation of Wall Plates1 • Interior Dry Locations: Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or sectional plates. • Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. Cover type shall match box type. Testing After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity,reversed polarity, and/or open neutral condition. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot' line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. till Submit results of all field testing to the Engineer for review. 16.75.2 Receptacles Part 1— General Design Requirements Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations,NEMA WD1 and UL 514 Standards. 16-15 Summer 2010 City of Renton Division 16- Electrical West Hill Reservoir Recoat and Upgrade 2010 i Part 2—Products Materials � r Single and Duplex Receptacles: • Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General .rr Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. • Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5- 20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall ( be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. as GFI Receptacles: Device shall be rated 20 ampole 3-wire 120 volt, NEMA WD1.10 • , 2-pole, , confrming to configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. Surface Multiple Outlet Assemblies: • Units shall have outlets on center-to-center spacing as shown on the Plans. Assembly l shall conform to Article 353 of the N.E.C. l r 16.75.3 Line Voltage Switches Part 2—Products Manufacturers Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or equal. Materials �r Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall be flush mounted,.self grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W-S-896 D and E, UL 20, and NEMA WD1 standards. 16.75.5 Plates I Part 1— General Design Requirements Plates shall be of the style and color to match the wiring devices, and of the required number i of gangs. Plates shall conform to NEMA WD 1, UL 514, and ANSI C73. In noncorrosive to indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish. aw 16-16 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16-Electrical Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty type me with weather protective double doors. Device plates for explosion-proof equipment shall be factory provided with the equipment Part 2—Products Manufacturers r As manufactured by Crouse-Hinds,Appleton, or equal Components Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 1 120 volts, single phase. 16.85 LIGHTING 16.85.1 Common Work for Lighting Fixtures Part 1- General Design Requirements 1WFixtures shall be a standard, cataloged item general description as called for on the Plans.All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. Part 2—Products Manufacturers As shown on Plans. Equals will be accepted. 16.85.2 Lamps Part 1- General Design Requirements Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the plans for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. Lamps shall be provided for all lighting fixtures. - �rr Warranty Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. Part 2—Products Manufacturers Approved manufacturers are Westinghouse, Sylvania, and G.E. 16-17 �r ' i Summer 2010 City of Renton Division 16-Electrical West Hill Reservoir Recoat and Upgrade 2010 I_ �r 16.85.3 Fixtures I Part 1- General Design Requirements i Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous I locations shall be UL listed per UL Standard 844. 16.85.4 Ballast Part 1- General Design Requirements Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the ( . UL labeL Ballast shall be General Electric Magi-Miser II,Advance Mark H or equal. Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0° f at 90% of l the nominal line voltage. All locations, other than totally enclosed rooms, shall be l +� considered exterior. Warranty Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. 16.95 TESTING 16.95.1 Common Work for Testing Part 1 - General Submittals .� Test reports shall be submitted to the Engineer prior to final acceptance in accordance with Division 1.33 of these specifications. Scheduling and Coordination The Contractor shall inform the Engineer in advance of testing in accordance with the i requirements listed in Division 1 of these specifications. r�r Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; I err and all systems, equipment and controls are functioning as intended. I Part 2 - Products Source Quality Control Submit reports of factory tests and adjustments performed by equipment manufacturers to +r the Engineer prior to field testing and adjustment of equipment These reports shall identify the equipment and show dates,results of test, measured values and final adjustment settings. i I 16-18 4 City of Renton Summer 2010 West Hill Reservoir Recoat and Upgrade 2010 Division 16-Electrical Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. Part 3—Execution r Site Testing • Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. • Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. • Conduct special test as required for service and/or system ground. . Field Quality Control • General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. • Operational Tests: Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. tit trf �r 16-19 I Summer 2010 City of Renton Division 16 - Electrical West Hill Reservoir Recoat and Upgrade 2010 F- 16.95.3 16.95.3 Conductor Test Report i Cndu �tor,Tie t Re `ort Page of 1 PROJECT: OWNER Contractor Co. Name: Phone Number: w Tested by: Test Date: ice- V C pperatng Load Voltage Insulation Resistance OHMS at wap �.. Label 1 (2) (3) VAB VCB VCA VAN VBN VCN A-B B-C C-A A-G B-G C-G Y1► P1 ' • ■ P2 I �r P3 P4 j as P5 i i I P6 I I .,► P7 ■r► (1) Refer to raceway and wire schedule and one-line diagram for description of feeder identified by label shown on this report I wr (2)Visual Inspection—Check when completed (3) Continuity Test—Check when completed 4W 16-20 Division 17 Automatic Control 17.00 GENERAL All automatic control for this project will be provided by the Owner's Water telemetry integrator Reid Instruments of Mukilteo, Washington. The Contractor shall be responsible for coordinating with Tom Reid of Reid Instruments on all intrusion alarm and intrusion disabling 'signalization terminating in the existing Remote Telemetry Units qCM in the existing West Hill Reservoir electrical cabinet The Contractor shall be responsible for coordinating with Reid Instruments for testing of intrusion alarm devices. Mr. Reid can be contacted at(425) 349-3882. r Ali +ir 17-1 ,rr rr Division 18 Measurement and Payment 18.0 GENERAL �r It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. BID ITEM No. 1 - MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP Lump sum price covers complete cost of furnishing, installing and testing, complete and in- place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site;provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and equipment off site after contract completion, and collect as-built data; clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract rr► BID ITEM No. 2 - STRUCTURAL Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the reservoir roof handrails, electrical cabinet, and cabinet support framing complete as shown on the Plans and detailed in the contract specifications including. miscellaneous metal work, cable tray and brackets, vandal shield, roof vent, carpentry,waterproofing,patching, and repairing. Payment shall be lump sum. BID ITEM No. 3 - INTERIOR COATINGS Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all interior surfaces of the reservoir and appurtenances 'as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum. BID ITEM No. 4 -EXTERIOR COATINGS Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for _painting and coating all exterior surfaces of the reservoir and appurtenances as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum. I P-1 Summer 2010 City of Renton Division 18—Measurement West Hill Reservoir Recoat and Upgrade 2010 &Payment BID ITEM NO. 5 - CATHODIC PROTECTION SYSTEM The lump sutra price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the reservoir cathodic protection system shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. BID ITEM NO. G - ELECTRICAL The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. BID ITEM NO. 7 -ENVIRONMENTAL CONTROL The bid price for this item includes the complete cost of providing all labor, materials and equipment for controlling the interior of the reservoir during coating preparation and coating in adverse weather conditions. This bid item may not be required if coating preparation and coating is completed during the favorable weather conditions. Payment shall be lump sum. BID ITEM NO. 8 - AS-BUILTS Lump sutra price shown shall cover the complete cost of providing all mark-up plans necessary for the Owner to create accurate as-built records as detailed in the specifications. The work includes surveying all structures and utilities to determine their as-constructed locations and elevations, records of all mechanical and electrical equipment for maintenance purposes. The price for this work will be $1,500. Failure to comply with the as-built requirements and furnish acceptable as-built records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be lump sum. 64 18-2 4/27/2010 5:48 PM J:\Data\REN\109-062\01-101 Specs\Technicals.doc 0 2010 RH2 Engineering,Inc.