Loading...
HomeMy WebLinkAboutContract�Y Bidding Requirements, City of Renton V o Forms, Contract Forms, Conditions of ♦ the Contract, Plans and Specifications O N� City of Renton North Talbot Pump Station Rehabilitation & Other Water Facility Modifications PROJECT NO. WTR 27 -2878 Volume 1 of 2 Prepared by: RH2 Engineering, Inc. 12100 NE 195th Street, Suite 100 Bothell, WA 98011 1- 800 - 720 -8052 City of Renton 1055 South Grady Way Renton, WA 98055 General Bid Information: Design Engineer Mark Miller, RH2 Engineering City Contact: J.D. Wilson, P.E. 0 Primed on Recycled Paper (425) 430 -7200 (425) 951 -5372 (425) 430 -7295 4w 0 ow u. 40 to go go 4w ow low I Na 4w AAN 40 Aw A. CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the North Talbot Pump Station Rehabilitation & Other Water Facility Modifications PROJECT NO. WTR 27 2878 Spy 2002 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS E CITY OF RENTON WATER UTILI'T'Y 1055 South Grady Way Renton, WA 98055 ® PrWed on Recycled Paa OMEGA CONTRACTORS, INC. P.O. Box 430 Duvall, WA 98019 (425) 881 -1697 Fax (425) 883 -4718 May 20, 2002 Subject: City of Renton North Talbot Pump Station Rehabilitation & Other Water Facility Modifications Emergency contacts are: Gordon Wagster 206 - 996 -4788 (pgr) Omega Contractors, Inc. 425 - 881 -1697 (office) Gordon Wagster 425 - 788 -2836 (home -- weekends only) Bob Purdy 425 -444 -8681 (cel); 425 - 226 -1057 (home -- evenings /weekends) Nathan Wagster 206 - 226 -7358 (cel); 425 - 788 -0438 (home -- evenings /weekends) as OMEGA CONTRACTORS, INC. P.O. Box 430 Duvall, WA 98019 (425) 881 -1697 Fax (425) 883 -4718 Date 40 Time 23 &iA-- SPECIAL MEETING STOCK HOLDERS & CORPORATE OFFICERS OF OMEGA CONTRACTORS, INC. To reaffirm resolution dated May 5, 1988 which sets down the principle that any corporate officer may bind Omega Contractors, Inc. in written contracts with the signature of one of the officers. Those officers being: President; Vice - President; Secretary and /or Treasurer of the corporation. Officers and stockholders all present and agreeing to said reaffirmation, this meeting is closed. Time -! -2_t7 ftv " G do Wagster, President ar a& Nathan Wagster, Secretary corporate rsltn.doc r— I DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST- # EXP. DATE CC01;-. OMEGAC *204M8 08/30/2003 EFFECTIVE-.DA'E, :`07/2$/1980 OMEGA CONTRACTORS INC PO BOX 430 DUVALL WA 98019 [[[(ttt + Detach And Display Certificate are I— DETACH TO DISPLAY CERTIFICATE ---I low CITY OF RENTON I � q 1 11 11,930 308TH OMEGA CONTRACTORS INC PO BOX 430 DUVALL WA 98019 BUSINESS LICENSE 2002 Licensee has made application fora City of Renton business license In accordance with the provisions of Title V, .Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. City of Renton Licensing Division 1055 South Grady Way Renton, WA 98055 (425)430 -6851 DP 313312/94 t= CITY OF RENTON NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Site Vicinity Maps Instructions to Bidders Call for Bids Bidder's Responsibility Statement *Combined Affidavit & Certificate Form: Non - Collusion Anti -Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Alternative for Bid Item No. 7 — Schedule A — Electrical — Motor Control Center Equipment *Responsible Bidder Determination and Pre -Award Qualifications Information * *Bond to the City of Renton * *Contract Agreement (Contracts other than Federal - Aid FHWA) * *City of Renton Insurance Information Form * *City of Renton Insurance Endorsement Form Aw * *City of Renton Fair Practices Policy Affidavit of Compliance Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulation Listing City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Construction Plans (See Volume 2 of 2 of Contract Documents for Schedule A plans and Appendix B of Division 17 of the Special Provisions for Schedule B plans) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by -laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Submit with Bid * *Submit with Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 ` RESOLUTION NO. 3229 1 :11: CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably „ accommodate the . disability, of employees and applicants for employment and fair, non - discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City. of Renton will ensure all employment related activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job - related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHT'S 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 workforce and to assure equal employment opportunity to all_ It shall be the responsibility of dected 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 today of October, 1996_ CITY OF RENTON: yor Attest= City Clerl RENTON CITY COUNCIL: Council President CITY OF RENTON SUMMARY OT AMERICANS W= DISABILITIES ACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure IAV employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City am of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as AW recruitment, selection, promotion, termination and training shall be conducted in a non - discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DI ABILrMS ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) ICONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton. Washington, this 4th day of October 1993. CITY ,OF RENTON Mayor "Test: City Clerk 0 RENTON CITY COUNCIL: .--- R_A_ Y' Council President aw as CITY OF RENTON NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS Project No. WTR -27 -2878 .. SCOPE OF WORK The work involved under the terms of this contract shall consist of the rehabilitation (primarily rehabilitation of the electrical and controls systems) of the North Talbot Booster Pump Station r and also miscellaneous electrical / control system modifications at twenty other water facilities. All work shall be performed to result in operational systems that meet the intent of the contract plans, specifications, special provisions and other technical specifications. The contractor is encouraged to inquire about contract intent, when the scope of work or performance of the finished product is in question. Some incidental work is not shown. The work generally consists of the following: Schedule A, North Talbot Pump Station Rehabilitation: The North Talbot Pump Station Electrical Rehabilitation portion of the project consists of the renovation of the entire pump station with the exception of the major mechanical pumping and piping systems. This project involves demolition, mechanical, electrical, structural, and automatic control work. �r The major electrical work is the replacement of the Motor Control Center (MCC). Other electrical work includes: replacing the light fixtures, convenience outlets, heaters, dehumidifier, rrr lighting panels, lighting transformer, and raceways and conductors to all equipment that is being replaced. In addition and HVAC control panel shall be installed. r The mechanical work is the replacement of the pump control valve water supply plumbing; replacement of the drain system to the pump control valves; installment of ventilation fans and louvers; and installment of pump pit access hatch grating. Some minor mechanical work is r„ required to relocate some pressure sensing devices and the hose bib. The major structural work is adding an interior door between the electrical room and the pump .r room; adding an awning above the door and utility meter; adding power cable racks; providing knockouts in the wall for the ventilation system; and replacing the HVAC equipment on the roof with skylights. Other structural work includes: housekeeping pads for the MCC and repair to the existing brick walls. The automatic control work is the replacement of all the pressure switch assemblies for each pump; replacement of the suction pressure switch in the pump pit; and relocation of the 350 zone pressure transmitter. Other work involves adding two pressure transmitters. In addition to this r.r Page 1 of 2 work, the Contractor shall terminate all the proposed wires from the proposed equipment in the telemetry panel. The major demolition work is removal of the existing MCC and housekeeping pad; removal of the HVAC system on the roof, and removal of all the electrical equipment to be replaced. At the completion of the demolition work the pump station and equipment shall be painted as specified on the Plans and in Division 9. Not all work required for this portion of the project is included in this project description. Refer to the plans and information in this specification for additional detail. Schedule B, Other Water Facility Modifications: This portion of the project consists of installing miscellaneous conduits, conductors, keyed switches, intrusion switches, alarm annunciators, panic buttons and associated electrical boxes and supports at the following locations: Wells 1, 2 & 3 Bldg, Well 8, Fluoridation Bldg, Corrosion Control Facility, Well 9, Mount Olivet Booster Pump Station, Monroe Booster Pump Station, Highlands Booster Pump Station, Highlands Generator Bldg, West Hill Booster Pump Station, Houser Way Booster Pump Station, Windsor Hills Booster Pump Station, Maplewood Booster Pump Station, Rolling Hills Booster Pump Station, Tiffany Park Booster Pump Station, Fred Nelson Booster Pump Station, South Talbot Booster Pump Station, Springbrook Springs Treatment Bldg, Well 5A, and Well EW -3. Not all work required for this Schedule is included in this project description. Refer to the plans and information in this specification for additional detail.. 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 XX consecutive working days will be allowed for the completion of this project. The funding of this project will be from City funds. A Page 2 of 2 i 0 r S ,�t o 0 0 O V=4 n r. w u m w to No to C so up N c aao z 0 JQ aiaauoyq O J < W W C 3 V O ao `ate W e J DD R N N any uapaD� Go r" �G o J '� an aD -o � 3 N S anV as n O F H d IL IL < }m C z O V m � F W J O z O a v 0 J m z O F Q O J LL } �1 Wt J LL WD < IL 3F a J V H3i W z 30 d4o .j 11C Id it 3V ° D J M a N W. J W It p DAV 3N any u uofla4S Q- L 3N w w }roc Z C C Z w ° Z oluN O FEN, F N < — Shelton W mz � ZU ° �p p FRedmond Ave.W z i d z ='I - o IN w w any 90JUOA Z Z I any PuDI>lai11 I / any uosJa}fap s Z IN 'Id xapul� IN V a 7S DU10 Z 1 aC=j r7 L Z UDfIa4S O � wst — o FF=3 V� Z a� a w 3S any spuowP3 a �r w d � Z O i N IN ny d w I O� Go O Z O N a E u AGO � Z N o w w 0 Z i v z Monroe Ave `D 2: �Q aaa }uoyy N c aao z 0 JQ aiaauoyq O J < W W C 3 V O ao `ate W e J DD R N N any uapaD� Go r" �G o J '� an aD -o � 3 N S anV as n O F H d IL IL < }m C z O V m � F W J O z O a v 0 J m z O F Q O J LL } �1 Wt J LL WD < IL 3F a J V H3i W z 30 d4o .j 11C Id it 3V ° D J M a N W. J W It p DAV 3N any u uofla4S Q- L 3N w w }roc Z C C Z w ° Z oluN O FEN, F N < — Shelton W mz � ZU ° �p p FRedmond Ave.W z i d z ='I - o IN w w any 90JUOA Z Z I any PuDI>lai11 I / any uosJa}fap s Z IN V a 7S DU10 Z 1 aC=j r7 L Z UDfIa4S � A]E O 0 cp �r w Y i Z 75 6 N 4 IN ny idalo O o� a o N Z N o w w 0 Z i v z Monroe Ave `D 2: IN any aoauoW Z n Kirklond Ave. NE O L a z RJeffe=rsor, 3N 'Id t x@Pul w. nu r err ow rrr Ow 40 .. +�r do irr aw ON r r S �4, C 3° \ o J Q` N 5 LLj D hN WF � d U U m N UDIIJI� ILL n {L 0 �nN 3S a s� o N 0 3S an ,e� 3S a 3 �a� an �o� 9� 6l! 3S y 4x61 y ooh 0 3S any 41L l l IL spuowP3 �s J N cD Z o co N 3 an Ui J � C— any SIM o Z O oc I- 40 d d t OC � 0 ~X m be c t d Z Z /O CL F 9 IL 4 oC IW- � O (, m =i v J ME d J O oC S any JUDJq 0� c' u c£ m� 3 any 41b11 F ve SE, N S any wo ggih d ZE 00 J r 3S any m N z O N v cn s_a = 0� °6 's Pd XaIIDA 3 d � O N F rn N 'O V � N O w � N i S any JUDJq 0� c' u � 3 any 41b11 � N .— i � 3 �, l cn 3S any m N z O N W N cyo = 0� W Cedor A ow rrw va ow to ilrli irr as Im W, W< rw lYl aw aw o y al ww 3S any SpuoWP3 _ � d N a T C v7 6 W O� c v N p JAL 0 E O� d O N E Go d � ❑❑ J0 aja}uoy� W v z � JO DD N Z�❑ N any uap�DO .� GoSGo z SWDI I N •any uD6Dj A 71- mane I J J F N li it to— !e. � in ❑ MN C") z i i--I , z O H t F- O d d Ic �W C Fz m V 3 W co O Z O H W d IL 44 W °° W F' z Z m J ME 1- W W 3 any 3 PuZbl a � ` o ny gjob l 6 cn l co m G � O � O J � a� b any 4�bt i y She\ \off W uuaDH Z CU O Z 3N SpuoW w o�` Q poi s r o �n ❑God o� -o y awDl9 N o41 G os - Go . m � a0 d W J JFE dc O W Zn \ Q z JO an an ua J rrc trr aw err .r. +r. err err rr► +r L 3S a ^V 41LO1 3S anV 4x901 3S a ^V 41901 3S a ^V 41SO1 a� L N 3 oc o. w O3 9c vj jet— Id 2 F t— } Id ZW fl cc 4186 S 'any 4186 CO 4 S p� rn 65 o 1 oq /ol � N IL e F. W� 3v a d D m HIL Q �F Z _F Z cc CL �. a- 19 O O Ic m Ic IL co 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, Th Floor of Renton City Hall, 1055 S. Grady Way, Renton, WA 98055, until 2:30 p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the sites. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. 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. 8. 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. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. 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. irr 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. INSTRUCTIONS TO BIDDERS - 1 13. Payment retainage shall be done in accordance with Section 1- 09.9(2) "Retainage" and Section 1 -09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. _ 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. 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. 15. Selection of Alternative Owner - Selected Material / Equipment The City will consider all aspects of quality, performance, and conformance with the plans and specifications / special provisions as well as price in selecting alternative materials / equipment. The City reserves the right, before the contract is executed, to select for installation any manufacturer's material / equipment listed, regardless of price, as will best suit the interests of the City and the contract amount will be adjusted accordingly. 16. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. IT Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates ". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 18. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 19. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. INSTRUCTIONS TO BIDDERS - 2 D No 20. The CONTRACTOR if so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions or 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. +r 1. WSDOT /APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," 'Department of Transportation," " WSDOT," or any combination thereof in the WSDOT /APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. *" B. All references to measurement and payment in the WSDOT /APWA standards shall be detected and the measurement and payment provisions of Section 1- 09.14, Measurement and Payment (added herein) shall govern. 22. Completion time. The Contractor shall be required to have the contract completed within 100 consecutive working days (approximately five calendar months) from the date of the Notice to Proceed. ■r M .r M INSTRUCTIONS TO BIDDERS - 3 W CITY OF RENTON NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS CALL FOR BIDS Sealed bids will be received until 2:30 p.m., May 2, 2002 at the City Clerk's office, 70' Floor, Renton City Hall, and will be opened and publicly read in conference room # 511, 5"' Floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The work to be performed within one hundred (100) working days from the date of commencement under this contract shall include, but not be limited to: go The Engineer's estimate for this project is $260,400.00, excluding sales tax. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Project award is subject to available funding. Approved plans and specifications and form of contract documents may be purchased from the r.r Planning/Building/Public Works Department, at the Sixth Floor Customer Service Counter in the Renton City Hall, 1055 South Grady Way, Renton, WA 98055 for a non - refundable fee of $50.00 ($45.96 plus $4.04 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing ,,,,, charge is also non - refundable. No telephone orders will be accepted. The North Talbot Pump Station Rehabilitation portion of the project consists of the renovation of the entire pump station with the exception of the major mechanical pumping and piping systems. This project involves demolition, mechanical, electrical, structural, and automatic control work. The major electrical ,. work is the replacement of the Motor Control Center (MCC). Other electrical work includes: replacing the light fixtures, convenience outlets, heaters, dehumidifier, lighting panels, lighting transformer, and raceways and conductors to r. all equipment that is being replaced. In addition an HVAC control panel shall be installed. The mechanical work is the replacement of the pump control valve water supply plumbing; replacement of the drain system to the pump control .r valves; installation of ventilation fans and louvers; and installment of pump pit access hatch grating. Some minor mechanical work is required to relocate some pressure sensing devices and the hose bib. The major structural work is adding an +r interior door between the electrical room and the pump room; adding an awning above the door and utility meter; adding power cable racks; providing knockouts in the wall for the ventilation system; and replacing the HVAC equipment on the roof r. with skylights. Other structural work includes: housekeeping pads for the MCC and repair to the existing brick walls. The automatic control work is the replacement of all the pressure switch assemblies for each pump; replacement of .r the suction pressure switch in the pump pit; and relocation of the 350 zone pressure transmitter. Other work involves adding two pressure transmitters. In addition to this work, the Contractor shall terminate all the proposed wires from ,,. the proposed equipment in the telemetry panel. The Other Water Facility Modifications portion of the project consists of installing miscellaneous conduits, conductors, junction boxes, magnetic door switches, keyed - switches, alarm horns and operator -in- trouble buttons at twenty (20) water facilities located throughout the City of Renton. go The Engineer's estimate for this project is $260,400.00, excluding sales tax. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Project award is subject to available funding. Approved plans and specifications and form of contract documents may be purchased from the r.r Planning/Building/Public Works Department, at the Sixth Floor Customer Service Counter in the Renton City Hall, 1055 South Grady Way, Renton, WA 98055 for a non - refundable fee of $50.00 ($45.96 plus $4.04 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing ,,,,, charge is also non - refundable. No telephone orders will be accepted. A certified check or bid bond in the amount of five percent (5 %) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidder. No bids will be accepted after the time and date shown above. .rr If a bidder has any questions regarding this call for bids or the plans holders list, please contact the City of Renton Department of Planning/Building/Public Works, Customer Service, 1055 South Grady Way, 6th floor at 425 -430 -7200. Staff contact for project technical questions is J.D. Wilson, 425 -430 -7295 (jwilson @ci.renton.wa.us). ,L1_ W — 0 -/�-� Bonnie Walton, City Clerk Published: Daily Journal of Commerce April 16, 2002 April 23, 2002 0 77 M 0 M CITY OF RENTON North Talbot Pump Station Rehabilitation and Other Water Facility Modifications Project No. WTR -27 -2878 BIDDER'S RESPONSIBILTY STATEMENT go It is the responsibility of each bidder to ascertain if all of the documents listed on the enclosed Contract Document Table of Contents are included in their copy of the bid documents. If documents are missing, it is the responsibility of the bidder to contact the City of Renton and to obtain the missing documents prior to bid opening time. M iw 0 M r-7 M 3 CITY OF RENTON Combined Affidavit and Certification form: Non - Collusion, Anti- Trust, and Minimum Wage (Non - Federal Aid) NON - COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. ME CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti- trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over - charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. D MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read i the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT North Talbot Pump Station Rehabilitation and Other Water Facility Modifications Name of Project M 0 Name of Bidders Firm Page 1 of 2 i t Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this a N� day of 141 J , 2002. •' '`���' otary Public in and for the State 0 .��� � <�. �f Tn "^ �K' 1. of Washington s� Notary (Print) "•.�''���''�e,= 0a ° °' °c^ i•`' My appointment wpCVN� expires: 6-IS'-03 Page 2 of 2 r7 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of 4W $. wr r7 go r- which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: Thatwe, Omega Contractors, Inc. C f 1 d ,as Principal, and Fidelity and ompany o Mary an as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (50) of Total Amount Bid g P Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for North Talbot Pump Station Rehabilitation and Other Water Facility Modifications according to the terms of the proposal or bid made by the Principal therefore, 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 2 DAY OF May , 2002. Omega BY: Princ' pal Fidel ' and Deposit Comp y of Maryland BY: Surety Richard D. Rechkoff y -in -Fact Received return of deposit in the sum of $ sm TOTAL P.02 0 0 .. 00 V* Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHE ce- Presiden d T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of -Laws o Company, which are set forth on the reverse side hereof and are hereby certified to be in full fs d effec a date hereof, does hereby nominate, constitute and appoint Richard D. Rechkoff and Laure�echkoff, of Bellevue, Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, executa and del' r, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings and eeution bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, and am all intents and purposes, as if they had been duly executed and acknowledged by the regularly elec icers of a mpany at its office in Baltimore, Md., in their own proper persons. This power of attorney revok > issued W alf of Richard D. Rechkoff, Lauren P. Rechkoff and Cheryll L. Koch, dated May 6, 1997. ��- The said Assistant Secretary does here cc ify that tract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws oompan s now in force. IN WITNESS WHEREOF, the saic e- Presid d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDEL D DEPOSIT COMPANY OF MARYLAND, this 24th day of September, A.D. 1998. ATTEST: _SEAL FIDELITY AN OSIT COMPANY OF MARYLAND _l . - By: T. E Smith Assistant Secretary W. B. Walbrecher Vice - President State of Maryland ss: County of Baltimore On this 24th day of September, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. L1428- 180 -2102 f PUBIC Carol J. Fa r Notary Public My Commissi " Expires: August 1, 2000 a EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section. 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYI., �14D. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2 day of ��Iay 2002 Assistant Secretary 1' 0 4 CITY OF RENTON i NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS (PROJECT NO. WTR -27 -2878) PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) J�-ordw. Wa. s�Q', Presk`f Printed Name: On a ,.,tt, M C- o'-5 y,nc . Signature: Address: Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at . P.O. BOX 430 Duvall, VGA 03013 -0430 6-0 rd 0-11 �j N G% 94 51 04 5 io, S /ca /e.. ��,o4 w� • CITY OF RENTON PB /PW DEPARTMENT (Schedule of Prices) North Talbot Pump Station Rehab & Other Water Facility Mods (Note: Unit prices for all items, all eMentions, and total amount of bid must be shown. Show unit prices in both words and firnrcac and wtwrP ttMflirl nmus thn written or tvoed words shall nrevail_l err r Irr +r r `rr err �I !I wi ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY I Unit Prices to be Written in Words) Dollars CIS. Dollars Cts. Perform all work as specified as shown herein related to Schedule A - Mobilization, Demobilization, Site Preparation 1 1 and Clean-up Lump Sum $ F0_0"- 4_1tauSv" Kr( 06011«mss °..+t ZZceo 4j00cl 001 q1000 -Qv per Lump Sum (words) figures Perform all work as specified as shown herein related to 2 1 Schedule A - Structural Lump Sum $f'c✓ )'t' -one- I-ttvvsg,"i -4/4-5 ant: Zero tom. -.fs 2J 00o °0 _ Z. J 0C)o 12S per Lump Sum (words) figures Perform all work as specified as shown herein related to 3 1 Schedule A - Finishes Lump Lum Sum $-�t,se <,�+e., �j,�,,,s� rrr� 04//-'s c5. .( Z",. C4 --. �'5 1 � C20c� - 1 Z ClOo per Lump Sum (words) figures Perform all work as specified as shown herein related to 4 1 Schedule A - Heating and Ventilation Lump Sum $ SiA G- ed Z —r. v� 6 000 per Lump Sum (words) figures Perform all work as specified as shown herein related to 5 1 Lump Sum Schedule A - Equipment ${aw�ee., ZKreysan.( {1rc hyhA ( clel" ,a ?ten c.," god per Lump Sum (words) figures Perform all work as specified as shown herein related to 6 1 Lump Sum Schedule A - Mechanical $ ol014's a "td Z_"., ca ' t> 3,000' b- 3,000 ¢° per Lump Sum (words) figures Perform all work as specified as shown herein related to 7 1 Schedule A - Electrical Lump Sum $ Mne :!y `�kou5�ur/ All, r!5, cud z­m per Lump Sum (words) figures Perform all work as specified as shown herein related to 8 1 Schedule A - Automatic Control Lump Sum $-No Wi,,3,.,ro/ 00cs �— Z voo =° per Lump Sum (words) figures Page 1 of 5 CITY OF RENTON P /B/PW DEPARTMENT (Schedule of Prices) North Talbot Pump Station Rehab & Other Water Facility Mods (Note- Unit prices for all items, all extentions, and total amourd of bid must be shown. Show unit prices in both words and fin.vPC and %& n mnflir► nrr.ue tt u ... Af— e.. �- .ew� -k-K .........a . ITEM NO. APPROX. QUANTITY I ITEM WITH UNIT PRICED BID Unit Prices to be Written in Wordsl UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. Perform all work as specified as shown herein related to 9 1 Schedule A - As- builts Lump Sum Two Thousand dollars and zero cents .$2,000.00 $2,000.00 per Lump Sum (words) figures Perform all work as specified as shown herein related to Schedule B - Mobilization, Demobilization, Site Preparation 10 1 and Clean -up . Lump Sum $ rem K 4w -I!& &N-s f is 3 j-Z SO per Lump Sum (words) figures Perform all work as specified as shown herein related to 11 1 Schedule B - Work at Well 2, 3 Bldg Lump Sum /1, $ `j'-wn 'f'lta✓ Sn nc� d %/4,- a hol Ztro t e wfS &00 per Lump Sum (words) figures Perform all work as specified as shown herein related to 12 1 Schedule B - Work at Well 8 Lump Sum $ riu -fttoy5,,,j 61145 ukd zc ,-n e_eaols rJ O00 `9� !S 000 per Lump Sum (words) figures Perform all work as specified as shown herein related to 13 1 Schedule B - Work at Fluoridation Bldg Lump Sum $ -roe., �tC ✓Se..ol olD /!s. Ghe! Zr <e+n � 000 "' k 000 -� per Lump Sum (words) figures Perform all work as specified as shown herein related to 14 1 Schedule B - Work at Corrosion Control Facility Lump Sum $ O NG Azz , s.4-ad da us e s 4e-"el 2t r> ce v hS 11000 per Lump Sum (words) figures Perform all work as specified as shown herein related to 15 1 Schedule B� - Work at Well 9 Lump Sum $ -� t✓o 7 y Hrx s Saas�i olalla.r 5 ...4 2va crr t5 00 L v 2 C' 0 c, = per Lump Sum (words) figures Perform all work as specified as shown herein related to 16 1 Schedule B - Work at Mount Olivet Booster Pump Station Lump Sum $ 6 s�KJ q�ll_rs Z'000' 0 C,�, per Lump Sum (words) figures Page 2 of 5 S arr CITY OF RENTON P /B /PW DEPARTMENT (Schedule of Prices) �. North Talbot Pump Station Rehab & Other Water Facility Mods (Note: Unit prices for all items, all eAentions, and total amount of bid must be shown. Show unit pries in both words rro r 9 ITEM NO. APPROX. QUANTITY I ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words) UNIT PRICE Dollars CIS. AMOUNT Dollars Cts. Perform all work as specified as shown herein related to 17 1 Schedule B - Work at Monroe Booster Pump Station Lump Sum $'! v� avS KOI ololPa.s Ak� 2tr Cer►lT 2 vQ p °'� 2y Lr ao per Lump Sum (words) figures Perform all work as specified as shown herein related to 18 1 Lump Sum Schedule B - Work at Highlands Booster Pump Station $ iGro / tioVS4 n o/ Ave, %2uno firm! coo l(a r s 2e.•y C., S 00 2� OQ ac 2 Soo per Lump Sum (words) figures Perform all work as specified as shown herein related to 19 1 Schedule B - Work at Highlands Generator Bldg Lump Sum $ Thrue S. ! /S.c GrKd 7., ,'v Cem 3 000 3oaa= per Lump Sum (words) figures Perform all work as specified as shown herein related to 20 1 Lump Sum Schedule B - Work at West Hill Booster Pump Station $one- 44111 -'64 c/ Six A.adrw/ o4//-,,s 2�+v ��» f 00 � e00 per Lump Sum (words) figures Perform all work as specified as shown herein related to 21 1 Schedule B - Work at Houser Way Booster Pump Station Lump Sum $ Gnc !I�,nvs4 wal -fie. �1 v ad kd c41/ and Zen, c«.h G 0 ` S O p per Lump Sum (words) _)rs figures Perform all work as specified as shown herein related to 22 1 Schedule B - Work at Windsor Hills Booster Pump Station Lump Sum $6W c „a %�,£ hv►vlred c%W4r s dkd 2c :v ��.1r S Gp -° goo per Lump Sum (words) figures Perform all work as specified as shown herein related to 23 1 Lump Sum Schedule B - Work at Maplewood Booster Pump Station $ 0W_ 4�vv3g+,d -lbw Affil j&j c&jjat5 oKcl ec s 1,S GC.,I / �= per Lump Sum (words) figures Page 3 of 5 CITY OF RENTON P /B/PW DEPARTMENT (Schedule of Prices) North Talbot Pump Station Rehab & Other Water Facility Mods (Note: Unit prices for all item, all extentions, and total amount of bid must be shown. Slaw unit prices in both words and fimres and where mnflirl nno vc the written nr twwd wrvrte than rx 3 l ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. Perform all work as specified as shown herein related to 24 1 Lump Sum Schedule B - Work at Rolling Hills Booster Pump Station $ ene- - jtwv5,vAd cin!/mrs Q et 2e,✓a Ctmwy �v ii 0" per Lump Sum (words) figures Perform all work as specified as shown herein related to 25 1 Schedule B - Work at Tiffany Park Booster Pump Station Lump Sum $'Tt✓,5 awsa�A do/A -S 4, .d 7X--6 L-- ' per Lump Sum (words) figures Perform all work as specified as shown herein related to 26 1 Schedule B - Work at Fred Nelson Booster Pump Station Lump Sum Ne, ccnrT 21000 Z cooc> per Lump Sum (words) figures Perform all work as specified as shown herein related to 27 1 Schedule B - Work at South Talbot Booster Pump Station Lump Sum $ 7wp t�i� r../ elotl4 r G at kn/ ? C e. t7!' 2/ pQ a 2 0 a 0, _ per Lump Sum (words) figures Perform all work as specked as shown herein related to 28 1 Schedule B - Work at Springbrook Springs Treatment Bldg Lump Sum $ 1 A-, �.�. S�..� 1 !�r r 5 4M 2pr�� Cc�A� 000 0_ 000 per Lump Sum (words) figures Perform all work as specified as shown herein related to 29 1 Schedule B - Work at Well 5A Lump Sum $ r KMQI� SQ„ , I t la -0-a- 'S% 0 per Lump Sum (words) figures Page 4 of 5 Im C W r,r trtr 40 ii WA! CITY OF RENTON P /B /PW DEPARTMENT (Schedule of Prices) North Talbot Pump Station Rehab & Other Water Facility Mods (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and finures and where mnflirl nrrA im the written rw tvnAd wnrrlc gtWl nround I ITEMI APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars CIS. Dollars CIS. Perform all work as specified as shown herein related to 30 1 Lump Sum Schedule B - Work at Well EW -3 $am Ammlm d 411-r t 1e,-. � ,/-� 1 Soo ✓ , �-- per Lump Sum (words) figures Subtotal Q —0c-, 8.8% Sales Tax /-7 Total `Z % 7 y3tC d Page 5 of 5 CITY OF RENTON Public Works Department Project WTR -27 -2878 it North Talbot Pump Station Rehabilitation & Other Water Facility Modifications �r % rr �r ALTERNATIVE FOR BID ITEM No. 7 SCHEDULE A - ELECTRICAL (Motor Control Center Equipment) The basic bid shall be for the rehabilitation and modification work complete with the electrical as described in Special Provisions Division 18, Measurement and Payment. (The bid price shall be based upon Siemens \ Furnas Motor Control Center equipment.) The Bidder shall submit add or deduct prices for alternative Motor Control Center equipment that conform to the Special Provisions. If the Owner selects an alternative for Motor Control Center equipment, then the add or deduct price for that alternative will modify "Subtotal (Bid Items 1 through 30)" on the Schedule of Prices and does not include sales tax. The add or deduct price shown below shall cover the cost of equipment and all modifications necessary to accommodate the alternative equipment. All Motor Control Center equipment shall be of the same manufacturer. MCC EQUIPMENT MODEL NO. ADD or <DEDUCT> MANUFACTURER 1 kw 2. lirr 3. 7. 4. A ,q A 5. lirr 6. 7. A ,q A CITY OF RENTON North Talbot Pump Station Rehabilitation and Other Water Facility Modifications Project No. WTR -27 -2878 RESPONSIBLE BIDDER DETERMINATION AND PRE -AWARD QUALIFICATIONS INFORMATION Name of Bidder: 01IEIiA CONTRACTORS INC. P.O. BOX 430 Address of Bidder: Duvall, 0 22319 -0 430 Contractor License No. 6H 15GA C t ?0q e> Contractor's State Tax No. O o 36 3371 Bond Registration No. 01 !7 � � �"� `� IS Department of L&I Worker's Comp. Acct. No. 3"79 Wt3 -00 0 List business names used by Bidder during the past 5 years if different than above: tilA Bidder has been in business continuously from i (Year) Number of projects completed in the �_ ahead of schedule on schedule past 5 years behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 4 years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name / Title How Long with Bidder �9 or-� WaaS le i !'la- �r�' Ly via y ►_s 7� a,r f P - au",- yes Page 1 of 3 � t List all those projects, of similar nature and size, completed by Bidder within the past 5 years. Include a reference for each. Any attached nted project listing must include all this information. Project Name Year Completed Reservoir Size (MG) rontract Amount $$$ Contracting Agency and Location Contact Name & Phone Number 2 T List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated or Settlement of Name of Client and Project Amount Litigated Claims IV /le Has bidder ever failed to complete a contract? N 0 If yes, give details Has Bidder ever found guilty of violating any State or Federal employment laws? Ai 0 If yes, give details: Has Bidder ever files for protection under any provision of the federal bankruptcy laws or state insolvency laws? N_ If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? If yes, give details: PO Page 2 of 3 REFERENCES "Y Here are references for projects completed in the last five years: ar • Devil's Elbow Lift Station ($1,020,551) Build sewer pumping station; install pumps and equipment; completed 7/00. City of Renton; 1055 S. Grady Way; Renton, WA 98055; John Hobson (425) 430 -7279. RH2 Engineering; 300 Simon St. SE, Ste 5; East Wenatchee, WA 98022; Mark Miller (425) 951 -5372. "■' . 780 Zone Booster Pump Station ($129,900) Upgrade pump station; completed 6/00. Trammel Crow Residential; 4010 Lk Wash Blvd NE Ste 330; Kirkland, WA 98033; Mark Peerboom (425) 739 -9100 RH2 Engineering; 300 Simon St. SE, Ste 5; East Wenatchee, WA 98022; Mark Miller (425) 951 -5372. +rr • South Fork Lift Station ($134,030) Upgrade pump station; completed 6/00. Trammel Crow Residential; 4010 Lk Wash Blvd NE Ste 330; Kirkland, WA 98033; Mark Peerboom (425) 739 -9100 Gray & Osborne, 701 Dexter Ave N Ste 200; Seattle, WA 98109; Mark Henley (206) 284 -0860. Highlands Pump Station #1 ($121,900) Build water pumping station; install pumps and equipment; completed 2/99. The Highlands, Inc.; The Highlands; Shoreline, WA 98177; Steve Hammon (206) 362 -2100. Engineer: Gardner Consultants, Inc. (they did not oversee our work) Well No. 7 Pump Station ($163,505) Build water pumping station; install pumps and equipment; completed 12/98. NE Sammamish Water & Sewer District; 3600 Sahalee Way NE; Sammamish, WA 98074; Artie (425) 868 -1144 RH2 Engineering; 12100 NE 195th St, Ste 100; Bothell, WA 98011; Scott Rogers (425) 951 -5334. • City of Renton ($399,841) Sewer Telemetry Improvements; completed 7/97. .,� City of Renton; 1055 S. Grady Way; Renton, WA 98055; Dave Christensen (425) 277 -6212. RH2 Engineering; 300 Simon St. SE, Ste 5; East Wenatchee, WA 98022; Mark Miller (425) 951 -5372. o Lift Station Replacement ($178,420) Installation of sewage pumps and electrical equipment; completed 8/97. City of Renton; 1055 S. Grady Way; Renton, WA 98055; Dave Christensen (425) 277 -6212. RH2 Engineering; 300 Simon St. SE, Ste 5; East Wenatchee, WA 98022; Mark Miller (425) 951 -5372. �,. • Mitchell Well and Chinook Estates ($138,450) Equipment installations at pump stations; completed 10/96. Valley Water District; 14501 Pioneer Way E.; Puyallup, WA 98372; Scott Mitchell (253) 841 -9698. Engineer: Valley Water District 0 a& 0 w ,q Has bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? ,N! b If yes, give details: Date Type of Injury Agency Receiving Claim Submit proof of adequate financial resources that would be available to the bidder for the completion of the work hereunder. Such information shall include certification by the principal financial officer of, or an independent accountant for, the bidder stating that the bidder has adequate financial resources for the prosecution and completion the work called hereunder. See bjOw t The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Renton to verify all information contained herein. M , Signature of Bidder Title: Pre- s • Date: S —z -oz.- w A Subscribed and sworn to before me on this 2ND day of , 2002. Pe ";Notary Kblic in and for the State of Washington ` Notary (Print 1 u r� M C-t 9e'- �= Ut k,1., w a Residing �A R My appointment expires: �rdm Wnjs� 4- ?J &Ss Je j bf Omt. lk G��, Inc . " l"a Z %v-e �e_8a�� f7 na,T c;<.� re,ta t,,Ices tttiA�'lAble 7'0 CAMPfQ- dPSGI4 i Page 3 of 3 S - Z --02- b& 1L 0 BOND TO THE CITY OF RENTON Bond No. 08633903 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Omega Contractors, Inc. as principal, and Fidelity and Deposit Company of Maryland corporation organized and .r existing under the laws of the State of Maryland as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum .r of $ 217,436.80 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 , Washington, this day of 12002. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG -02 -048 providing for construction of NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS the principal is required to furnish a bond for the faithful performance of the contract; and Ow WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Omega Contractors, Inc. Fidelity and Deposit Company of Maryland Principal � Surety "CAVi r� Signatur , rdon Wagster ignature Richard D. Rechkoff President Attornev —in —Fact Title Title wr 0 Im Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 r= Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHE ce- Presiden d T. E. SMITH, Assistant Secretary, s, in pursuance of authority granted by Article Vl, Section 2, of -Laws o Company, which are set forth on the reverse side hereof and are hereby certified to be in full fds d effec a date hereof, does hereby nominate, constitute and appoint Richard D. Rechkoff and Laure�echkoff, of Bellevue, Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute and del' r, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings and ecution bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, and am all intents and purposes, as if they had been duly executed and acknowledged by the regularly elec icers of a mpany at its office in Baltimore, Md., in their own .r proper persons. This power of attorney revok� issued ogalf of Richard D. Rechkoff, Lauren P. Rechkoff and Cheryll L. Koch, dated May 6, 1997. The said Assistant Secretary does here citify that xtract set forth on the reverse side hereof is a true copy of srr Article VI, Section 2, of the By -Laws oompan s now in force. IN WITNESS WHEREOF, the saij e- Presid d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDEL D DEPOSIT COMPANY OF MARYLAND, this 24th day of September, A.D. 1998. ATTEST: FIDELITY AN OSIT COMPANY OF MARYLAND O 40 0 -1. By: T. E. Smith Assistant Secretary W. B. Walbrecher Vice - President 40 State of Maryland SS: County of Baltimore On this 24th day of September, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers ,.. described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the y.. authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. J. wrr F "r Carol J. Fa r Notary Public My Commissi Expires: August 1, 2000 r7 ;o L1428-180-2102 M EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of Assistant Secretary e L 19 CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this day of Q &1� _ 2002. by and between THE CITY OF RENTON, Washington, a municipal core ation of the State of Washington, hereinafter referred to as "CITY" and Omega Contractors, Inc. , hereinafter referred to as "CONTRACTOR." WITNESSETH: .r 1) The Contractor shall within the time stipulated, (to -wit: within one hundred (100)) working days from date of commencement hereof as required by the Contract, of which .r 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, rrr and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. WTR -27 -2878) for improvement by construction and installation of: NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders .r c) Bid Proposal d) Specifications e) Maps and Plans a. f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any r7 ow 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City as 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 go City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by Contracts other than Federal -Aid FHWA Page 2 of 4 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 Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen 15 days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In «� such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project rr and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City as 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 go City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by am Contracts other than Federal -Aid FHWA Page 3 of 4 RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than one hundred (100) working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1 -08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. .. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time .w to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. M M Contracts other than Federal -Aid FHWA Page 4 of 4 w 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 $217,436.80 num two hundred seventeen thousand four hundred thirty -six dollars and eighty cents. written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written. CONTRACT( -- CITY OF RENTON Oord n Wagster Je anner, Mayor e ' ent ATTEST Nathan Wagster Bonnie Walton, City Clerk Secretary dba Omega Contractors, Inc. Firm Name check one Individual Partnership X Corporation Incorporated in Washington State Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the by -laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d /b /a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d /b /a and name of the company. W �. 140 Insurance Services Group, Inc. www.isgwoodinville.com May 30, 2002 Mr. Gordon Wagster Omega Contractors, Inc. PO Box 430 ., Duvall, Washington 98019 Re: City of Renton North Talbot Pump Station Rehabilitation & Other Water Facility Modifications Dear Mr. Wagster, North Pacific Insurance Co is an admitted insurance company to do business in the State of Washington. As an admitted insurance company in the State of Washington, all .rr insurance policies, forms, and endorsements must be filed and approved by the State of Washington Insurance Commissioner. .. The City of Renton's manuscript form for contract number CAG -02 -048 has not been filed or approved with the State of Washington Insurance Commissioner for use by North Pacific Insurance Co. North Pacific Insurance Co. cannot use this form because they would be in violation of their filing. Sincerely, Steve tter- Insurance Services Group, Inc. M W 14227 N.E. Woodinville Duvall Rd. • P.O. Box 2225 • Woodinville, WA 98072 • (425) 483 -4583 • Toll Free 1- 800 - 945 -4428 • Fax(425)487-4801 Securities offered through Pacific West Securities, Inc. ®+ Member NASD /SIPC ACaRD CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YY) TM 05/30/2002 RODUCER (425)483 -4583 FAX (425)487 -4801 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION Insurance Services Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 2225 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Woodinville, WA 98072 INSURERS AFFORDING COVERAGE INSURED Omega Contractors Inc. INSURER A: North Pacific Insurance Co. PO Box 430 INSURER B: National American Ins. Company of Californi Duvall, WA 98019 INSURER C: United National Insurance Company INSURER D: I INSURER E: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MM /DD/YY) LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR X WA Stop Gap C05142322 09/15/2001 09/15/2002 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: X POLICY PRO LOC El SECT PRODUCTS - COMP /OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS NAC1030016 09/15/2001 09/15/2002 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ C EXCESS LIABILITY -xi OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ CU9456 09/15/2001 09/15/2002 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS he City of Renton, and its officers ,officials,agents,employees & volunteers, RH2 Engineering, Inc are rimary & non - contributing insured per attached CS8050295 endorsement. Waiver of subrogation applies. rggregate limits per project per attached CG26030397 endorsement. CGO043 Amendatory endorsement has en incorporated into the current policy form CG000101 -96. roject: North Talbot Pump Station Rehabilitation & Other Water Facility Modifications -ULK I IrII:A 1 t HULUtK City of Renton Attn: J.D. Wilson 1055 S Grady Way Renton, WA 98055 aw ADDITIONAL INSURED; INSURER LETTER: GANGtLLA 1 IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL X%M MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, DCMX)(9QX9CN1E9OMKX9CD(9t MKXKPM)i)OQX9t%KXXXXI(lMK)(XXXX D FX*X (9 X90 XXXXXXXXX AUTHORIZED REPRESENTATIVE Steve Snyer /SDS POLICY NUMBER: C05142322 COMMERICAL GENERAL LIABILITY CS 805 02 95 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ` ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS, INCLUDING COMPLETED OPERATIONS AND PRIMARY AND NON - CONTRIBUTING COVERAGE TO THE EXTENT REQUIRED BY AN INSURED CONTRACT This endorsement modifies insurance provided under the following: ,. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE err Name of Person or Organization: The City of Renton, and its officers, officials, agents, employees & volunteers. RH2 Engineering, Inc. M 1. WHO IS AN INSURED (Section II) is amended to include as an insured the person or sr organization (called "additional insured ") shown in the Schedule, but only with respect to: (a) Vicarious liability arising out of your ongoing operations performed for the additional insured; or (b) Liability arising out of any act or omission of the additional insured for which you have entered into an enforceable "insured contract" which obligates you to indemnify the additional insured, or to furnish insurance coverage for the additional insured, and arising out of your ongoing operations for that additional insured. 2. Additional Exclusion. This insurance does not apply to "bodily injury ", or "property damage" occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs), to be performed by or on r�. behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same proj ect. CS 805 02 95 Copyright, Insurance Services Office, Inc., 1995 0 0 aw This exclusion does not apply to the extent that an "insured contract" requires that you assume the tort liability of the additional insured arising out of a risk that would otherwise be excluded by this exclusion. 3. Section IV, Commercial General Liability Conditions, Paragraph 4, Other Insurance, is amended to add the following subparagraph: d. Additional Insured's Other Insurance As Excess Insurance aw To the extent required by an "insured contract," this insurance is primary on behalf of the person or organization shown in the Schedule of an additional insured endorsement attached to this policy, and any other insurance maintained by that person or organization is excess and not contributory with this r ` insurance. If the "insured contract" does not require this provision, then paragraph a. above will apply. 4. The Limits of Insurance as provided in Section III are those shown in the Declarations or those limits which are specified in an "insured contract" under which you assume tile tort liability of the additional insured, whichever are less. These Limits of Insurance are inclusive of and are not in addition to the Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged M 0 rrr go CS 805 02 95 Copyright, Insurance Services Office, Inc., 1995 +r POLICY NUMBER: 005142322 COMMERCIAL GENERAL LIABILITY W CG 26 03 03 97 .o THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECTS GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: North Talbot Pump Station Rehabilitation & Other Water Facility Modifications — Project number CAG -02 -048 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) err A. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C NY (SECTION I), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction protect, and that limit is equal to the, amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or property damage included in the "products- completed operations hazard ", and for medical expenses under COVERAGE C regardless of the number of- a. Insureds; - b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing `suits ". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. ,,,,. Page 1 of 2 Copyright, Insurance Services Office, Inc., 1996 CG 25 03 03 97 W B. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences' under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical ■r expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever Is applicable— and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products- completed operations hazard' is ow provided, any payments for damages because of "bodily Injury" or "property damage" included in the "products- completed operations hazard" will reduce the Products - Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General to Aggregate Limit D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs. Specifications, or timetables, the project will still be deemed to be the same construction project. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. M r 77 Page 2 of 2 Copyright, Insurance Services Office, Inc., 1996 CG 25 03 03 97 F-1 0 MAY -17 -2002 10:01 FROM OMEGA CONTRACTORS INC TO 4254874801 P.03 CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT .�� INSURANCE INFORMATION FORM .r CONTRACTOR/CONSULTANT: Omega Contractors, Inc. PROJECT NUMBER: CAG-02 -048 STAFF CONTACT: J.D. Wilson *w Certificate of Insurance indicates the coverages and limits specified in contract? If no, explain below: Yes ❑ No +r Is the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? C� Yes ❑ No ur (If no, attach a copy of the policy with required coverages clearly identified) rr CG 0043 Amendatory Endorsement provided? *A Ek Yes ❑ No CGL General Aggregate provided on a "per project basis (CG2503) ?* )7 Yes ❑ No Additional Insured wording provided ?* J1 Yes ❑ No All coverage on a primary basis and non - contributing basis ?* Ek Yes ❑ No Waiver of Subrogation Clause applies ?* IX Yes ❑ No •rr Severability of Interest Clause (Cross Liability) applies? EX Yes ❑ No Notice of Cancellation/Non- Renewal amended to 45 days ?* E2� Yes ❑ No ,rr * To be shown on certificate of insurance A Not required if ISO Occurrence form is 1990 or earlier; may also be assumed under contract. AM BEST'S RATING FOR CARRIER: CGL A FSCXV AutoB ++ FSCVII Umb A +FSC'_TV Professional _ This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy �r and does 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. 4W Tngnranr-a care; r•aa rrnup Tnc, Genia Kacey Agency/Broker Completed,�y (T e or Print Name) PO Box 2225,Woodinville, WA. 98072 c, Address Completed y (Signature) +ir Steve Snyer (425) 483 -4583 e t. 103 Name of person to contact Telephone Number NOTE.- THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATTE OF INSURANCE FOR EACH LINE OF COVERAGE 0 VW 41W M 03 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Omega Contractors, Inc._ that ( Name of contractor /subcontractor /consultant) hereby confirms and declares I. It is the policy of Omega Contractors, 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. Omega Contractors, Inc complies with all applicable ( Name of contractor /subcontractor /consultant) federal, state and local laws governing non - discrimination in employment. II. When applicable, Omega Contractors, Inc will seek out and aw ( Name of contractor /subcontractor /consultant) negotiate with minority and women contractors for the award of subcontracts. Go; do Wa � 51E� Print Agent/Representative's Name Print Agent/Represent ive's Title Agen epresentative's Signature S _-2-r) -o7- Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s) with the contract. IN STAT£ Off, 4 � O 7 J � O � lee5 � y STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE OFFICE, PO BOX 44540, OLYMW A, WASHINGTON 98504 -4540 E -MAIL nowL235(a,LNI.wA.GOV (360) 902 -5335 FAx (360) 902 -5300 February 1, 2002 TO: All Washington Public Agenc FROM: Jim P. Christensen, Industrial Prevailing Wage SUBJECT: Prevailing Wage &Z's -t%ov " 0, �O�s Attached are revised prevailing wages which will be effective for any contract bid on or after March 3, 2002. Public agencies are required to publish wages that meet or exceed prevailing wages, in bid specifications and in contract documents. Please be sure you do this. RCW 39.12.030. E -WAGES - These wages, along with a wealth of other prevailing wage information, are available on our website at WWW.LIVI.WA.GOV/PREVAILINGWAGE. They are so easily accessible from our website and are so expensive to print and mail, we will stop mailing +�• prevailing wage lists to everyone. If you must continue to receive prevailing wages by mail you must send us a card or letter, otherwise you will no longer be receiving them by mail. For similar reasons we are also no longer printing the information booklet. E- Busugms - There is also a new system which allows contractors to file Intent and Affidavit forms electronically. This speeds up the process considerably. See all this at W W W.LNI. WA.GOV/PREVAILINGWAGE. is REVISED INTENT AND AFFIDAVIT FORMS - Our paper Intent and Affidavit forms have been revised. They are still very similar to the old forms, with a few changes. They do not require a notary seal, and they are 2 -part carbonless forms rather than the old 4 -part forms. The department will keep one copy and the original will be for your records. Contractors wanting to keep a copy will have to photocopy. The revised forms will be available February 15 from our Tumwater office or any of our local service locations beginning March 1. After June 30, 2002, only the revised forms will be accepted for processing. SMALL WORKS ROSTER - I am asking that agencies using the `small works roster' procedure for contracts under $10,000 please contact meat (360) 902 -5330. lam considering making revisions to this paperwork method and I need to know how many agencies are using it and who they are. W 04 ATTENTION AWARDING AGENCIES APPLICATION OF RCW 39.04.260 Due to the increasing prevalence of the Lessee/Lessor relationships between public and private parties, the Department would like to again remind awarding agencies of the requirements of RCW 39.04.260. RCW 39.04.260 states that any work, construction, alteration, repair, or improvement, other than ordinary maintenance, that the state or a municipality causes to be performed by a private party through a contract to rent, lease, or purchase at least fifty percent of the project by one or more state agencies or municipalities shall comply with chapter RCW 39.12, the State's prevailing wage law. It is the responsibility of the awarding agency to make an accurate determination as to whether the entire project falls within RCW 39.04.260 prior to entering into a lease relationship for space in a privately owned building. The determination is based on whether the awarding agency is causing the work to be performed and when at least fifty percent of the leased space is going to be occupied by one or more public agencies. If RCW 39.04.260 applies, all work performed in conjunction with the project is covered, not just the tenant improvements, and the project is subject to all provisions of RCW 39.12. Specifically, RCW 39.12.020, RCW 39.12.040 & RCW 39.12.042 should be reviewed. These statutes outline the requirements for a contractor to pay prevailing wages and the awarding agencies responsibilities for requiring contractors to file Statements of Intent to Pay Prevailing Wages and Affidavit of Wages Paid. Should the awarding agency fail to comply with all the provisions of RCW 39.04.260 and RCW 39.12.040, the awarding agency can be held responsible for any unpaid prevailing wages. Recently, an awarding agency was held liable for unpaid prevailing wages because they did not apply the provision of RCW 39.04.260 to the remodel of a privately owned building that was to be leased by the awarding agency. Should you have any further questions or need assistance in making these determinations, please contact us. e e D BENEFIT CODE KEY - EFFECTIVE 03 -03 -02 � fitt ## tiff#1 iRffff# fttiffttftiii !lttt #fRltfifitiittit!• tit# ff•l ttiiiiittifiittiftl iRttitttf #it ##! #iit#tlitft #fttittittit 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 PREVAEUNG RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF MIES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE- D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN. EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (I0) 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 TAMES 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 rrr 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 TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF w WAGE. 1. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HAI, TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF T NOS THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON wi THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE to HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF IDES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. wr 2. 4. 5. BENEFIT CODE KEY - EFFECTIVE 03-03-02 -2- S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE - HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TINIES THE HOURLY RATE OF WAGE. 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 TAMES 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 TAMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TAMES 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 TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TAMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS X11 WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. L ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TAMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 71 77 IN BENEFIT CODE KEY - EFFECTIVE 03-03-02 -3- 5. 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). 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). K HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (71/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. K _ HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER TIIANKSGIVING 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). C. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) 6. 8. BENEFIT CODE KEY - EFFECTIVE 03-03 -02 -4- Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). x PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I� NOTE CODES A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175'- $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250'- S5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMUMS 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'- S 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. M. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: 50.50, AND LEVEL C: $0.25. e e e e WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. lw 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. State of Washington rr„ DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 * PO Box 44540, Olympia, WA 985044540 ■. 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 to total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.67 1M 5D BOILERMAKERS - JOURNEY LEVEL $38.71 1 B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1 M 5A CABINET MAKERS (IN SHOP) to JOURNEY LEVEL $11.71 1 CARPENTERS ACOUSTICAL WORKER $35.31 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $35.15 1M 513 CARPENTER $35,15 1M 5D CREOSOTED MATERIAL $35.25 1M 5D DRYWALL APPLICATOR $34.94 1M 5D FLOOR FINISHER $35.28 IM 5D FLOOR LAYER $35.28 IM 5D FLOOR SANDER $35.28 IM 51) MILLWRIGHT AND MACHINE ERECTORS $36.15 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $35,35 1M 5D SAWFILER $3528 1M 5D SHINGLER $35.28 1M 5D rr STATIONARY POWER SAW OPERATOR $35.28 IM 5D STATIONARY WOODWORKING TOOLS $35.28 'IM 5D CEMENT MASONS JOURNEY LEVEL $36.15 1M 5D DIVERS & TENDERS DIVER $75.57 1M 5D 8A DIVERTENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 1B 5D 8L ASSISTANT MATE (DECKHAND) $35.23 16 5D 8L BOATMEN $35.67 1B 5D 8L ENGINEER WELDER $35.72 1B 5D 8L LEVERMAN, HYDRAULIC $37.11 1 B 5D 8L �wr MAINTENANCE $3523 113 5D 8L MATES $35.67 1B 5D 8L OILER $35.33 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $34.92 11 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER $45.65 ID 6H CABLE SPLICER (TUNNEL) $62.70 1D 6H CERTIFIED WELDER $43.99 1D 6H CERTIFIED WELDER (TUNNEL) $6027 1D 6H CONSTRUCTION STOCK PERSON $23.33 1 D 6H JOURNEY LEVEL $42.33 1 D 6H JOURNEY LEVEL (TUNNEL) $57.83 1 D 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A Ali HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31.13 4A 5A JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $4225 4A 6Q MECHANIC IN CHARGE $46.63 4A 60 PROBATIONARY CONSTRUCTOR $16.27 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE - All Classifications $11.05 1 ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 1 B 6S ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1 B 6S ALL OTHER CONCRETE PRODUCTS - Fabricator $1824 1B 6S ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1 B 6S of ALL OTHER CONCRETE PRODUCTS - Maintenance $18.77 16 6S ALL OTHER CONCRETE PRODUCTS - Operator $1824 16 6S ALL OTHER CONCRETE PRODUCTS - Welder $1824 1B 6S ALL OTHER CONCRETE PRODUCTS - Wet Pour $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 16 6S FENCE ERECTORS FENCE ERECTOR $24.62 1 FLAGGERS JOURNEY LEVEL $24.99 1M 5D GLAZIERS Ali JOURNEY LEVEL $35.96 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1.1 5A HOD CARRIERS 3 MASON TENDERS JOURNEY LEVEL $30.15 IM 5D Page 2 KING COUNTY Page 3 err Effective 03-03-02 (See Benefit Code Key) r Over PREVAILING Time Holiday Note Classification WAGE Code Code Code • INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER dw JOURNEY LEVEL $9.07 1 INLAND BOATMEN ASSISTANT ENGINEER $30,70 1K 5D CHIEF ENGINEER $31.57 1K 5D err COOK $26.58 1K 50 DECK ENGINEER, ABLE SEAMAN, OILER $26.58 1K' 513 DECKHAND $26.17 1K 5D it FIRST MATE $30,80 1K SO MASTER $33.74 1K 5D MATE, LAUNCH OPERATOR $28.83 1K 513 err MESSMAN $21.96 1K. 5D ORDINARY SEAMAN $23.28 1K 5D INSPECTION/CLEANWGISEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $35.15 1M 5D o IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS ASPHALT RAKER $30.15 IM 5D BALLAST REGULATOR MACHINE $29.67 1M 5D BATCH WEIGHMAN . $24.99 1M 5D CARPENTER TENDER $29.67 1M 5D CASSION WORKER $30.51 IM 5D CEMENT DUMPERIPAVING $30.15 IM 5D CEMENT FINISHER TENDER $29.67 1M 50 CHIPPING GUN (OVER 30 LBS) $30.15 1M 5D CHIPPING GUN (UNDER 30 LBS)_ $29.67 1M 5D CHUCK TENDER $29.67 IM 5D rw CLEAN -UP LABORER $29.67 1 M 5D CONCRETE FORM STRIPPER $29.67 1M 5D CONCRETE SAW OPERATOR $30.15 1M 5D CRUSHER FEEDER $24.99 1M 5D CURING LABORER $29.67 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $29.67 1M 5D DITCH DIGGER $29.67 1M 5D ter DIVER $30.51 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $30.15 1M 5D DRILL OPERATOR, AIRTRAC $30.51 1M 5D DUMPMAN $29.67 1M 5D FALLERBUCKER, CHAIN SAW $30.15 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $22.67 1M 5D construction debris deanup) rr FINE GRADERS $29.67 1M 5D Page 3 err KING COUNTY Effective 0""2 Classification FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE RELINER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POTTENDER POWDERMAN POWDERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE- TIMBERMAN RIPRAP MAN SIGNALMAN SLOPER SPRAYMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER 4 STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER - TAILER TRACKLABORER TRACK LINER (POWER) TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR WELDER WELL -POINT LABORER LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER PIPE LAYER Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Mote WAGE Code Code Code $29.67 IM 50 $29.67 1M 5D $29.67 1M 513 $29.67 IM 5D $30.15 1M 513 $29.67 1M 5D $29.67 IM 5D $30.51 1 M 513 $30.15 1M 5D $29.67 IM 513 $30.51 IM 513 $30.15 1M 513 $30.15 1M 5D $30.15 1M 513 $30.51 1M 5D $30.15 1M 5D $30.15 1M 513 $24.99 IM 5D $30.15 1M 513 $30.15 1M 5D $30.51 1M 513 $30.15 1M 5D $29.67 IM 5D $30.51 1M 5D $29.67 IM 5D $30.15 1M 5D $30.15 1M 5D $30.51 1 M 513 $29.67 1 M 5D $29.67 1M 5D $29.67 IM 5D $30.15 1M 5D $30.15 1M 5D $29.67 IM 50 $29.67 1 M 5D $30.15 1M 5D $30.15 1M 5D $29.67 IM 5D $29.67 1M 513 $29.67 1M 5D $30.15 - IM 5D $30.15 1M 5D $29.67 IM 5D $30.15 1M 5D $29.67 1M 5D $30.15 1M 5D $29.67 1M 5D $30.15 1M 5D KING COUNTY Page 5 aw Effective 03-03-02 (See Benefit Code Key) w Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 as LATHERS JOURNEY LEVEL $34.94 IM 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER $15.86 1 ■r LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 err MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 go EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $28.63 2B 5A PLASTERERS JOURNEY LEVEL $35.63 111 5A or PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.76 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $36.05 IT 5D 8L +� BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $36.49 IT 5D 81. BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $36.99 IT 5D 8L BACKHOES, (75 HP & UNDER) $35.69 IT 5D 8L r BACKHOES, (OVER 75 HP) $36.05 IT 5D 8L BARRIER MACHINE (ZIPPER) $36.05 IT 513 8L BATCH PLANT OPERATOR, CONCRETE $36.05 IT 5D 8L BELT LOADERS (ELEVATING TYPE) $35.69 IT 5D 8L BOBCAT $33.59 IT 5D 8L BROOMS $33.59 IT 5D 8L BUMP CUTTER $36.05 IT 5D 8L wr CABLEWAYS $36.49 IT 5D 8L CHIPPER $36.05 IT 5D 8L COMPRESSORS $33.59 IT 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $33.59 IT 5D 8L r CONCRETE PUMPS $35.69 IT 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 IT 5D 8L CONVEYORS $35.69 IT 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $35.69 IT 5D 8L Page 5 aw KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 20 - 44 TONS, WITH ATTACHMENTS $36.05 IT 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $36.49 IT 5D 8L WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $36.99 IT 50 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $37.49 IT 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $33.59 IT 5D 8L CRANES, A- FRAME, OVER 10 TON $35.69 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $37,99 IT 5D 8L ATTACHMENTS CRANES; OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $36.05 IT 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $36,49 IT 513 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $36.99 IT 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $36.99 IT 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $37,49 IT 5D 8L CRUSHERS $36.05 IT 5D 8L DECK ENGINEERIDECK WINCHES (POWER) $36.05 IT 513 8L DERRICK, BUILDING $36.49 IT 51) 8L Ifs DOZERS, D-9 & UNDER $35.69 IT 5D 8L DRILL OILERS. AUGER TYPE, TRUCK OR CRANE MOUNT $35.69 IT 5D 8L DRILLING MACHINE $36.05 IT 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $33.59 IT 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $35.69 IT 5D 8L FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 8L FORK LIFTS, (3000 LBS AND OVER) $35.69 IT 5D 8L FORK LIFTS, (UNDER 3000 LBS) $33.59 IT SO 8L GRADE ENGINEER $35,69 IT 5D 8L GRADECHECKER AND STAKEMAN $33.59 IT 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANUFTS), AIR TUGGERS $35,69 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $35.69 IT 5D 8L HORVONTALIDIRECTIONAL DRILL OPERATOR $36.05 IT 50 8L HYDRALIFTSBOOM TRUCKS (10 TON & UNDER) $33.59 IT 5D 8L HYDRALIFTSBOOM TRUCKS (OVER 10 TON) $35.69 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $36.49 IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $36,99 IT 5D 8L 11 LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $36.05 IT 513 8L LOCOMOTIVES, ALL $36.05 IT 5D 8L MECHANICS, ALL $36.05 IT 5D 8L MIXERS, ASPHALT PLANT $36.05 IT 5D 8L MOTOR PATROL GRADER (FINISHING) $36.05 IT 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $35.69 IT 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $36.49 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 IT 5D 8L OPERATOR PAVEMENT BREAKER $33.59 IT 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $36.05 IT 5D 8L PLANT OILER (ASPHALT CRUSHER) $35.69 IT 5D 8L POSTHOLE DIGGER, MECHANICAL $33.59 IT 5D 8L POWER PLANT $33.59 IT 513 8L PUMPS, WATER $33.59 IT 5D 8L QUAD 9, D-10, AND HD-41 $36.49 IT 50 8L Page 6 KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 4w REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $36.49 IT 5D 81- EQUIP RIGGER AND BELLMAN $33.59 IT 5D 8L ROLLAGON $36.49 IT 5D 8L �r ROLLER, OTHER THAN PLANT ROAD MIX $33.59 IT 5D 8L ROLLERS, PLANTMIX OR MULTIUFT MATERIALS $35.69 IT 5D 81- ROTO -MILL, ROTO- GRINDER $36.05 IT 5D 8L rrr SAWS, CONCRETE $35.69 IT 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.05 IT 513 8L OFF -ROAD EQUIPMENT( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.49 IT 5D 8L w OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $35.69 1 T 5D 8L SCREED MAN $36.05 IT 5D 8L dw SHOTCRETE GUNITE $33.59 IT 5D 8L SLIPFORM PAVERS $36.49 IT 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $36.05 IT 5D 8L SUBGRADE TRIMMER $36.05 IT 5D 8L +rr TRACTORS, (75 HP & UNDER) $35.69 IT 5D 8L TRACTORS, (OVER 75 HP) $36.05 IT 5D 81- TRANSFER MATERIAL SERVICE MACHINE $36.05 IT 5D 8L Inr TRANSPORTERS, ALL TRACK OR TRUCK TYPE $36.49 IT 5D 8L TRENCHING MACHINES $35.69 IT 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $35.69 IT 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $36.05 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $33.59 IT 5D 8L YO YO PAY DOZER $36.05 IT 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER UNE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A p SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $43.46 1G 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL _ $1925 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $36.15 1 M 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $2624 1 RESIDENTIAL GLAZIERS err JOURNEY LEVEL $24.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 wo Page 7 KING COUNTY Effective 03 OU2 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $27.87 1G 5A RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $43.46 1 G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $2623 1J 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 16 5A RESIDENTIAL SPRINKLER FRIERS (FIRE_ PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $32.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $39.68 1.1 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $1244 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $42.48 1 B 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENTPERSON $1140 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $24.74 2B 5A HOLE DIGGER/GROUND PERSON $13.18 2B 5A INSTALLER (REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $24.74 2B 5A SPECIAL APPARATUS INSTALLER 11 $2421 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $22.91 2B 5A TELEVISION GROUND PERSON $12A2 2B 5A TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A TELEVISION TECHNICIAN $18.33 2B 5A TREE TRIMMER $22.91 2B 5A Page 8 go +er sr Page 9 aw KING COUNTY Effective 03-03-02 (See Benefit Code Key) to Over PREVAILING Time Holiday Note Classification WAGE Code Code Code av TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $32.83 1H 5A TILE, MARBLE & TERRAZZO FINISHERS 40 FINISHER $26.66 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $33.48 IT 51) 8L ASPHALT MIX (OVER 16 YARDS) $34.06 IT 513 8L DUMP TRUCK $33.48 IT 5D 8L rr DUMP TRUCK & TRAILER $34.06 IT 513 8L OTHER TRUCKS $34.06 IT 513 8L TRANSIT MIXER $23.45 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 go +er sr Page 9 aw BUILDING SERVICE EMPLOYEES - Effective: 3/3/02 Page 1 of 4 1W State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the «r 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 by clicking on the benefit code. • BUILDING SERVICE EMPLOYEES Effective 3/3/02 to Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN AND SPOKANE ,w, JANITOR $7.82 1 SHAMPOOER $7.98 1 WAXER $7.98 1 40 WINDOW CLEANER $10.96 1 aw http:// www. Ini. wa. gov/ prevailingwage /jwages /20021BUIL.htm 04/02/2002 Counties Covered: ASOTIN, COLUMBIA, ISLAND, SAN JUAN, SKAMANIA AND WAHKIAKUM ow JANITOR $6.90 1 SHAMPOOER $6.90 1 WAXER $6.90 1 WINDOW CLEANER $6.90 1 Counties Covered: BENTON JANITOR $7.74 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $8.67 1 Counties Covered: CHELAN „ JANITOR $7.29 1 SHAMPOOER $11.14 1 WAXER $8.14 1 aw http:// www. Ini. wa. gov/ prevailingwage /jwages /20021BUIL.htm 04/02/2002 BUILDING SERVICE EMPLOYEES - Effective: 3/3/02 Page 2 of 4 WINDOW CLEANER $9.14 1 Counties Covered: CLALLAM JANITOR $8.47 1 SHAMPOOER $8.97 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 Counties Covered: CLARK JANITOR $10.61 1 SHAMPOOER $12.55 1 WAXER $12.55 1 WINDOW CLEANER $16.49 1 Counties Covered: COWLITZ JANITOR $10.04 1 SHAMPOOER $12:55 1 WAXER $12.55 1 WINDOW CLEANER $15.89 1 Counties Covered: DOUGLAS JANITOR $7.29 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $9.14 1 Counties Covered: FRANKLIN AND KITTITAS JANITOR $7.29 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $9.14 1 Counties Covered: GARFIELD AND WHITMAN JANITOR $7.24 1 SHAMPOOER $11.14 1 WAXER $8.14 1 WINDOW CLEANER $8.14 1 Counties Covered: GRANT JANITOR $7.24 1 SHAMPOOER $11.14 1 WAXER $8.89 1 http: / /www.ini.wa.gov/ prevailingwage /iwages /20021/BUIL.htm 04/02/2002 BUILDING SERVICE EMPLOYEES - Effective: 3/3/02 http://www.Ini.wa.gov/prevallingwage/iwages/20021/BUEL.htm 5S 5S 5S 5S Page 3 of 4 04/02/2002 WINDOW CLEANER $9.14 1 Counties Covered: GRAYS HARBOR JANITOR $7.25 1 SHAMPOOER $11.25 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 Counties Covered: JEFFERSON, KITSAP, LEWIS, MASON AND PACIFIC JANITOR $8.47 1 SHAMPOOER $8.97 1 wr WAXER $8.97 1 WINDOW CLEANER $13.22 1 Counties Covered: KING JANITOR $13.45 2F TRAVELING WAXER/SHAMPOOER $13.95 2F WINDOW CLEANER (NON- SCAFFOLD) $17.54 2F WINDOW CLEANER (SCAFFOLD) $18.53 2F Counties Covered: KLICKITAT AND SKAGIT JANITOR $10.00 1 SHAMPOOER $6.90 1 WAXER $6.90 1 WINDOW CLEANER $6.90 1 Counties Covered: OKANOGAN JANITOR $7.24 1 SHAMPOOER $10.00 1 WAXER $8.14 1 WINDOW CLEANER $9.14 1 Counties Covered: w PEND OREILLE JANITOR $6.90 1 +w. SHAMPOOER $8.50 1 WAXER $6.90 1 WINDOW CLEANER $9.00 1 to Counties Covered: — PIERCE to JANITOR $9.37 1 SHAMPOOER $10.08 1 WAXER $10.08 1 — a http://www.Ini.wa.gov/prevallingwage/iwages/20021/BUEL.htm 5S 5S 5S 5S Page 3 of 4 04/02/2002 BUILDING SERVICE EMPLOYEES - Effective: 3/3/02 Page 4 of 4 WINDOW CLEANER $13.22 1 Counties Covered: SNOHOMISH JANITOR $8.73 1 SHAMPOOER $9.23 1 WAXER $9.23 1 WINDOW CLEANER $13.48 1 Counties Covered: STEVENS JANITOR $7.82 1 SHAMPOOER $8.50 1 WAXER $7.98 1 WINDOW CLEANER $10.96 1 Counties Covered: THURSTON JANITOR $8.47 1 SHAMPOOER $10.32 1 WAXER $8.97 1 WINDOW CLEANER $10.84 1 Counties Covered: WALLA WALLA JANITOR $7.14 1 SHAMPOOER $11.14 1 WAXER $8.14 1 WINDOW CLEANER $9.14 1 Counties Covered: WHATCOM JANITOR $7.00 1 SHAMPOOER $6.90 1 WAXER $6.90 1 WINDOW CLEANER $8.50 1 Counties Covered: YAKIMA JANITOR $7.14 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $9.14 1 http: / /www.ini.wa.gov/ prevailingwage /iwages /20021/BUIL.htm 04/02/2002 FABRICATED PRECAST CONCRETE PRODUCTS - Effective: 3/3/02 Page 1 of 2 ow State of Washington DEPARTMENT OF LABOR AND INDUSTRIES No Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. �rrr W FABRICATED PRECAST CONCRETE PRODUCTS Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note �r Classification - Wage Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, .. GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 +w. Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM �. ALL CLASSIFICATIONS $13.50 1 Counties Covered: KING ARCHITECTURAL AND PRESTRESSED $11.05 1 CONCRETE - All Classifications ALL OTHER CONCRETE PRODUCTS - $18.77 1 B 6S Carpenter ALL OTHER CONCRETE PRODUCTS - Clean -up $17.99 1 B 6S ALL OTHER CONCRETE PRODUCTS - $18.24 1 B 6S Fabricator r. ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1 B 6S ALL OTHER CONCRETE PRODUCTS - $18.77 1 B 6S Maintenance ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1 B 6S http:// www. ini. wa. gov/ prevailingwage /iwages /20021/FABR.htm 04/02/2002 FABRICATED PRECAST CONCRETE PRODUCTS - Effective: 3/3/02 Page 2 of 2 ALL OTHER CONCRETE PRODUCTS - Wet $17.99 1 B 6S Pour ALL OTHER CONCRETE PRODUCTS - Yard $17.99 1 B 6S Patch Counties Covered: PIERCE ALL CLASSIFICATIONS $10.00 1 Counties Covered: SPOKANE LABORER $6.90 1 MACHINE OPERATOR $10.33 1 Counties Covered: WHATCOM CARPENTER $11.43 1 CONCRETE FINISHER $12.53 1 LABORER $8.43 1 REBAR $14.60 1 Counties Covered: YAKIMA CRAFTSMAN $8.65 1 LABORER $6.90 1 PRODUCTION WORKER $7.15 1 http: / /www.Ini.wa.gov/ prevailingwage /jwages /20021/FABR.htm 04/02/2002 INDUSTRIAL ENGINE AND MACHINE MECHANICS - Effective: 3/3/02 Page I of 1 .r State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the +�► hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. INDUSTRIAL ENGINE AND MACHINE MECHANICS Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code wr Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, KLICKITAT, LEWIS, LINCOLN, MASON, OKANOGAN, PACIFIC, PEND OREILLE, PIERCE, SAN JUAN, SKAGIT, SKAMANIA, SNOHOMISH, SPOKANE, STEVENS, THURSTON, WAHKIAKUM, WALLA WALLA, WHATCOM, WHITMAN AND YAKIMA MECHANIC $15.65 1 r°-° W to 0 "" http: / /www.ini.wa.gov/ prevailingwage /iwages /20021/INDE.htm 04102/2002 METAL FABRICATION (IN SHOP) - Effective: 3/3/02 Page 1 of 3 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. METAL FABRICATION (IN SHOP) Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: $7.06 1 ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 http: / /www.Ini.wa.gov /prevailingwage /jwages/20021/META.htm w 04/02/2002 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 http: / /www.Ini.wa.gov /prevailingwage /jwages/20021/META.htm w 04/02/2002 METAL FABRICATION (IN SHOP) - Effective: 3/3/02 .r wr http://www.ini.wa.gov/prevailingwage/jwages/20021/NlETA.htm ?U 6U 6U 6U 6U 6U 6V 6V 6V 6V Page 2 of 3 04/02/2002 LABORER $11.13 1 '■' MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $22.72 1 J + LABORER $16.57 1J LAYEROUT $23.06 1 J MACHINE OPERATOR $17.08 1J PAINTER $19.65 1 J WELDER $21.54 1J 'r Counties Covered: COWLITZ FITTER $22.39 1 B LABORER $17.62 1 B MACHINE OPERATOR $22.39 1 B «r WELDER $22.39 1 B Counties Covered: GRANT ` FITTER/WELDER $10.79 1 PAINTER $7.45 1 Counties Covered: KING FITTER $15.86 1 "" LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 Counties Covered: KITSAP FITTER $26.96 1 LABORER $6.90 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE wr http://www.ini.wa.gov/prevailingwage/jwages/20021/NlETA.htm ?U 6U 6U 6U 6U 6U 6V 6V 6V 6V Page 2 of 3 04/02/2002 METAL FABRICATION (IN SHOP) - Effective: 3/3/02 FITTER LABORER MACHINE OPERATOR WELDER FITTER/WELDER LABORER MACHINE OPERATOR PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER FITTER LABORER LAYEROUT MACHINE OPERATOR WELDER FITTER/WELDER LABORER MACHINE OPERATOR FITTER LABORER MACHINE OPERATOR PAINTER WELDER $15.25 $9.25 $13.98 $13.98 Counties Covered: SNOHOMISH $15.38 $9.79 $8.84 $9.98 Counties Covered: SPOKANE $12.59 $7.98 $13.26 $10.27 $10.80 Counties Covered: THURSTON $21.29 $13.52 $23.22 $16.43 $19.34 Counties Covered: WHATCOM $13.81 $9.00 $13.81 Counties Covered: YAKIMA $12.00 $10.31 $11.32 $12.00 $11.32 1 1 1 1 1 1 1 1 1R 1R 1R 1R 1R 1 1 1 1 1 1 1 1 :1 6T 6T 6T 6T Page 3 of 3 http: / /www.Ini.wa.gov /prevailingwage /jwages /20021/META.htm 04/02/2002 SHEET METAL WORKERS - Effective: 3/3/02 Page 1 of 1 w. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the ON 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 by clicking on the benefit code. rr - SHEET METAL WORKERS so Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL (FIELD OR SHOP) $31.33 1B 5A Counties Covered: +w BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $34.29 1B 5A Counties Covered: CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL (FIELD OR SHOP) $39.68 11 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $38.60 1B 5A Counties Covered: JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 1 Counties Covered: SAN JUAN, SKAGIT AND WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $35.65 11 5G r. tw http: / /www.Ini .wa.gov /prevailingwage /lwages /20021 /SHEE.htm 04/02/2002 SIGN MAKERS & INSTALLERS (ELECTRICAL) - Effective: 3/3/02 Page 1 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. SIGN MAKERS & INSTALLERS (ELECTRICAL) Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: CHELAN, DOUGLAS, GRANT AND OKANOGAN JOURNEY LEVEL $24.63 1 sir Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $19.29 1 Counties Covered: CLARK JOURNEY LEVEL $19.27 1 Counties Covered: COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16.88 1 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON JOURNEY LEVEL $18.04 1 Counties Covered: lilt ISLAND, SKAGIT AND WHATCOM JOURNEY LEVEL $16.03 1 Counties Covered: KING SIGN INSTALLER $23.36 1 http: / /www.Ini .wa.gov /prevailingwage /jwages /20021 /SIGE.htm 04 /02/2002 SIGN MAKERS & INSTALLERS (ELECTRICAL) - Effective: 3/3/02 Page 2 of 2 w SIGN MAKER $16.84 1 Counties Covered: KITSAP JOURNEY LEVEL $20.58 1 Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: PIERCE AND SNOHOMISH JOURNEY LEVEL $26.17 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 113 W7 w "" http: / /www.ini .wa.gov /prevailingwage /iwages /20021 /SIGE.htm 04/02/2002 SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) - Effective: 3/3/02 Page 1 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTITAS, WALLA WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 Counties Covered: CHELAN, DOUGLAS AND OKANOGAN JOURNEY LEVEL $16.14 1 Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $12.15 1 Counties Covered: wir CLARK JOURNEY LEVEL $29.02 1H 5A Counties Covered: COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16.74 1 Counties Covered: GRAYS HARBOR, MASON AND PACIFIC JOURNEY LEVEL $18.04 1 Counties Covered: ISLAND AND WHATCOM http:// www. Ini .wa.govlprevailingwage /iwages /20021 /SIGN.htm 04/02/2002 RUN Page 2 of 2 04/02/2002 SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) - Effective: 3/3/02 JOURNEY LEVEL $26.55 1 Counties Covered: KING SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 Counties Covered: KITSAP JOURNEY LEVEL $9.27 1 Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: LEWIS, SKAGIT AND SNOHOMISH JOURNEY LEVEL $29.67 1 M Counties Covered: PIERCE JOURNEY LEVEL $15.31 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 1 Counties Covered: SPOKANE m JOURNEY LEVEL $8.00 1 Counties Covered: THURSTON JOURNEY LEVEL $14.04 1 http: / /www.ini .wa.gov /prevailingwage /iwages /20021 /SIGN.htm RUN Page 2 of 2 04/02/2002 Department of Labor and Ind STATEMENT OF INTENT Prevailing Wage =, _ ING 'WAGES PO �_ �� TO PAID .PREVAIL Olympia WA 98504-4540 Public .Works Contract THIS FORM MUST BE TYPED ORPRINTM IN INK lnop=lete forms cannot beIz and will be--,, ed without annroval._ $25.00 Filing Fee Required Large, bold numbers match instruction on bade of form. 2. Proj= Name CO1maa Pteaae~a mi"M of W wo by dM Awpoo migkou bedo&"Dgprmom moti yrravtNM :,Ail °FORMS ::WILL BE MAILED TO TH(S ADDRESS; Contra= Awarding Agency 1 Organization name, addrms. city, sett & 2IP +4 ` Address S .......... ............................... _....... City nit 21P+4 i ........ - -.. Comity whce work will be performed : -- ------------- ------------ - - - - -- --------- --- - - - - -- ------------. ...- ..- ...------------- ......_. pedo�ed Guy where work w;II be Prime contractor t 3 Bid doe date Date contract awarded L&I Cow. Registration No. - Do you imrad to use mboomtaemal Do you intend to tae appttstices? Yes ID No Indicate total dollar amount of your contact --0— $ 4 H� pay 5 . rVmgee Bewro 6 Estimated of worltax 1 hereby certify that the above zda mtu m is earnest and that all wada= I employ an this Public Wedcs Projart will be paid no less than the Prevailing Wage .atgs) as detemmned by the iam>smal Sassaara of the Depart== of Labor and Inthr rim I understand that eootraaea wbo Viet= Prcvarliog Wage Laws. i.a, mcaaeet daufficaeioo/seopc of wort of worker. iatQsopes No payment of prevailing wages, rxc., are atbject to fines and/or debarment and will be usI te 'to pay any back wages doe to w admm RCW 39.12050 7 NOTARY: Complete an 4 copies and notarize each M to mil• M Subscribed and swum to before me this date Myon_caP°� on Notary Public in and for the State Of Signature For L&1 Use only APPROVED: Department of Labor and Industries By ,,rdt>d;o1s,aUxM6" M F700-029 -0O stage ar m to py o-Y 3 Company=ane Sigtrarute Title Arnou= Check Number Issued By: r— [ir ,tom s- as=sy INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT TO PAY PREVAILING WAGES — rr Incomplete fortes cannot., be processed and will be returned without approval.. This form must by TYPED OR PRINTED IN INK completed in its entirety, and all 4 copies submitted with the processing fee of $25.00 to: MANAGEMENT SERVICES DEPARTMENT OF LABOR AND INDUSTRIES PO BOX 44835 OLYMPIA WA 98504 -4835 Note: Please fold in thirds using marks along the left edge so the address will show in a window envelope. Approval of this intent will be based on the information provided by the corttractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages, the department will return 3 copies to the organization indicated on the form Please cad (206) 956-5335 if you have questions. NOTE: Please do not submit this form to our office if the "Awarding Agency" Is a federal entity. Complete the form as follows: NOTE: Numbers on instructions match large bold numbers on front of form. 1. The company name and address to which your forms should be mailed. 2. Project Name - The name of the project Contract Number - This is the number of the car*= between the awarding agency and the prime contractor Contract Awarding Agency - This is the name of the public agency that awarded the contract to the prime contractor. Address, City, State, ZIP f4 - This is the address of the contract awarding agency. - - County where work was performed - This is the county in which the actual work will be performed. City where work was performed - This is the city in which the work win be performed. If the work will be performed outside the limits of any city. write 'n/a' in this space- Bid Due Date - This is the date that the bids from prime contractors were due for submission to the contract awarding agency. Date Contract Awarded - This is the date the contract was awarded to the prime contractor by the awarding agency. Prime Contractor - This is the company that signed the contract with the contract awarding agency. Do you intend to use subcontractors? -,*x atc te'Yes' or 'No'. - - . --- - -__ Do you Intend to use apprentices? • Ind"mcate'Yes' or'No'. It 'Yes. please see Note at the bottom of this page. NOTE Wages are tied to the 'Bid Due Date'. if the "Date Contract Awarded' is six months or more after the bid due date, wages will be based on that award date. 3. list each craft/trade /occupation of workers to be employed on this project - If this is residential, landscape, or underground sewer.and water construction, please state so on the form- If operating engineers and/or truck drivers will be used, describe the type, and list the size or rated capacity of the equipment If the work will be performed by owners/partners, state 'Owner /operator' under the 'Craft' section, and sections 4, 5 and 6 need not be completed_ (Individuals who own less than 30% of the company are not considered to be owners/operators, and must be paid prevailing wage.) 4. Enter the rate of hourly pay for each craftnradetoccupation classification. This is the wage you will actually pay to the workers. 5- Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW 39.12010, that you will actually pay to the workers. The amount listed for 'Rate of Hourly Pay" plus the amount listed for 'Rate of Hourly Fringe Benefits', if any, must equal or exceed the prevailing rate of wage. 6. Enter the estimated number of workers for each craft/trade /occupation- 7. 'Notary' - Ensure this area is completely filled out and each copy notarized. 8. Indicate your companys -tame, address, phone number and time signature of an authorized representative. Forms without signatures will be returned. Industrial Statistician NOTE: Do not list apprentices or apprentice wages on this Statement of Intent. If you intend to use ESAC Division apprentices on this project they must be listed on the Affidavit of Wages Paid (F700-007 -000), and registered PO Box 44540 with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and Olympia WA 98504 -4540 Training Council within 60 days of hiring, must be paid prevailing journeyman wages for the time preceding the (206) 956 -5335 ,_._ w...«.... -- .- ...w..- ..-.II 1 -] , -C C77A Depamnentof Labor and Ind AFFIDAVIT OF WAGES PAID Prevailing Wsgc PO Box 44540 Public Works Contract M Olympia WA 98504 -45Q THIS FORM MUST BE TYPED OR PRINTED IN INK '$25.00 Filing Fee Required r►tcom{�lere forms cannot be awcessn * and win be rettuwM without a anwrl. Large, bold numbers match instructions on back of form. 2 project Name FbesaMowe nrswaa d 10 nortinp Mf'a lull a itas 1ha tae am 04w"Mt -6 +. fank+ma ALL'FORMS' ALL :BEMAILED:TO' - THiS- ADDRESS >; caatmet« Dambuaufiled 1. orasuintiaarank address, city.start&21P +4 _ -- � Contact Awarding Agency ...... ............................. .. ........... .. ........ . _. _...._ _ .... Address Address 21P+4 was pedatmed 1 Cur where wodk was Prime contractor L&I CA=. Registration No. Bid due date Date canuact awarded Date wade cam illi — indicate, total dollar amount of your contract -- ► $ 4 Number :5 Toni ii hn 6 Rate of 7 Rate of Hourly 18 ApAp r 3 X011 of workers 1 wonted -ea trader Hourly Pay Fringe Benefits : mwdcettaml ■r I heteby ca fy that the above imfonnaoao is cosec: mad that aU w=keCS I cmpdo7ed oa this pul3he W=ks Pwj= wee Pad no 1= thm we Pt=vailatg Wage Raids) as do .at I by the ladasaial Statisnam of the Deputmea of Labor and Ian I tmdewad that cooaactm who vidate Ptevmlmg Wage Laws. i.e.. iacaaect dandicationiscope of work of wow, imptoper payarent of ptevatlmg wages. cw— are subject to Sac :actor debaaamc and will be togauod to Pay any back wages due to vAxkc=L RCW 39.12050 10 NOTARY: Complete all 4 copies and notarize each SubseTibod and sworn to before ate this dart: try commission expires on Notary Public in and for the State Of Signature c ) - For L&I Use only (ERTTFIED: Department of Labor and Industries By Aantmt Check Number_ It>r '700.007 -000 aMdrir c f mater 693 9 Company name Address State ZIP + 4 Phone number L&I Cont. Registration No. c ) Signature Title Aantmt Check Number_ Issued By: ry t.., Mg- S- U-amfy `J INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID NOTE: Please do not submit this form to our office H the "Awarding Agency" is a federal entity. Certification of this affidavit wig be based on the information-provided by the contra=1subountractor. It does not signify approval of the classifications of labor used by the contrac tDrisubcontractor. After the Industrial Statistician has certified the Affidavit of Wages Paid, the department will return 3 copies to the organization indicated on the form. Please call (206)956 -5335 if yott have questions. Incomplete forms cannot be processed and will be returned without certification. This form must by TYPED OR PRINTED IN INK, and all 4 copies submitted with the processing fee of $25.00 to: will MANAGEMENT SERVICES Note: Please fold in thirds DEPARTMENT OF LABOR AND INDUSTRIES using marks along the left edge so the address will PO BOX 44835 OLYMPIA WA 98504 -4835 show in a window envelope. Complete the form as fdkhws: NOTE Numbers on instnrcttons match large bold numbers on front of this fort. 1. The-company name and address to which your forts should be mailed. 2- Project Name - The name of the project Contract Number - This is the number of the contract between the awarding agency and the prime contractor Date Intent Filed - This is the dais that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval. Contract Awarding Agency - This is the name of the pubic agency that awarded the contract to the prime contractor. Address, City; State, ZIP +4 - This is the address of the contract awarding agency. County where work was performed - This is the county in which the acwl work was performed. City where work was performed - This is the city in which the work was performed. If the work was performed outside the limits of any city, write Wa' fn this space. Bid Due Date This is the date that the bids from prime contractors were due for submission to the contract awarding agency. Date Contract Awarded - This is the date the contract was awarded to the prime contractor by the awarding agency. Date Work Completed - This is the date your portion of the contract was completed. Prime Contractor - This is the company that signed the contract with the contract awarding agency. NOTE Wages are tied 10 the 'M Due Date': if `Date CortRact Awarded' Is six months or more after the bid due date. wages will be based on that award date. 3. List each crafmade/occupation of workers employed on this project If this is residential, landscape, or underground sewer and water construction, please state so on the form. If operating engineers and/or truck drivers have been used, describe the type, and Est the size or rated capacity of the equipment. If the work was done by onmetstpartners, state ' Owner/operator' under the 'Craft" section. Sections 4, 5, 6. 7 and 8 need not be completed. (Individuals who own less than 30% of the company are not considered to be owners/operators, and must be paid prevailing wage.) 4. List the actual number of joumey4evel workers employed in the aafvtradefoocupation indicated on this project _ _-5. List the total number of hours worked by each aaftitrade/occupation. 6. Enter the rate of hourly pay for each craft/tradeloccupation classification. This is the wage you actually paid to the workers. 7. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW 39.12010, that you actually paid to the workers. The amount listed for 'Rate of Hourly Pay' plus the amount listed for 'Rate of Hourly Fringe Benefits', if any, must equal or exceed the prevailing rate of wage_ 8. If apprentices have been employed on this project, Est each by name, registration number, stage of progression, date of hire by the company, craft, and rate of hourly pay and fringe benefits. This information must be indicated for each craft listed for each apprentice. If you need more space to list apprentices, use additional forms. Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of registration. To verify apprenticeship registration and status, call (206) 956 -5324_ 9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be returned. 10. 'Notary' - Ensure this area is completely filled out and each copy notarized. RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law; retainage can not lawfully be released until such affidavits are filed. go a CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. H: /div /wtr /590zone /PRE VAIL. DOC /ag W By: Title: Company Name REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18 -02: Requires operators of stationary sources of air contaminants to maintain records of emissions, 40 periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of .w all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000 /day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76- 04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, . campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. +err R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. +rr R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76- .04.310: Stipulates that everyone clearing land or clearing right -of -way shall pile and burn or dispose of by other satisfactory means, all • forest debris cut thereon, as rapidly as the clearing or cutting .rr progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R. C. W. 78 -44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332 -18: Delineates all requirements of R.C.W. 76 -04 pertaining to land clearing and burning. U.S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92 -500 86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S. Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right -of -way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY A W.A.C. 173 -220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. , Kformsleovirpolft Pave 2 of 4 ( r7 In REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES W.A.C. 372 -24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508 -12 -100: Requires permit to use surface water. W.A.C. 508 -12 -190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and /or the diversion of water. W.A.C. 508 -12 -220: Requires permit to use ground water. W.A.C. 508 -12 -260: Requires permit to construct reservoir for water storage. W.A.C. 508 -12 -280: Requires permit to construct storage dam. W.A.C. 508 -60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) to WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. irr R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. am H:forms /envirpol /bh Page 3 of 4 M r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(0 of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. H: forms /envirpolft Page 4 of 4 s ow to o ow ow 1. w MU-1 err City of Renton SUPPLEMENTAL SPECIFICATIONS for the 1996 Standard Specifications for Road, Bridge, and Municipal Construction e'e: fSY \N'f� Adopted May 19, 1997 Washington State Department of Transportation VrAf 6 American Public Works Association Washington State Chapter CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right -of -way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT /APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT /APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT /APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (This is dolote44 All replacement text or text being added is shown as underlined type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross -outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the - .added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project - specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right -of -way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning /Building /Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. Page -RS -i n ..:: n,..,.. er,... ro 1007 ow aw Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS ...................................................... ............................... i Division 1 General Requirements ............................................................................ ............................... 1 1 -01 Definitions and Terms ...................................................................... ............................... 1 an Page -RS -ii Revision Date: May 19, 1997 1-02 Bid Procedures and Conditions ........................................................... ............................... 2 1 -03 Award and Execution of Contract ....................................................... ............................... 2 1-04 Scope of the Work ........................................................................... ............................... 3 1 -05 Control of Work ............................................................................. ............................... 3 1 -06 Control of Material ................................. ............................... 1 -07 Legal Relations and Responsibilities to the Public ................................... ............................... 7 1 -08 Prosecution and Progress ................................................................... .............................12 1 -09 Measurement and Payment ............................................................... ............................... 14 1 -10 Temporary Traffic Control ................................................................. .............................18 1 -11 Renton Surveying Standards ............................................................... .............................19 Division2 Earthwork .......................................................................................... ............................... 22 2 -02 Removal of Structures and Obstructions .............................................. ............................... 22 2 -03 Roadway Excavation and Embankment ............................................... ............................... 22 2-04 Haul .............................................................................................. .............................23 rrr2 -06 Subgrade Preparation ....................................................................... .............................23 2-09 Structure Excavation ......................................................................... .............................23 Division 3 Production From Quarry and Pit Sites and Stockpiling .................................... .............................25 3 No supplemental specifications were necessary ......................................... ............................... 25 Division4 Bases ................................................................................................. ............................... 25 1W 4 No supplemental specifications were necessary ............................................ .............................25 Division 5 Surface Treatments and Pavements ........................................................... ............................... 26 5 -04 Asphalt Concrete Pavement .............................................................. ............................... 26 as Division6 Structures ............................................................................................. .............................29 6 -12 Rockeries ..................................................................................... ............................... 29 Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits ........... 7 -01 Drains ........................................................................................... .............................30 7 -02 Culverts ...................................................................................... ............................... 30 irr 7 -03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass ............................ .............................30 7-04 Storm Sewers ................................................................................. .............................30 7 -05 Manholes, Inlets, and Catch Basins ..................................................... .............................31 7 -08 General Pipe Installation Requirements .............................................. ............................... 32 ■r 7 -10 Trench Exc., Bedding, and Backfill for Water Mains ............................. ............................... 34 7-11 Pipe Installation for Water Mains ....................................................... .............................34 7 -12 Valves for Water Mains .................................................................. ............................... 37 7 -14 Hydrants ..................................................................................... ............................... 38 ow ............................................................... ............................... 7 -15 Service Connections ........39 7 -17 Sanitary Sewers ............................................................................ ............................... 39 Division 8 Miscellaneous Construction ........................................................................ .............................40 rr 8 -09 Raised Pavement Markers .................................................................. .............................40 8 -10 Guide Posts ..................................................................................... .............................40 8 -13 Monument Cases .............................................................................. .............................40 8 -14 Cement Concrete Sidewalks .............................................................. ............................... 40 8-17 Impact Attenuator Systems ............................................................... ............................... 41 8 -20 Illumination, Traffic Signal Systems, and Electrical ................................. .............................41 8 -22 Pavement Marking ......................................................................... ............................... 47 r 8 -23 Temporary Pavement Markings ......................................................... ............................... 48 an Page -RS -ii Revision Date: May 19, 1997 Division9 Materials ...............:.............................................................................. .............................49 9 -00 Definitions and Tests ......................... ............................... .....49 .......... ............................... 9 -02 Bituminous Materials ................. _ .................................................................................. 49 9-04 Joint and Crack Sealing Materials ...................................................... ............................... 50 9 -05 Drainage Structures, Culverts, and Conduits ........................................ ............................... 50 9-06 Structural Steel and Related Materials ..................... ..................51 ........ ............................... 9 -08 Paints .......................................................................................... ............................... 51 9 -23 Concrete Curing Materials and Admixtures .......................................... ............................... 52 9 -29 Illumination, Signals, El ectrical ......................................................... ............................... 52 9 -30 Water Distribution Materials ............................................................ ............................... 58 INDEX TO WSDOT AMENDMENTS t WSDOTAMENDMENTS ....................................................................... ............................... 60 r Page -RS -iii Revision Date: May 19, 1997 trr 1 -01 Definitions and Terms 1 -01 Definitions and Terms W rte r7 Division 1 General Requirements 1 -01 Definitions and Terms SECTION 1 -01.1 IS REVISED BYADDING THE FOLLOWING: 1 -01.1 General (RC) Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. SECTION 1 -01.3 IS REVISED AND SUPPLEMENTED BY THE FOLLOWING: 1 -01.3 DeCnitions (RC, APWA) Act of god (RC) "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer (RC) The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Day (RC) Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Or Equal (RC) Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner (RC) The City of Renton or its authorized representative. Also referred to as Contracting Agency. Plans (RC) The contract plans and /or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross - sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Secretary, Secretary of Transportation (RC) The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of PlanningBuilding /Public Works Administrator. Special Provisions (RC) Modifications to the standard specifications speci€tsatietis and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid rp ices. State (RC) The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Contract Documents (APWA) The component pans of the contract which may include, but are not limited to, the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the Contract Provisions, the Contract Plans, Working Drawings, the Standard Specifications, the Standard Plans, Addendum, and Change Orders. Dates (APWA) Bid Opening Date (APWA) The date on which the Contracting Agency publicly opens and reads the bids. Award Date (APWA, RC) The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date (APWA) The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date (APWA) The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date (APWA, RC) The date by which the work is contractually required to be completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Final Acceptance Date (APWA, RC) The date on which the Contracting Agency accepts the work as complete per contract requirements. Material (APWA) Any substance specified for use in the construction of the project and its appurtenances which enters into and forms a part of the finished structure or improvement and is capable of being so used and is furnished for that purpose. Materialman (APWA) A person or organization who furnishes a raw material, supply, commodity, equipment or manufactured or fabricated product and does not perform labor at the Proiect Site; a supplier. Notice of Award (APWA) The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid. Notice to Proceed (APWA) The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract Time begins. Page -SP -1 rrr Revision Date: May 19, 1997 1 -02 Bid Procedures and Conditions 1 -02 Bid Procedures and Conditions SECTION 1 -02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1 -02.1 Qualifications of Bidder (APWA) Bidders shall be qualified by experience financing equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action may include a pre qualification procedure prior to the Bidder being furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1 -02.2 IS DELETED AND REPLACED BY THE FOLLOWING. 1 -02.2 Bid Documents (APWA) Information as toMwhere Bid Documents can be obtained or reviewed will be found in the Call for Bids for the Work placed in the Contracting Agency's official newspaper. SECTION 1- 02.4(2) IS SUPPLEMENTED BY REVISING SENTENCE I, PARAGRAPH I TO READ: 1 -02.4(2) Subsurface Information (APWA) If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the bidders. SECTION 1 -02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -02.5 Proposal Form (APWA) The Engineer reserves the right to arrange the Bid Forms with Alternates, Additives, or Deductives if such be to the advantage of the Contracting Agency. The Bidder shall bid on all Additives Deductives, or Alternates set forth in the Proposal Forms unless otherwise specified in the Special Provisions. SECTION 1 -02.6 IS -SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -02.6 Preparation of Proposal (RC) All prices shall be in legible figures and (Rol-words) written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. SECTION 1- 02.6(1) IS AN ADDED SUPPLEMENTAL SECTION. 1- 02.6(1) Proprietary Information (RC) Vendors should, in the bid proposal identify clearly any material(s) which constitute "(valuable) formula designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17 "310 or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received 1 -03 Award and Execution of Contract within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. SECTION 1 -02.12 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -02.12 Public Opening of Proposals (APWA) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. SECTION 1 -02.13 PARAGRAPH I IS REVISED AS FOLLOWS: 1 -02.13 Irregular Proposals (RC) a. The bidder is not prequalified when so required; SECTION 1 -02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I TO READ: 1 -02.14 Disqualification of Bidders (APWA) 3. A bidder is not p;equalified for the work or to the full extent of the bid; 1 -03 Award and Execution of Contract SECTION 1 -03.1 IS SUPPLEMENTED AS FOLLOWS. 1 -03.1 Consideration of Bids (RC, APWA) The total of extensions, corrected where necessary, and including sales taxes where applicable, will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so Stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. SECTION 1 -03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -03.2 Award of Contract (RC) The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. SECTION 1 -03.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1 -03.3 Execution of Contract (APWA, RC) Within 20 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractortkw -4v,, date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1 -07.18, and a satisfactory bond as required by law and Section 1 -03.4. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 2010 calendar days after the award Page -SP -2 Revision Date: May 19, 1997 _P e e ow 1 -04 Scope of the Work 1 -05 Control of Work ar i-1 W No date, the Contracting Agency may grant up to a maximum of 20 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by IFCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation activities. SECTION 1 -03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1 -03.4 Contract Bond (APWA) 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e. , corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -04 Scope of the Work SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -04.1 Intent of the Contract (RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in retlard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda (RC) Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5. 6, and 7; and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Amendments to the Standard Specifications 6. Supplemental Specifications. 7. Standard Plans 6.8. Standard Specifications SECTION 1 -04.4 IS SUPPLEMENTED WITH THE FOLLOWING: 1 -04.4 Changes (RC) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case -by -case basis. SECTION 1 -04.11 IS SUPPLEMENTED AS FOLLOWS: 1 -04.11 Final Cleanup (RC) 3. All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1 -05 Control of Work SECTION 1 -OS.3 IS REVISED AS FOLLOWS. 1 -05.3 Plans and Working Drawings (RC) The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be on sheets measuring '14 by 6 22 by 34 inches or on sheets with dimensions in multiples of 8 -1/2 by I1 inches. SECTION 1 -05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1 -05.4 Conformity with and Deviations from Plans and Stakes (RC) If the oroiect calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1 -05.4, 1 -05.5,441 and elsewhere in these snecifications as being provided by the Engineer. SECTION 1 -05.5 THE VACANT SECTION IS REPLACED BY THE FOLLOWING: 1 -05.5 Construction Stakes (RC) If the oroiect calls for Contractor supplied surveying, the Contractor shall provide all required survey work including such work as mentioned in Sections 1 -05.4, 1 -05.5, 1 -11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survev work shall be included_ in "Contractor Supplied Surveying," per lump sum. 1- 05.5(1) General (APWA, RC) The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines slopes and grades as stipulated in Sections 1- 05.5(1) and 1 -05.5(2) and will perform such work per Section 1 -11 The Contractor shall assume full responsibility for detailed dimensions elevations and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. irr Page -SP -3 Revision Dale: May 19, 1997 1 -05 Control of Work The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. Stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section I -I1 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1- 11.1(3). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Eneineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1- 05.5(2) Roadway and Utility Surveys (APWA) The Engineer shall furnish to the Contractor one time only, or Contractor supplied surveyor will provide as needed, all principal lines, grades, and measurements the Engineer deems necessary for completion of the Work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading, 2. Curb grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains (with offsets, 50' max interval). On alley construction projects with minor grade changes, the Engineer or Contractor supplied surveyor shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys 1 -05 Control of Work with major grade changes shall be slope staked to establish grade before offset hubs are set. 1- 05.5(3) Bridge and Structure Surveys (APWA) For all structural work such as bridges and retaining walls the Contractor shall retain as a pan of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations, match and fulfill the intended plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the Engineer: 1. Centerline or offsets to centerline of the structure 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances. 4. Monuments and control points as shown on the Drawings. The Contractor shall establish all secondary survey controls both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: 1. Stationing +.01 foot 2. Alignment +.01 foot (between successive points) 3. Superstructure Elevations +.01 foot (from plan elevations) 4. Substructure Elevations +.05 foot (from plan elevations) During the progress of the Work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. 1- 05.5(4) Contractor Supplied Surveying (RC) When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1 -05.4, 1 -05.5 and 1 -11. The Contractor and /or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and /or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and /or points before physically removing them. The surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and /or these plans and specifications, accurate As- Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As -Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer- supplied surveying from moneys owed to the Contractor. Page -SP-4 Revision Date: May 19, 1997 A ow Ij 1 -05 Control of Work 1 -05 Control of Work Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as -built drawings shall be included in the lump sum price for "Contractor Supplied Surveying -" 1- 05.5(5) Contractor Provided As -Built Information (RC) It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractors responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 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, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as- built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. All costs for as -built work shall be included in the contract item "Contractor Supplied Surveying." THE VACANT SECTION 1 -05.8 IS REPLACED BY: 1 -05.8 Contracting Agency's Right to Correct Defective and Unauthorized Work (APWA) If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary including the use of Contracting Agency forces. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation which, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due. or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation compensation for additional professional services required and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this Section nor shall the exercise of this right diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. SECTION 1 -05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -05.10 Guarantees (APWA, RC) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed and replaced pursuant to Section 1 -05.8 "Owner's Right to Correct Defective and Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. ency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. Section 1 -05.11 is deleted and the first two sentences of the fourth paragraph of section 1 -08.9 is deleted and replaced by the following: 1 -05.11 Final Inspection (APWA) 1-05.11(1) Substantial Completion Date (APWA) When the Contractor considers the work to be substantially complete the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work replacement of temporary substitute facilities or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed to order to reach physical completion The Engineer may also establish the Substantial Completion Date unilaterally. Page-SP-5 Revision Date: May 19, 1997 1 -05 Control of Work If, after this inspection the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Co tractor will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use the Engineer will by written notice so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection Date (APWA) When the Contractor considers the Work physically complete and ready for Final Inspection the Contractor by Written Notice shall request the Engineer to schedule a final inspection The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. .If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.8. Upon correction of all deficiencies the Engineer will notify the Contractor and the Contracting Agency, in writing of the date upon which the Work was considered physically complete That date shall constitute the'Physical completion date of the Contract but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1- 05.11(3) Operational Testing (APWA) It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; buildings: or other similar work it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which proves faulty or that are not in first class operating condition Equipment electrical controls. meters, or other devices and equipment to be tested during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical 1 -05 Control of Work Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract prices related to the system being tested, unless specifically set forth otherwise in the Bid Form. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1 -05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 -05.12 Final Acceptance (APWA) The Contractor must perform all the obligations under the Contract before the Completion Date can be established A Certificate of Completion for the Work issued by the Contracting Agency will establish the Completion Date and certify the Work as complete. The Final Contract Price may then be calculated The following must occur before the Completion Date can be established and the Final Contract Price calculated: 1. The physical work on the project must be complete 2. The Contractor must furnish all documentation required by the Contract and required by law, necessary to allow the _Contracting Agency to certify the Contract as complete A Certificate of Completion for the Work signed by the Contracting Agency, will constitute acceptance of the Work The issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material Failure of the Contractor to perform all of the Contractor's obligations under the Contract shall not bar the Contracting Agency from unilaterally certifying the Contract complete so the Engineer may calculate a Final Contract Price as provided in Section 1-09.9. SECTION 1 -05.13 IS SUPPLEMENTED BY REVISING PARAGRAPH 7 TO READ: 1 -05.13 Superintendents, Labor, and Equipment of Contractor (APWA) Whenever the Contracting Agency evaluates the Contractor's prsqualification pursuant to Section 1 -02.1, the Contracting Agency will take these performance terse reports into account. SECTION 1 -05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1 -05.16 Water and Power (APWA) The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the Work. 1 -05.17 Oral Agreements (APWA) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing. Page -SP -6 Revision Date. A4ay 19, 1997 e ow [=7 W 1 -06 Control of Material 1 -07 Legal Relations and Responsibilities to the Public 1 -06 Control of Material SECTION 1- 06.02(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1- 06.2(2) Statistical Evaluation of Materials for Acceptance UNLESS STATED OTHERWISE IN THE SPECIAL PROVISIONS STATISTICAL EVALUATION WILL NOT BE USED BY THE CITY OF RENTON. 1 -07 Legal Relations and Responsibilities to the Public SECTION 1 -07.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-07.1 Laws to be Observed (APWA) The Contractor shall indemnify, defend, and save harmless the Contracting Agency (including any agents, officers, and employees) against any claims that may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. In cases of conflict between different safety regulations, the more stringent regulation shall apply. T_ he Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the Project Site office, or other well known place at the Project Site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees who may have been injured on the Project Site Employees should not be permitted to work on the Project Site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor 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. SECTION 1 -07.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1 -07.2 State Sales Tax (APWA) 1- 07.2(1) GENERAL (APWA) The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1) through I- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1 -07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) State Sales Tax - Rule 171(APWA) WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid Item prices or otter contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1 -07.2(3) State Sales Tax - Rule 170 (APWA) WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures upon real property. This includes but is not limited to the construction of streets roads highways, etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within and a part of a street or road drainage system; telephone telegraph electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property 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 (APWA) The Contractor shall not collect retail _sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in State Department of Revenue Rules 138 and 224). Page -SP -7 or Revision Date: May 19, 1997 1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public SECTION 1- 07.5(2) IS SUPPLEMENTED BY REVISING THE TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: 1- 07.5(2) State Department of Fish and Wildtife" ' (APWA, SA) If the work in (1) through (3) above differs little from what the contract requires, the Contracting Agency will measure and pay for it at unit contract prices. But if contract items do not cover those areas, the Contracting Agency will pay pursuant to Section I- 09_4. SECTION 1 -07) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1- 07.11(11) City of Renton Affidavit of Comaliance (RC)-:- Each Contractor, Subcontractor Consultant and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy - -Affidavit of Compliance ". A copy of this document will be bound in the bid documents. SECTION 1- 07.13(1) IS SUPPLEMENTED AS FOLLOWS: 1- 07.13(1) General (RC) During unfavorable weather and other conditions the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist unless by special means or precautions acceptable to the engineer, the contractor shall be able to overcome them. SECTION 1 -07.14 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "STATE COMMISSION SECRETARY" OR "STATE" TO READ "CONTRACTING AGENCY. " SECTION 1 -07.15 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1 -07.15 Temporary Water Pollution Erosion Control (APWA-, RC) If done according to the approved plan or the Engineer's orders, temporary water pollution /erosion control work will be measured and paid for pursuant to Section 1 -00.41 -04.1 through the lump sum item for "Temporary Water Pollution /Erosion Control.: If no pay item appears in the contract for "Temporary Water Pollution /Erosion Control" then all labor, materials, tools and equipment used to complete the work shall be considered incidental to other pay items in the Contract and no further compensation shall be made. In addition to other requirements in the Contract Documents this temporary work shall include but is not limited to tile following water quality considerations: 1. Turbid Water Treatment Before Discharge Determination of turbidity in surface waters shall be at the discretion of the Engineer; for Lake Class Receiving Waters, turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) over background conditions, for Class AA and Class A Waters turbidity shall not exceed 5 NTU over background turbidity when the background turbidity is 50 NTU or less or have more than a 10 percent increase in turbidity when the background turbidity is more than 50 NTU; for other classes of waters refer to WAC 173 -201- 045. The term turbidity means the optical property of sample demonstrating the scattering and absorption of light caused by suspended material as expressed in Nephelometric Turbidity Units and measured with a calibrated turbidimeter. Discharges to a State waterway caused by aggregate washing drainage from aggregate pit sites and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. Turbid water from the Project Site shall be treated before being discharged into stream or other State waters Turbidity may be removed by the use of lagoons or holding ponds settling basins overflow weir, polymer water treatment discharging to ground surface, by percolation, evaporation or by passing through gravel sand or fiber filters. 2. Erosion Control: Temporary erosion control shall be exercised by minimizing exposed areas and slopes until permanent measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion Other alternative methods for erosion control under certain situations may include netting, mulching with binder, and seeding Should rutting and erosion occur the Contractor shall be responsible for restoring damaged areas and for clean -up of eroded material including that in ditches, catch basins manholes and culverts and other pipes. 3. Chlorine Residual: Water containing chlorine residual shall not be discharged directly into storm drains streams or State waters. Chlorine water may be discharged into sanitary sewers or disposed on land for perculation. Chlorine residual may be reduced chemically with a reducing agent such as sodium thiosulphate Water shall be periodically tested for chlorine residual. 4. Vehicle and Equipment Washing: Water used for washing vehicles and equipment shall not be allowed to enter storm drains, streams or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewers or allowed to be held on the ground for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut -off and lock valves shall be provided on tanks. Shut -off nozzles shall be provided on hoses. Oil and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on oil and chemical spills. Fencing shall be provided around oil storage. Locks shall be provided on valves, pumps, and tanks. 6. Sewage: If a sanitary sewer line is encountered and repair or relocation work is required, the Contractor shall provide blocking and sealing of the sanitary sewer line. Sanitary sewer flow shall be pumped out, collected, and hauled by tank truck or pumped directly to a sanitary system manhole for discharge The existing sewers shall be maintained by the Contractor without interruption of service by the use of temporary sewer bypasses_ In addition, the excavated materials adjacent to and around a rupture of a sanitary sewer line shall be removed from the Project Site and Page -SP -8 Recision Date: May 19, 1997 e s 17 do M mr 1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public deposited into refuse trucks. for haul to a sanitary fill site. Equipment and tools in contact with the above materials shall be washed by pressure water lines and the attendant wash water discharged into a sanitary sewer line for transmission to a sewage treatment plant. 1 -07.16 Protection and Restoration of Property SECTION 1- 07.16(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -07.16(1) Private /Public Property (RC) The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the 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 which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right -of- way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all carth 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, mail boxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled,.in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights -of -way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and /or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre - existing or caused by others. Resto ration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 4th floor, Renton Municipal Buildine. 200 Mill Avenue South. SECTION 1 -07.17 IS SUPPLEMENTED BY ADDING: 1 -07.17 Utilities and Similar Facilities (APWA, RC) In addition to the other requirements pursuant to RCW 19.122 an act relating to underground utilities and prescribing penalties, the Contractor shall: 1. call the utilities underground location center for field location of the utilities; Call Before You Dig The 48 Hour Locators 1- 800 - 424 -5555 and 2 not begin excavation until all known underground facilities in the vicinity of the proposed excavation have been located and marked. Location and dimensions shown on the Plans for existing facilities are in accordance with available information without uncovering measuring or other verification. If a utility is known or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the Utilities underground location center then the Contractor shall give individual notice to that utility. If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage sewers underdrains, conduit, utilities similar underground structures or parts thereof, the contractor shall be responsible for and shall take all necessary precautions to protect and provide temporary services for same. The contractor shall at his own expense repair all damage to such facilities or structures due to this construction operation to the satisfaction of the City except for City owned facilities which will be repaired by the utility department at contractor's expense, or by the contractor as directed by the City. inn+ Page -SP -9 Revision Date: May 19, 1997 1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public SECTION 1 -07.18 IS DELETED AND REPLACED BY THE FOLLOWING: 1 -07.18 Public Liability and Property Damage — Insurance (RC) State Amendment to 1 -07.18 is not used. Renton uses the following: SECTION 1- 07.18(1) IS REPLACED WITH THE FOLLOWING: 1- 07.18(1) General (RC) The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance. -[as been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's ?consultant. The coverage shall protect against claims for bodily injuries, personal injuries including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) 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 herin will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. SECTION 1- 07.18(2) IS REPLACED WITH THE FOLLOWING: 1- 07.18(2) Coverages (RC) As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. 2) Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3) The City may request a copy of the actual declaration 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: (1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be witten on an occurrence basis and include: • Premises and Operations (including CG2503• General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products /Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal /Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles (3) Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number (4) Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and /or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. (6) The Contracting Agency reserves the right to request and /or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance, prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: 1) Be on a primary basis not contributory with any other insurance coverage and /or self- insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause (Cross Liability) 4) Policy may not be non - renewed, canceled or materially changed or altered unless forty -five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. F. e Page -SP -10 Revision Dale: May 19, 1997 40 1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public M The City may require the CONTRACTOR to kee professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1- 07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. SECTION 1 -07.18(4) IS REPLACED WITH THE FOLLOWING SUPPLEMENTAL SPECIFICATION '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), I- 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 "; h 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 ma 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 aereement that the consultant's broker will provide the required notification. SECTION 1 -07.20 IS REVISED AS FOLLOWS: 1 -07.20 Patented Devices, Materials, and Processes A( PWA) The Contractor shall assume all costs arising from the use of patented devices, materials, or processes used on or incorporated in the work, and agrees to indemnify, defend, and save harmless The Contracting Agency, and their duly authorized agents and employees from all actions of any nature for, or on account of the use of any patented devices, materials, or processes. SECTION 1 -07.22 IS SUPPLEMENTED BY THE FOLLOWING. 1 -07.22 Use of Explosives (APWA) Explosives shall not be used without specific authorityof the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296 -52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. When the use of explosives is necessary for the prosecution of the Work the Contractor's insurance shall contain a special clause perm a ng the blasting. 1 -07.23 Public Convenience and Safety SECTION 1- 07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH 1 -07.23(1) Construction -Under Traffic (RC) The contractor shall be responsible for controlling dust and mud within the 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 Page -SP -11 Revision Date: May 19, 1997 REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- 07.18(3) 'LIMITS' WITH THE FOLLOWING: 1 -07.18(3) Limits (RC) LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products /Completed Operations $2,000,000 !* Aggregate Each Occurrence Limit $1,000,000 Personal /Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5.000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) * *Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2.000.� M The City may require the CONTRACTOR to kee professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1- 07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. SECTION 1 -07.18(4) IS REPLACED WITH THE FOLLOWING SUPPLEMENTAL SPECIFICATION '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), I- 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 "; h 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 ma 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 aereement that the consultant's broker will provide the required notification. SECTION 1 -07.20 IS REVISED AS FOLLOWS: 1 -07.20 Patented Devices, Materials, and Processes A( PWA) The Contractor shall assume all costs arising from the use of patented devices, materials, or processes used on or incorporated in the work, and agrees to indemnify, defend, and save harmless The Contracting Agency, and their duly authorized agents and employees from all actions of any nature for, or on account of the use of any patented devices, materials, or processes. SECTION 1 -07.22 IS SUPPLEMENTED BY THE FOLLOWING. 1 -07.22 Use of Explosives (APWA) Explosives shall not be used without specific authorityof the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296 -52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. When the use of explosives is necessary for the prosecution of the Work the Contractor's insurance shall contain a special clause perm a ng the blasting. 1 -07.23 Public Convenience and Safety SECTION 1- 07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH 1 -07.23(1) Construction -Under Traffic (RC) The contractor shall be responsible for controlling dust and mud within the 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 Page -SP -11 Revision Date: May 19, 1997 1 -08 Prosecution and Progress SECTION 1 -07.24 IS DELETED AND REPLACED BY THE FOLLOWING: 1 -07.24 Rights of Way (APWA) Street right of way lines limits of easements and limits of construction permits are indicated on the Drawings The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made Generally, the Contracting Agency will have obtained prior to Bid opening, all rights of way and easements both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted on the Drawings The Contractor shall not proceed with any portion of the Work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted The Contractor shall be responsible for providing without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not the Contractor shall file with the Engineer a written permission of the private property owner, and upon vacating the premises a written release from the property owner of each property; disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 Prosecution and Pro SECTION 1 -07.26 (APWA) IS REVISED BY CHANGING ALL REFERENCES TO "COMMISSION THE SECRETARY" OR "STATE ° TO READ "CONTRACTING AGENCY " SECTION 1 -07.27 (APWA) IS REVISED BY CHANGING ALL REFERENCES TO "STATE" OR "SECRETARY" TO READ "CONTRACTING AGENCY." 1 -08 Prosecution and Progress SECTION 1 -08.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1 -08.1 Preliminary Matters (APWA) 1- 08.1(1) Preconstruction Conference (APWA) The Engineer will furnish the Contractor with up to 10 copies of the Contract _Documents. Additional documents may be furnished upon request at the cost of reproduction Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the Work; 3. To establish and review procedures for progress payment notifications, approvals, submittals etc. 4. To establish normal working hours for the Work; 5. To review safety standards and traffic control: and 6. To discuss such other related items as may be pertinent to the Work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items: 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 4. A Project Schedule. 1- 08.1(2) Subcontracting (APWA) Work done by the Contractor's own organization shall account for at least 30 percent of the Awarded Contract Price. Before computing this percentage, however, The Contractor may subtract (from the Awarded Contract Price) the costs of any subcontracted work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing Each request to subcontract shall be on the form the Engineer provides If the Engineer requests the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1 -07.9 and to furnish all certificates, submittals, and statements required by the Contract Documents. Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to Page -SP -12 Revision Date: Ma}, 19, 1997 M D r�r trr 1 -08 Prosecution and Progress 1 -08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor. When a subcontractor is responsible for construction of a sT)ecific structure or structures, the following work may be performed by lower tier subcontractors without being subject to the 25 percent limitation: I . Furnishing and driving of piling, or 2. Furnishing and installing concrete reinforcing and post - tensioning steel. Except for the 25 percent limit, lower tier subcontractors shall meet the same requirements as subcontractors. The Engineer will approve the request only if satisfied with the proposed subcontractor's prior record, equipment, experience, and ability to perform the work. Approval to subcontract shall not: 1. Relieve the Contractor of any responsibility to carry out the contract, 2. Relieve the Contractor of any obligations or liability under the contract and the Contractor's bond, 3. Create any contract between the Contracting Agency and the subcontractor, or 4. Convey to the subcontractor any rights against the Contracting Agency. The Contracting Agency will not consider as subcontracting: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete aggregates, ready mix concrete, off -site fabricated structural steel, other off -site fabricated items, and any other materials supplied by established and recognized commercial plants; or (2) delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However, the State L&I may determine that RCW 39.12 applies to the employees of such firms identified in (1) and (2) above in accordance with WAC 296 -127. If this should occur, the provisions of Section 1 -07.9, as modified or supplemented, shall apply. The Contractor shall certify to the actual amounts paid to any Disadvantaged, Minority, or Women's Business Enterprises firms that were subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be supplied with the Final Application for Payment on the form provided by the Engineer. If dissatisfied with any part of the subcontracted work, the Engineer may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the contract. 1- 08.1(3) Hours of Work (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period .between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays Sundays or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays and holidays as working days with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1 -08.1(4) Reimbursement for Overtime Work of Contracting Agency Employees (APWA) Where the Contractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. SECTION 1 -08.4 IS DELETED AND REPLACED BY THE FOLLOWING_ 1 -08.4 Notice to Proceed and Prosecution of the Work (APWA) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given 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. Page -SP -13 w Revision Date: May 19, 1997 1-09 Measurement and SECTION 1 -08.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.5 Time For Completion (Contract TinTe) (APWA, RC) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days" shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmatrshall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the .preceding Friday will be counted as a non - working day and when they fall on a Sunday the following Monday will be counted as a non - working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days: (3) the number of working days remaining in the Contract Time: (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of--,the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion and Completion Dates are specified in Sections 1 -05.11 and 1- 05.12. 1 -09 Measurement and Payment SECTION 1- 08.91S REVISED PER SECTION 1 -05.11 1 -08.10 Termination of Contract (APWA) SECTION 1 -08.10(1) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "STATE TREASURER DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE PARAGRAPH 5 TO READ "CONTRACTING AGENCY." SECTION 1 -08.11 IS A NEW SECTION: 1 -08.11 Contractor's Plant and Equipment (RC) The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assume any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1 -08.12 Attention to Work (RC) The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1 -09 Measurement and Payment SECTION 1 -09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -09.1 Measurement of Quantities (RC) When items are specified to be paid for by ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector at the time of delivery of materials. Tickets not receipt by the Inspector will not be honored for payment. Where items are specified to be paid by the ton, the following system will be used: Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number. 2. Truck tare weight (stamped at source). 3. Gross truck load weight in tons (stamped at source). 4. Net load weight (stamped at source). 5. Driver's name and date. Page -SP -14 Revision Date: May 19, 1997 M "°7 tiw 1 -09 Measurement and Payment 1 -09 Measurement and Payment 6. Location for delivery. 7. Pay item number. 8. Contract number and /or name. The Contractor shall submit a breakdown of costs for each Jump sum Bid Item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit Price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. The detailed cost breakdown of each lump sum item shall be submitted to the Engineer prior to the Preconstruction Conference. SECTION 1 -09.2 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "MATERIAL RECEIVER" TO READ "ENGINEER." SECTION 1 -09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1 -09.3 Scope of Payment (APWA, RC) Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1- 04.1 then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the 'Payment' clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished.- or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. SECTION 1 -09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL LABORATORY" TO READ "CONTRACTING AGENCY'S MATERIAL LABORATORY. " SECTION 1 -09.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1 -09.9 Payments (APWA) 1 -09.9(1) Progress Payments (APWA) Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not more often than once a month) the Contractor shall submit to the Engineer for review an Application for Payment, filled out and signed by the Contractor, covering the work completed prior to the progress estimate cutoff date. The Application for Payment shall be accompanied by documentation supporting the Contractor's Application for Payment. If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites pursuant to the Contract Documents, the Application for Payment shall be accompanied by a bill of sale, invoice, or other documentation warranting that the Contractor has received the materials and equipment and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect the Engineer's interests therein. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment per Section 1- 09.9(4). The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed multiplied by the Unit Price. 2 Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item- 3. Materials on Hand — 90 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Five (5) percent for retained percentage. 2 The amount of Progress Payments previously made. 3 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants issued by the 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. Page -SP -15 Revision Date: May 19, 1997 1 -09 Measurement and Payment 1- 09.9(2) Retainage (APWA,RCZ Pursuant to RCW 60.28 there will be retained from monies earned by the Contractor on progress estimates a sum not to exceed 5_percent of the monies earned by the Contractor. Such retainage shall be used as a trust fund for the protection and payment (1) to the State with respect to taxes imposed pursuant to Title 82 RCW which may be due from such Contractor, and (2) the claims of any person arising under the Contract. Monies reserved under provisions of RCW 60.28 shall at the option of the Contractor, be: 1. Retained in a fund by the Contracting Agency. 2. Deposited by the Contracting Agency in an interest - bearing account in a bank, mutual savings bank or savings and loan association (interest on monies so retained may be paid to the Contractor). 3. Placed in escrow with a bank or trust company by the Contracting Agency. When the monies reserved are to be placed in escrow the Contracting Agency will issue a check representing the sum of the monies reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and securities chosen by the Contractor and approved by the Contracting Agency and the bonds and securities held in escrow. Interest on the bonds and securities may be paid to the Contractor as the interest accrues. The Contractor shall designate the option desired ai; the at least 10 working days prior to the first progress payment for the contract. The Contractor in choosing option (2) or (3) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The Contracting Agency may also at its option, accept a bond for all or a portion of the contractor's retainage. Release of retained percentage will be made 60 days following the Completion Date (pursuant to RCW 39.12 RCW 39 76 and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as :provided by law, have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the Contracting Agency for the Contractor and all Subcontractors regardless of tier (RCW 39.12.040). In the event claims are filed the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover, attorney's fees. Retainage will not be reduced for any reason below the m_ inimum limit provided by law. Pursuant to Section 1- 07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release- form in order for the Contracting Agency to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The Contracting Agency will ensure the Washington State Employment Security Department and any applicable Contracting Agency department or organization are notified of Contract completion in order to obtain releases from those departments or agency organizations. I-n9 Maavn ro., e. s .. -,i n 1- 09.9(3) Contracting Agency's Right to Withhold and Disburse Certain Amounts (APWA) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39 76 the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1 -08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1 -08.9 Liquidated Damage• or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time When calculating an anticipated time overrun the Engineer will make allowances for weather delays approved unavoidable delays and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes markers, etc., or to provide adequate survey work as required by Section 1 -05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1 -05.8) d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1 -06.3. e. Failure to submit weekly payrolls Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1 -07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1- 07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1 -08.3_ The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so and if prior to the expiration of the 15- calendar day period 1. no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. Page -SP -l6 e i 1 -09 Measurement and Payment 1 -09 Measurement and Payment r77 60 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 he 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. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. 1- 09.9(4) Final Payment (APWA) Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contractor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non - compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts 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 the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30- calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1 -08.5 or for contracts that are terminated in accordance with Section 1- 08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws ordinances and regulations — Federal, State, or local — that affect the contract The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1- 05.12). 1 -09.11 Disputes and Claims SECTION 1- 09.11(2) IS REVISED AS FOLLOWS: 1 -09.11(2) Claims (APWA) Failure to submit with the Final Application for Payment Piaal such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1 -09.9. SECTION 1- 09.11(3) IS DELETED AND REPLACED BY THE FOLLOWING: 1 -09.11(3) Time Limitations and Jurisdiction (APWA) This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of actions arising from this contract shall be in the Superior Court of the county where the work is performed. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the contractor has against the Contracting Agency arising from this contract shall be brought within 180 days from the .date of Final Acceptance of the contract by the Contracting Agency. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which a Contractor asserts against the Contracting Agency arising from this contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or actions. 1 -09.13 Arbitration SECTION 1- 09.13(2) (RC) IS SUPPLEMENTED BY REPLACING ALL REFERENCES TO "THURSTON COUNTY" WITH THE WORDS "KING COUNTY. " SECTION 1 -09.13(3) IS SUPPLEMENTED BY ADDING: 1 -09.13(3) Procedures to Pursue Arbitration (RC) The findings and decision of the board of arbitrators shall be final and binding on the parties unless the aggrieved 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; 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. �r Page -SP -17 Revision Date: May 19, 1997 1 -10 Temporary Traffic Control 1 -10 Temporary Traffic Control The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. ` The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1 -10 Temporary Traffic Control SECTION 1 -10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 -10.1 General(RC) When the bid proposal includes an item for "Traffic Control," the work required foratftis item shall be all items described in S_ ection 1 -10, including: abut 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 superviso personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and re- installing as directed by the Engineer. 7. Preparing a trtiffic control plan for the nroiect and designating Elie person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors shall be submitted at or before the preconstruction conference and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering, all nonapplicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal then all work required by these sections will considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional cliannelizing devices, pieces of equipment or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal they are not specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizin 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_ SECTION 1- 10.2(1) TRAFFIC CONTROL SUPERVISOR IS REVISED AS FOLLOWS 1- 10.2(1) Traffic Control Supervisor(RC) (SA) �upcisa Tthe Contractor shall designate an individual or individuals to perform the Traffic Control Supervisor's (TCS) duties for the project. The TCS shall be certified ina; worksite traffic control The TCS shall assure that PcFseaal!} lGrfQrm all the duties of the TCS are performed during the duration of the contract. 7. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision is in conformance with established standards. Possession of a current flagging card by the TCS is mandatory. SECTION 1- 10.2(2) IS SUPPLEMENTED AS FOLLOWS: 1- 10.2(2) Traffic Control Plans(RC) 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. SECTION 1- 10.3(3) HAS BEEN REVISED AS FOLLOWS: 1- 10.3(3) Construction Signs All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards will be furnished by th Contractor. Page -SP -18 n_._. 44 -.. rn rnnv A M 1 -11 Renton Surveying Standards 1 -11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All oghcr osts 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. SECTION 1- 10.3(6) IS REVISED AS FOLLOWS: 1- 10.3(6) One -Way Piloted Traffic Control Through Construction Zone T-;a#i{c Ce:usel. Contractor - Furnished One -Way Piloted Traffic Control. The Contractor shall furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished by the Contractor r DELETE SECTION 1 -10.4 AND REPLACE WITH. 1 -10.4 Measurement (RC) (SA) No specific unit of measurement will apply to the lump sum item of "Traffic Control ". SECTION 1 -10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1 -10.5 Payment (RC) Payment for all labor, materials, and equipment described in Section 1 -10 will be made in accordance with Section 1 -04.1, for the following bid items when they -are included in the proposal: "Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public.. Progress payment for the lump sum item "Traffic Control" will be made as follows: a. When the initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. b. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item "Traffic Control" will be considered for an equitable adjustment per Section 1 -04.6 only when the total contract price increases or decreases by more than 25 percent. The Lump Sum ua4 contract price per -- e shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any one -pilot car operation. Any necessary flaggers will be paid under the item for traffic control Iabo . The Lump Sum u" contract price per - e shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1- 10.3(l) and as authorized by the Engineer. sign; C-1266 4", PC; square foot pancl amn The Lump Sum v" contract price pane! -arca -shall be full pay for all costs for performing the work described in Section 1- 10.3(3) and Section 1- 10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency- furnished signs. to, 9F remo-cd fi:gm, the p;:9j= w4tigut the approval of the Eag4wa; The Lump Sum 4" contract price perda�-shall be full pay for all costs involved in furnishing the person(s) assigned as the "Traffic Control Supervisor" du;:i ^^ °^ R ^ ^1 ^P �- authoriaed 14 hour day. All costs for the vehicle(s) required for the Traffic Control Supervisor shall be included in the Lump Sum u;;U contract price for "Traffic Control Supeaysie�." ba paid The Lump Sum uai4- contract price per dam shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Section 1- 10.3(23 -die �perater{s}sf I a>oi; " 1 -11 Renton Surveying Standards 1- 11.1(1) Responsibility for surveys (RC) All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. 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 r Page -SP -19 Revision Date: Mav 19. 1997 1 -I1 Renton Surveying Standards 1 -I1 Renton Surveying Standards 1- 11.1(2) Survey Datum and Precision (RC) The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983191 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 ALTAIACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing as shall the method of adjustment. The horizonUF- component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document.. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988 and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing as well as a description of any bench marks established. 1- 11.1(3) Subdivision Information (RC) Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveysldependent on retracement of a plat or short plat shall reveal the 4controlling monuments measurements and methodology used in that retracement. 1- 11.1(4) Field Notes (RC) Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each pint. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02 etc. Upon completion of a City of Renton project either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work surveyors will provide a copy of the notes to the City upon request In those cases where an electronic data collector is used a hard copy print out in ASCII text format will accompany the field notes 1- 11.1(5) Corners and Monuments (RC) Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground Monument Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1- 11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one- sixteenth corners; and • Any permanently monumented boundary , right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1- 11.1(6) Control or Base Line Survey (RC) Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances signal or light poles, or any non - single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn and shall satisfy all applicable requirements of Section 1 -11.1 herein. The drawing depicting the survey shall be neat legible and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one -half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332 - 130 -050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point and northing, casting, and elevation (if applicable) values all in ASCII format, on IBM PC compatible media. Page -SP -20 e,r,.., 10 1a07 w __1 C-' Itr M 1 -11 Renton Surveying Standards 1 -11 Renton Surveying Standards 1- 11.1(7) Precision Levels (RC) Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1 -05 &pd IA l.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1- 11.1(8) Radial and Station -- Offset Topography (RC) Topographic surveys shall satisfy all applicable requirements of section I A 1.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1 -11.1 herein. 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 (RC) Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1- 11.1(10) Station — Offset Topography (RC) Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1- 11.1(11) As -Built Survey (RC) All improvements required to be "as- built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as- built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as- built ". The "as- built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as- builting" surveyor is therefore required. All "as- built" surveys shall satisfy the requirements of section herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as- built" shall meet the requirements of section 1- 11.1(4) herein and submitted with stamped and signed "as- built" drawings which includes a statement certifying the accuracy of the "as built ". The drawing and electronic listing requirements set forth in section 1- 11.1(6) herein shall be observed for all "as- built" surveys- 1- 11.1(12) Monument Setting and Referencing (RC) All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such 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. All non corner monuments, as defined in 1- 11.1(5), shall meet the requirements of section 1- 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1- 11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one - sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1- 11.2(1) Property /Lot Corners (RC) 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 (RC) Monuments per 1- 11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1- 11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9 -22 and City of Renton Standard Plans page H031. ri Page -SP -21 Revision Dale: May 19, 1997 2 -02 Removal of Structures and Obstructions Division 2 Earthwork 2 -02 Removal of Structures and Obstructions SECTION 2- 02.3(3) IS REVISED AND SUPPLEMENTED AS FOLLOWS. 2 -02.3(3) Removal of Pavement, Sidewalks, and Curbs (RC) In removing pavement, sidewalks, and curbs, the Contractor shall: 1. Haul broken -up pieces to some off - project site. !gas; 5 fagt of 5._ When an area where pavement has been removed is to be opened to traffic before pavement patching has been completed temporary mix asphalt concrete patch shall be required Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete and before the road is opened to traffic MC cold mix or MC hot mix shall be used at the discretion of the Engineer. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they re uet mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2 -02.5, and will not be included in the quantity calculated for excavation. SECTION 2 -02.5 IS SUPPLEMENTED BY ADDING - 2 -02.5 Payment (RC) 2. "Saw Cutting ", per Lineal Foot 3. "Remove Sidewalk" per Square Yard 4. "Remove Curb and Gutter" per Lineal Foot 5. "Cold Mix ", per Ton 6. "Remove=- Asphalt Concrete Pavement," per square yard T "Remove "Cement Concrete pavement," per square yard 8. "Remove existing " per All costs related to the removal and disposal of structures and obstructions including saw cutting excavation backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal 2 -03 Roadway Excavation and Embankment SECTION 2 -03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2 -03.3 Construction Requirements (RC) Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans Suitable excavated material shall be used for embankments while surplus excavated material or unsuitable material shall he disposed of' by the Contractor. 2 -03 Roadway Excavation and Embankment Earthwork quantities and changes will be computed either manually or by means of electronic data processing equipment by use of the average end area method. Any changes to the-Proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for All work and mate_ rial required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections fine grading shall begin within the final six (6) inches of cu[ Final grading shall produce a surface which is smooth and even without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves brush sticks trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain compacting the native materials, and diverting runoff away from the materials If the Contractor fails to take such preventative measures any costs or delay related to drying the materials shall be at his own expense If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment Gravel Borrow shall be used. If subgrade trimmer is not required on the project all portions of Section 2 -03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9 -03.14 of the Standard Specifications shall be used SECTION 2 -03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2 -03.4 Measurement (RC) The Contracting Agency will use the following methods to measure work performed unless specific exceptions in other sections provide otherwise: 1. At the discretion of the end -,ineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the Page -SP -22 Revicinn (Into- Mno 10 1007 e rr 2 -04 Haul 2 -09 Structure Excavation art D 1= tr cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. SECTION 2 -03.5 IS REVISED AS FOLLOWS: 2 -03.5 Payment (RC) Payment will be made for the following bid items when they are included in the proposal: 1. "Roadway Excavation" or "Roadway Excavation — Area A (B, C, etc.) ", per cubic yard. When the Engineer orders excavation 2 feet or less below Subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below subgrade, that part below the 2 -foot depth shall be paid for as provided in Section -1 04.4 Item 3 of this payment section. In this case, all items of work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard shall be full pay for excavating, loading, placing, or otherwise disposing of the material. haul- IA that c2so tThe unit contract price per cubic yard shall include haul. 3. "Unsuitable Foundation Excavation ", per cubic yard. The unit contract price per cubic yard for "Unsuitable Foundation Excavation" shall be full pay for excavating, loading, and disposing of the material. Pgr haul, the w shw1un. 2r, iaGluding hall! in The unit contract price per cubic yard shall include haul. 7. cidw tals required The quantities f^T Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2 -04 Haul SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2 -04.5 Payment (RC) included ;A tho ppopogal; 1- "Raul", F,er All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2 -06 Subgrade Preparation SECTION 2 -06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2 -06.5 Payment (RC) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2 -09 Structure Excavation SECTION 2 -09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2 -09.1 Description (RC) This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. - 2 -09.3 Construction Requirements SECTION 2- 09.3(1)D IS REVISED AS FOLLOWS: 2 -09.3(1)D Disposal of Excavated Material (RC) All costs for disposing of excavated material within the project limits shall be included in the unit contract price for structure excavation, Class A or B. If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance_ otherwise all such disposal costs shall be considered incidental to the work. SECTION 2 -09.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2 -09.4 Measurement (RC) Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1 -09.2. Gravel backfill used for pipe bedding shall be incidental to the installation of the pipe or paid for as other gravel backfill unless a specific separate pay item is included in the contract for gravel backfill for pipe bedding. SECTION 2 -09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2 -09.5 Payment Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A ", per cubic yard. "Structure Excavation Class B ", per cubic yard. "Structure Excavation Class A Incl. Haul ", per cubic yard. "Structure Excavation Class B Incl. Haul ", per cubic yard. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or r Page -SP -23 Revision Dale: May 19, 1997 2 -09 Structure Excavation 2 -09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B ", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation) per Cubic Yard or per Ton . When gravel backfill is paid by the ton the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. Page -SP -24 Revision Date: May 19, 1997 e e Or 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were .r 4 No supplemental specifications were necessary necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. aw W an Page -SP -25 Revision Date: May 19, 1997 5 -04 Asphalt Concrete Pavement Division 5 Surface Treatments and Pavements 5 -04 Asphalt Concrete Pavement SECTION 5- 04.3(8)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 5- 04.3(8)A Acceptance Sampling and Testing (RC) I. General. Acceptance of asphalt cement concrete shall be as provided under - Ftai + Wan, —aF a nonstatistical acceptance. Determination of_statistisal- nonstatistical acceptance shall be based on proposal quantities and sliall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shall ill be evaluated for quality of gradation on a dailylet basis by the Contractor. This gradation analysis shall be based on WSDOT Test Method 104 and the results delivered to the Contracting Agency by noon of the following working day. This information shall be used by the Engineer to evaluate conformance with Section 9- 03.8(6)A.2.-aad A- asphalt content shall be tested at the Eangineer's discretion if the Compaction Pay Factor (Section 5- 04.3(10)B) falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ±3% for sieve sizes greater than 1/4" and ±2% for sieves smaller than the No 10 then the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data ac-e-within the ranges listed above then the cost of sampling and testing will be borne by the Contracting Agency. 2. Aggregates. _Aggregates will be accepted for sand equivalent and fracture based on their conformance to the requirements of Section 9- 03.8(2). e�aluatiett. 3. Asphalt Cement. Asphalt Cement will be accepted tau t"ts -based on d44r- conformance to the requirements of Section 9- 02.1(43). Testing of asphalt properties to assure certification shall be the responsibility of the contractor. If the vendor or Lrade of the asphalt cement changes. a new job mix formula (JMF) shall be evaluated and approved. 43. Asphalt Concrete Mixture A. Sampling (1) A sample will not be obtained tom either the first or last 25 tons of mix produced in each production shift- 5 -04 Asphalt Concrete Pavement (2) tics- :oWhen a sample from uncompacted mix is needed the Contractor shall ensure that the samples can -be obtained in accordance with WSDOT Test Method 712_T44 wf 0 1;aufij2- uPkisls. B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lots is-&4a4-4a defined as the total quantity of material or work produced for each iob mix formula (JMF). Only one lot per JMF is expected to occur fo; th JMF ,..:.t ow; ri!!2 t :- The JMF (job Mix Formula) is defined in Section 9- 03.8(6)A (Basis of Acceptance). The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Sampling and testing for nonstatistical acceptance shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available. of 211 D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance of a&phalt G@;;WAt will use the Nuclear Asphalt Gauge Procedure, WSDOT Test Method 722 -T. When sample testing of gradation is necessary, Aacceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation using Alternate Solvent Procedure; WSDOT Test Method 723 -T. E. Reject Mixture (1) Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. (2) Rejection -by Engineer Without Test neWithowi T-cstiAg. The Engineer may, without sampling, reject any batch, load, or section of roadway Page -SP -26 Revision Date: Mav 19. 1997 e twr to 77 00 of 5 -04 Asphalt Concrete Pavement 5 -04 Asphalt Concrete Pavement mateFial that appears defective in gradation or asphalt cement content. Material rejected before placement shall not be incorporated into aadw pavement. Any rejected section of compacted Feadwaypavement shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Ccontractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Representative samples to be removed for testine from compacted navement shall be removed by corine. Acceptance of the initially rejected suspected material will use the acceptance sampling and testing methods. If the material does not fall within the job mix formula tolerances of Section 9 -03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be borne by the Contractor. The rejected material must be removed and replaced with new material at no expense to the Contracting Agency. If the material falls within the job mix formula tolerances, the mix will be accepted for quality of mix but will remain subject to the compaction adjustment of Section 5- 04.3(10) and all costs associated with sampling and testing will be borne by the Contracting Agency. mawial will no& include an or-igit;al sample loca;ioi; A minimum fssm SECTION 5- 04.03(10)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5- 04.3(10)A General (RC) The Contractor shall not use vibration when compacting on a street where A.C. Line (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to identify locations of A.C. lines.) SECTION 5- 04.3(10)B IS REVISED AS FOLLOWS: 5- 04.300)B Control (SA) Asphalt concrete pavement Classes A, B. E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5- 04.3(8). The specified level of relative density shall be 924.0 percent of the reference maximum density Method 705. -The reference maximum density shall be determined as that developed in the job mix formula (JMF)tlteauA4Pg-auo;age If the Contractor chooses, a moving average of the three most recent tests of maximum density may be determined through the use of WSDOT Test Method 705 by the Contractor at the Contractor's expense. The specified level of density attained will be determined by the average statistical eu21tr26o;; of three five nuclear density gauge tests taken in accordance with WSDOT Test Method 715 on the day the mix is placed (after completion of the finish rolling) at locations determined by t#ts stt ^•'.ems' random_ Method-746—within each density lot less. The Engineer will furnish a copy of the results of all acceptance testing performed in the field as soon as the results are availabl _ Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- 04.5(1)B. AgrcptaAre of pavemcw compaction ;A411 bo bared on 1140 dsteFtaiaed. For compaction lots falling below a CPF of 1.00 pay- lacteF and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. Whams -cafes a;:v takG .--�1J .1, r . ;i a .i,e ,Q && of the thgy Shall be ;CqUeSted by ;1091; of the ;;GX; WgPkda3l a.^f4op pa*s:s—When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, tT-he cost for 4w- coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent the cost for coring and testing shall be borne by the Contracting Agency_ At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design. trr Page -SP -27 Revision Date: Mav 19. 1997 5 -04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain a given quality level corresponding to a pay factor of 1.00 or greater referenced to the specified minimum density (921` percent of the reference maximum density A4sthed ). If a compaction test section is requested, a Compaction pay factor of 1.00 shall apply until compatibility is proven. Following determination of compactibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section• the mix will be considered compactible. Asphalt Concrete Classes A, B, E• F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Asphalt Concretq, oClass D and preleveling mix shall be compacted to the satisfaction of the Engineer. In addition to the-randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of three 5 randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with this the u2tigtic2l 24copwAvv section, considering it as a separate_ sublotlet. SECTION 5 -04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) "Misc and /or Driveway Asphalt Conc. Appcoarh Cl. per ton. This item, when included in the contract includes asphalt paving for areas such as driveways and traffic islands that are not part of other paving work. 4 d ­ ti �cuJatiea. iah Mix Ce1n#tl4 aase PFi V@ 6446—o-", ­;If ^21culged nd- id f F des; ;Fibed in S_aEtj29 n 5 -04 Asphalt Concrete Pavement SECTION 5- 04.5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS IS DELETED. SECTION 5- 04.5(I)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5- 04.5(1)A Price Adjustments for Quality of AC Mix (RC) Nonstatistical Acceptance -Each lot of asphalt concrete pavement produced and having all constituents falling within the limits of the job mix formula shall be accepted at the unit contract price. If the constituents of the mix fall outside the limits of the job mix formula the mix shall not be accepted (see Section 5- 04.3(8) Rejection of Mixture). SECTION 5- 04.5(I)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 5- 04.5(1)B Price Adjustments for Quality AC Compaction (RC) For each sublot a Compaction Lay Factor will be determined based on the relative density of the tests The following table lists the Compaction Pay Factors and their associated relative dmsity.Va GW e c •ti a Ff Relative Density Compaction Pay Factor (average of three tests) >_92..0 1,00 91.5 0.99 91.0 0.95 90.5 0.91 90.0 0.85 89.5 0.80 89.0 0.75 Page -SP -28 Revision Date: Mav 19, 1997 e tir 6 -12 Rockeries 6 -12 Rockeries to tttr 77 r7 IJ ow Division 6 Structures SECTION 6 -12 IS A NEW SECTION 6 -12 Rockeries 6 -12.1 Description (RC) The work described in this section, regardless of the type of materials encountered, includes the excavation and shaping of the cut or fill slopes and furnishing and constructing rockeries /rock retaining wall where shown on the plans or where directed by the engineer. 6 -12.2 Materials (RC) Rock walls shall be formed of larger pieces of quarried basalt, andesite or other igneous rock. Individual pieces of rock shall be sound and resistant to weathering. When broken into pieces weighing 50 to 150 grams and tested for soundness with sodium sulphate in accordance with aashto t104, the loss through a one - inch sieve after 6 cycles shall not exceed 35% by weight. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. No stone shall be used which does not extend through the wall. The rock material shall be hard, sound, durable and free from weathered portions, seams, cracks and other defects. The rock density shall be a minimum of 160 pounds per cubic foot. The source of supply and representative samples of the material shall be approved by the engineer before delivery to the site_ The rock walls shall be constructed of one -man rocks, (85 to 300 pounds) each 10" in its least dimension; two -man rocks, (300 to 600 pounds) each 13" in its least dimension; three -man rocks (800 to 1,200 pounds) each 16" in its least dimension; four -man rocks (1,500 to 2,200 pounds) each 18" in its least dimension. The rocks shall range uniformly in size for each classification specifies. The four -man rocks shall only be used for the first course of rock in walls over 6 feet in height. 6 -12.3 Construction Requirements (RC) The rock unloading at the site will be done in such a manner as to segregate the rock by the size ranges indicated in the preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing around level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 inch square probe. 6- 12.3.1 Rockery Backfill (RC) The wall backfill shall consist of 1 -1/2 inch minus crushed rock or gravel conforming to section 9 -03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of rocks placed. The backfill will be placed after each course of rocks. Any backfill material on the bearing surface of the rock course will be removed before setting the next course. 6- 12.3.2 Drain Pipe (RC) A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown in the standard plans, and connected to the storm drainage system where shown. 6- 12.3.3 Rejection Of Material (RC) The inspector will have the authority to reject any defective material and to suspend any work that is being improperly done, subject to the final decision of the engineer. All rejected material will be removed from the construction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. 6 -12.4 Measurement (RC) Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall and rounded to the nearest square yard. 6 -12.5 Payment (RC) Payment will be made under the item "rock retaining wall ", Per square yard. The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place and shall include all work, materials and equipment required to complete the installation, including drainage pipe and all other items. Page -SP -29 Revision Date: May 19, 1997 7 -01 Drains Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7 -01 Drains SECTION 7 -01.2 IS REVISED AS FOLLOWS: 7 -01.2 Materials (RC) Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel_ with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC); :or corrugated polyethylene (PE) at the option of the Contractor - unless the Plans specify the type to be used. SECTION 7 -01.3 IS REVISED AS FOLLOWS: 7 -01.3 Construction Requirements ITC.) PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9 -04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands as recommended by the manufacturer of the tubing. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. SECTION 7 -01.4 IS SUPPLEMENTED ADDING THE FOLLOWING: 7 -01.4 Measurement (RC) When the contract does not include "structure excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated, wittrthese items shall be included in other contract pay items. 7 -02 Culverts SECTION 7 -02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 7 -02.2 Materials (RC) Materials shall meet the requirements of the following sections: Plain Concrete Culvert Pipe 9- 05.3(1) Reinforced Concrete Culvert Pipe 9- 05.3(2) Beveled Concrete End Sections 9- 05.3(3) Steel Culvert Pipe and Pipe Arch, Asphalt Treatment 1 9 -05.4 Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9- 05.4(8) Steel End Sections, Asphalt Treatment I 9- 05.4(9) Aluminum Culvert Pipe 9 -05.5 Aluminum End Sections 9- 05.5(6) Solid Wall PVC Culvert Pipe 9 -05.12(1) Profile Wall PVC Culvert Pipe 9- 05.12(2) 7 -04 Storm Sewers Corrugated Polyethylene Culvert Pipe 9 -05.19 Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9 -05.4 and 9 -05.5. Where plain or reinforced concrete, steel or aluminum are referred to in Section 7 -02 it shall be understood that reference is also made to PVC. 7 -03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass SECTION 7- 03.21S REVISED AS FOLLOWS: 7 -03.2 Materials (RC) Materials shall meet the requirements of the following sections: Concrete Class 3000 6 -02 Corrugated Steel Asphalt Treatment I 9 -05.6(8) Corrugated Aluminum 9 -05.6(8) Reinforcing Steel 9 -07 SECTION 7 -03.5 IS REVISED AS FOLLOWS: 7 -03.5 Payment (RC) Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "St. Str. Plate Pipe _ Gage _ In_ Diam. ", per linear foot with Asphalt Treatment I. "St. Str. Plate Pipe Arch _ Gage _ Ft. _ In. Span ", per linear foot with Asphalt Treatment I. "St. Str. Plate Arch _ Gage Ft. _ In. Span", per linear foot with Asphalt Treatment I. "Structure Excavation Class B ", per cubic yard. "Structure Excavation Class B Incl. Haul ", per cubic yard. If no bid item for Structure Excavation Class A or Structure Excavation Class B, including haul, is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. - Shoring or Extra Excavation Class B ". If it is not in the contract, then it shall be incidental. 7 -04 Storm Sewers SECTION 7 -04.2 IS REVISED AS FOLLOWS: 7 -04.2 Materials (RC) Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated er: corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9 -05.4 and 9 -05.5. Page -SP -30 Revision Date: May 19, 1997 e so 7 -05 Manholes, Inlets, and Catch Basins 7 -05 Manholes, Inlets, and Catch Basins W r7 ar to ow W 7 -04.3 Construction Requirements SECTION 7- 04.3(1)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: ` 7 -04.3(1)B Pipe Bedding (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9 -03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. 7- 04.3(2) Laying Storm Sewer Pipe SECTION 7- 04.3(2)A IS REVISED AS FOLLOWS: 7 -04.3(2)A Survey Line and Grade (RC) Survey line and grade will be provided by the Engineer or contractor in a manner consistent with accepted practices and these specifications. SECTION 7- 04.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7- 04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Eneineer. SECTION 7-04.4 IS REVISED AS FOLLOWS: 7-04.4 Measurement (RC) The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole to center of manhole or from the center of catch basin to center of catch basins and similar type structures. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS: 7-04.5 Payment (RC) The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. 7 -05 Manholes, Inlets, and Catch Basins SECTION 7 -05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7 -05.3 Construction Requirements (RC) All manholes shall have eccentric cones and shall have ladders. SECTION 7- 05.3(1) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical road way section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture density, and uniformity of grade. The joint between the Page -SP -31 rrr Revision Date: May 19, 1997 7 -08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving protects using curb and gutter section that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded to concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets: -The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. SECTION 7- 05.3(2) IS REVISED AS FOLLOWS: 7 -05.3(2) Abandon Existing Manholes (RC) Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water,- and the manhole filled with sand and compacted to 90 percent density as specified in Section 2 -03.3(14)C. Debris resulting from breaking the upper pan of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. SECTION 7- 05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 05.3(3) Connections to Existing Manholes (RC) Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, .curb inlets and /or manholes The contractor shall be required to core drill into the structure shape the new pipe to fit and regrout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. A "Connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation relocation and adjustment of line manholes, catch basins or curb inlets_ Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7 -08 General Pipe Installation Requirements SECTION 7 -05.4 IS REVISED AS FOLLOWS: 7 -05.4 Measurement (RC) Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe Ad�ustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no furthur compensation shall be made Adjustment of existing structures and miscelaneous items such as valve boxes shall be measured by "Adjust Existing " per each which shall be full pay for all labor and materials including all concrete for the completed adjustment to accordance with Section 7- 05.3(1) and the City of Renton Standard Details. Connection to existing pipes and structures shall be measured per each. SECTION 7 -05.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7 -05.5 Payment (RC) "Adjust Manhole Existing " per each. The unit contract price per each for "Adjust Existing " shall be full pay for all costs necessary to make the adjustment including restoration of adjecent areas in a manner acceptable to the Engineer. "Structure Excavation Class B ", per cubic yard. "Structure Excavation Class B Incl. Haul ", per cubic yard. Structure excavation for concrete inlets and area inlets is considered incidental to the cost of the inlets and shall be included in the unit contract price for the concrete inlet and the area inlet. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 7 -08 General Pipe Installation Requirements SECTION 7- 08.3(1)C SUPPLEMENTED AS FOLLOWS: 7- 08.3(1)C Pipe Zone Bedding (RC) (SA) Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made_ SECTION 7- 08.3(2)E IS SUPPLEMENTED AS FOLLOWS: 7- 08.3(2)E Rubber Gasketed Joints(RC) In laying pipe with rubber gaskets, the pipe shall be handled carefully to avoid knocking the gasket out of position or contaminating it with foreign material. Any gasket so disturbed shall be removed, cleaned, relubricated if required, and replaced before joining the sections. The pipe shall be properly aligned before joints are forced home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted_ Any pipe dammed during joining and joint Page -SP -32 Revision Date: Ma -v 19, 1997 A e A ter M O ! 7 -08 General Pipe Installation Requirements 7 -08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Contracting Agency. Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. Care shall be taken to properly align the pipe before joints are entirely forced home. During insertion of the tongue or spigot, the pipe shall be partially supported by hand, sling or crane to minimize unequal lateral pressure on the gasket and to maintain concentricity until the gasket is properly positioned. Since most gasketed joints tend to creep apart when the end of the pipe is deflected and straightened, such movement shall be held to a minimum once the joint is home. , SECTION 7- 08.3(2)J IS AN ADDED NEW SECTION. 7- 08.3(2)J Placing PVC Pipe (RCS In the trench, prepared as specified in Section 7- 02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter- collar will be used at the point of connection. 7- 08.3(2)A Survey Line and Grade Survey line and grade control shall be provided in accordance with Sections 1 -05.4, 1 -05.5 and IAA 9Agiva@r -in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. SECTION 7- 08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 08.3(2)B Pipe Laying (RC) Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight- tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pie shall be kept clean during and after laying.. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and /or the grades. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade.- For concrete pipes with elliptical reinforcement the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. SECTION 7- 08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7- 08.3(2)G Sewer Line Connections (RC) Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core - drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns- Manville Asbestos- Cement collar, or use a conical type flexible seal equal to kore -N -Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7 -08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7 -08.4 Measurement (SA) Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2 -09, or by the TON. Concrete for plugging existing pipes will be measured by the cubic yard for the volume which would be required to completely fill the pipe for a distance of two diameters. Computation for corrugated metal pipes will be based on the nominal diameter. Excavation of the trench will be measured as structure excavation Class B or structure excavation Class B including haul, by the cubic yard as specified in Section 2 -09. When excavation below grade is necessary, excavation will be measured to the limits ordered by the Engineer. Embankment construction before culvert placement under the applicable provisions of Section 7- 08.3(1)A will be measured in accordance with Section 2 -03. Shoring or extra excavation class B will be measured as specified in Section 2 -09.4. Page -SP -33 D....: n-,-. A'f- 10 1007 7 -10 French Exc., Bedding, and Backfill for Water Mains SECTION 7 -08.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7 -08.5 Payment 1 (SA) Payment will be made in accordance with Section 1 -04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations ", per cubic yard, or Ton. "Gravel Backfill for Pipe Zone Bedding ", per cubic yard, or Ton. "Commercial Concrete ", per cubic yard. "Structure Excavation Class B ", per cubic yard. "Structure Excavation Class B Incl. Haul ", per cubic yard. Unless specifically identified and provided as separate items structure excavation dewaterinp and backfilling shall be incidental to pipe installation and no further compensation shall be made "Shoring or Extra Excavation Class B ", per square foot. If this pay item is not in the contract then it shall be incidental. 7 -10 Trench Exc., Bedding, and Backfill for Water Mains SECTION 7 -10.4 IS REVISED AS FOLLOWS: 7 -10.4 Measurement (RC) Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2 -09.4 or by the ton, in accordance with Section 1 -09. 7 -10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7 -10.5 Payment (RC) cuhis yafdt .111 Pay fQr all ­Q4. Payment for "removal and replacement of unsuitable material" will be considered incidental to or calculated under other bid items and no further compensation will:be made. 4. "Bank Run Gravel for Trench Backfill-, per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill" shall be full pay for all work to furnish, place, and compact the material in the trench. Also included in the unit contract price is the disposal of excess and unusable material excavated from the trench. 6. "Foundation Material" , per ton or cubic yard. Payment at the unit contract price for "foundation material" shall be full compensation for excavating and disposing of the unsuitable material and replacing with the appropriate foundation material per Section 9- 30.7B(1). 7 -11 Pipe Installation for Water Mains 7 -11 Pipe Installation for Water Mains 7 -11.3 Construction Details (RC) 7- 11.3(4) Laying of Pipe on Curves SECTION 7- 11.3(4)A HAS BEEN REVISED AS FOLLOWS: 7- 11.3(4)A Ductile Iron Pipe (RC) Long radius (500feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. SECTION 7- 11.3(4)B IS SUPPLEMENTED AS FOLLOWS. 7- 11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) (RC) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. THE TITLE AND TEXT OF SECTION 7- 11.3(6) HAS BEEN REVISED AS FOLLOWS. 7- 11.3(6) Laying Ductile Iron Pipe and FiltinRs with Polyethylene Encasement (RC) 4The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals couplings fittings and valves, with 8 mil. polyethylene plastic in accordance with Section 4 -5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI /AWWA C1051A21.5 -93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7- 11.3(7)A AND 7- 11.3(7)B HAVE BEEN DELETED AND REPLACED BY THE FOLLOWING 7- 11.3(7) Laying Steel Pipe (RC) Steel pipe shall not be used. SECTION 7- 11.3(9)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7- 11.3(9)A Connections to Existing Mains (RC) The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system without specific Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: Page -SP -34 e e 17'7 0 7 -11 Pipe Installation for Water Mains 7 -11 Pipe Installation for Water Mains Connections to existing piping and tie -ins are indicated on the drawings. The contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two -week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut -down of the existing water mains. The City reserves the right to re- schedule the connection if the work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled on site. The Contractor shall provide all saw- cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de- watering, foundation material at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. SECTION 7- 11.3(11) IS SUPPLEMENTED AND REVISED AS FOLLOWS. 7- 11.3(11) Hydrostatic Pressure Test (RC) A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow the escape of air and allow the lining of the pipe to absorb water. The State will furnish the water necessary to fill the pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for a minimum of two hours, and then pumping the main up to the test pressure again. During the test, the Section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg /l. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or. 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand registering I gallon per revolution. The meter shall_ be approved by the Engineer. Acceptability of the test will be determined as follows: Acceptability of the test will be determined by two factors as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. * Allowable leakage per 1000 ft. of pipeline * - in GPH *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L =N P 7400 in which L = Allowable leakage, gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi SECTION 7- 11.3(12)A SHALL BE REVISED AND SUPPLEMENTED AS FOLLOWS. 7- 11.3(12)A Flushing and "Poly - pigging "(RC) Sections of pipe to be disinfected shall first be V- &hedpoly- pigged to remove any solids or contaminated material that may have become lodged in the pipe. If ;I@ Jjydraw is inst2lied a& tho and of the- taai4-the main cannot be "poly- pigged ", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly -pie" shall be equal to Girard _Industries Aqua- Swab -AS 2lb /cu -ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet nose or squared end. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system. shall not be disposed into the storm drainage system or any water way. rtrtr Page -SP -35 Ravicinn Male' Mav 19. 1997 Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L =N P 7400 in which L = Allowable leakage, gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi SECTION 7- 11.3(12)A SHALL BE REVISED AND SUPPLEMENTED AS FOLLOWS. 7- 11.3(12)A Flushing and "Poly - pigging "(RC) Sections of pipe to be disinfected shall first be V- &hedpoly- pigged to remove any solids or contaminated material that may have become lodged in the pipe. If ;I@ Jjydraw is inst2lied a& tho and of the- taai4-the main cannot be "poly- pigged ", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly -pie" shall be equal to Girard _Industries Aqua- Swab -AS 2lb /cu -ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet nose or squared end. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system. shall not be disposed into the storm drainage system or any water way. rtrtr Page -SP -35 Ravicinn Male' Mav 19. 1997 7 -11 Pipe Installation for Water Mains SECTION 7- 11.3(12)D HAS BEEN DELETED AND REPLACED WITH: 7- 11.3(12)D Dry Calcium Hypochlorite (RC) Dry calcium hypochlorite shall not be placed in the pipe as laid. SECTION 7- 11.3(12)K HAS BEEN REVISED AS FOLLOWS: 7- 11.3(12)K Retention Period (RC) Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg /I. SECTION 7- 11.3(12)N HAS BEEN REVISED AS FOLLOWS: 7- 11.3(12)N Final Flushing and Testing (RC) Before placing the4ines into service, a satisfactory report shall be received from the local or State health department or an Approved testing lab on samples collected from representative points in the new •system. Samples will be collected and bacteriological tests obtained by the Engineer. SECTION 7- 11.3(13) HAS BEEN SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 11.3(13) Concrete Thrust Blocking and Dead -Man Block (RC) Provide concrete blocking at all hydrants fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking and vertical blocks herein All fittings to be blocked shall be wrapped with 8 -mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around lotnts. The forms shall be stripped prior to backfilling Joint restraint(shackle rods) where required shall be installed in a_ ccordance with section 7- 11.3(15). Provide concrete dead -man blocks at locations shown on the plans. The dead -man block shall include reinforcing steels shackle rods, installation and removal of formwork Blocking shall be commercial concrete (hand mixed concrete is not allowed) and poured in place. SECTION 7- 11.3(15) IS_A NEW ADDITIONAL SECTION. 7- 11.3(15) J_ oint "Restraint Systems (RC) General: Where shown on the plans or in the specifications or required by the engineer, joint restraint system (shackle rods) shall be used all Joint restraint materials used shall be those manufactured by star national products, 1323 holly avenue PO box 258 Columbus Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: High strength low -alloy steel(cor -ten) ASTM A242 heat - treated, superstar "SST" series. High strength low -alloy steel(cor -ten) ASTM A242 superstar "SS" series - Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware ASTM A123 for galvanizing rolled pressed and forged steel shapes. 7 -11 Pipe Installation for Water Mains Joint restrainer system components: Tiebolt: ASTM A242, type 2 zinc plated or hot din galvanized. SST 7:5/8 for 2 and 3 mechanical joints 3/4" for 4 to 12 mechanical joints, ASTM A325 type 31.) except tensile strength of full -body threaded section shall be increased to 40 000 lbs. minimum for 5/8 and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical points. same ASTM specification as SST 7 SST 77. 3/4" same as SST 7, except 1 eye for 7/8 rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt• SS8. 5/8" and 3/4" ASTM A563, grade C3 or zinc plated. S8. 518" and 3/4" ASTM A563, grade A, zinc plated or hot -dip galvanized Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation zinc plated or hot- s galvanized. SS 10: for 5/8" and 3/4" tierods ASTM A563 grade C3. S10: for 5/8" and 3/4" tierods ASTM A563 grade A Tierod: continuous threaded rod for cutting to desired lengths zinc plated or hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2• ANSI Bl.L S12. 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: round flat washers zinc plated or hot -dip galvanized. SS17. ASTM A242 F436. S17• ANSI B18 22 I Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75 -90 foot pounds for 3/4" nuts Install tiecouplings with both rods threaded equal distance into tiecouplings Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" ......................... ........2 6" ............. ..............................2 8" ............. ..............................3 10. ............. 4 12" ... ......... ................ ...... 6 14" ............ ............................... 8 16" ............ ..............................8 18 " ... ............. . .. ........... ...... ....8 20".... ....... ...... .... a 10 24"a ... .... ...................... ..... 14 30".. a ...... a ..... (16 -7/8 "rods) 36" ............ ............................... (24 -7/8 "rods) Where a manufactures mechanical ioint valve or fittine is supplied with slots for "T" bolts instead of holes a flanged valve with a flange by mechanical joint adapter shall be used instead so as to provide adequate space for locating the tiebolts Where a continuous run of pipe is required to be restrained no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert lone body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Page -SP -36 e e I3 rrr r t 7 -12 Valves for Water Mains 7 -12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, with koppers bitomastic no. 300 -m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800 -m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. SECTION 7 -11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS. 7 -11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead -man blocks will be per cubic -yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead -man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the plans. SECTION 7 -11.5 HAS BEEN REVISED AS FOLLOWS. 7 -11.5 Payment (RC) "_Pipe for Water Main and Fittings _In. Diam. ", per lineal foot. The unit contract price per linear foot for each size and kind of "_Pipe for Water Main — In. Diam." shall be full pay for all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, installation of polyethylene wrap, cleaning by poly -pigs, vertical crosses for insertion and removal of poly -pigs, temporary thrust blocks and blow -off assemblies, testing, flushing, disinfecting the pipeline, shackle rods, abandoning and capping existing water mains, removing miscellaneous pipes, removing and salvaging existing hydrant assemblies, and other appurtenances to be abandoned as shown on the plans, and cleanup_ "Concrete Thrust Blocking and Dead -Man Blocks ", per cubic yard. The unit contract price bid for "Concrete Thrust Blocking and Dead -Man Block" Shall be for the complete cost of labor, materials, equipment for the installation of the concrete thrust blocks and dead- man blocks, including but not limited to excavation, dewatering, haul and disposal of unsuitable materials, concrete, reinforcing steel, shackle rods and formwork. If this item is not included in the contract schedule of prices, then thrust blocking and dead -man blocks shall be considered incidental to the installation of the pipe and no further compensation shall be made. "Connection to Existing Water Mains ", per each. The unit contract price per each connection to existing water mains shall be for complete compensation for all equipment, labor, materials required for the connections to the existing water mains. 7 -12 Valves for Water Mains SECTION 7 -12.02 HAS BEEN REVISED AS FOLLOWS: SECTION 7- 12.3(1) HAS BEEN REVISED AS FOLLOWS: 7- 12.3(1) Installation of Valve Marker Post (RC) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right -of -way opposite the valve and be set with 18 inches of the post exposed above grade. SECTION 7- 12.3(2) IS A NEW SECTION.• 7- 12.3(2) Adjust Existing Valve Box to Grade (RC) Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7 -05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7 -12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one- fourth inch (1/4 ") to one -half inch (1/2 ") below finished grade. SECTION 7 -12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7 -12.4 Measurement Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. SECTION 7 -12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: "Gate Valve from 4 inch to 10 inch in diameter and Valve Box," per each. The unit contract price per each for the valve of the specified size shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve, painting, disinfecting hydrostatic testing cast -iron valve box and extensions as required valve nut extensions, adjustment to final grade. "12 inch Gate Valve and Concrete Vault," per each. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve, by -pass assembly, cast -iron casting and cover, ladder rung, concrete risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. Page -SP -37 r).,w- Al-, 10 1007 7 -14 Hydrants The unit contract price per each for the 16" and larger butterfly valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve painting, disinfecting, hydrostatic testing concrete vault cast -iron casting and cover, ladder, concrete risers as required adjustment to final grade. "Blow -off assembly," per each. T_ he unit contract price per each for each blow -off assembly shall be for all, labor, equipment and material to complete the installation of the assembly per the City of Renton Water Standard Detail, latest revision. "Air - Release /Air- Vacuum Valve Assembly," per each. The unit contract price per for air - release /air- vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping -ahe main laying and jointing the pipe and fittings and appurtenances, backfilling testing flushing and disinfection, meter box and cover, at location shown on the plans and per City of Renton Standard Detail latest revision "Adjust Existing Valve Box to Grade (RC),* per each The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents including all incidental work. If not included as a separate pay item in the Contract but required to complete other work in the Contract then adjustment of valve boxes shall be considered incidental to other items of work and no futher compensation shall be made. 7 -14 Hydrants 7 -14.3 Construction Details (RC) SECTION 7- 14.3(1) ISr.REVISED AND SUPPLEMENTED AS FOLLOWS: 7- 14.3(1) Setting- Hydrants (RC) After all installation and testing is complete, the exposed portion of the hydrant shall be painted with eastwo field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600 -93, Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43 -655 safety yellow or approved equal Fire hydrants shall be of such length as to be suitable for installation with connections to 6" 8" AND 10" piping in trenches 3 - 112 feet deep unless otherwise specified. The hydrant shall be designed for a 4 -1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast -iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) 5- l/4- MVO fire hydrant (M1 connection) 4" x 5" Stortz adapter, 7_14 Hydrants cast iron valve box and cover, 3/4" shackle rods and accessories concrete blocks and two concrete guard posts (only if hydrants are outside nght -of -way). Joint restraint(Shackle Rods) shall be installed in accordance with Section 7- 11.3(15). SECTION 7- 74.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 14.3(3) Resetting Existing Hydrants (RC) This work shall conform to Section 7- 14.3(1). All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type SECTION 7- 14.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 14.3(4) Moving Existing Hydrants (RC) All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. SECTION 7 -14.5 IS REVISED AS FOLLOWS: 7 -14.5 Payment (RC) Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Hydrant Assembly ", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made... oxgeptthe pipe GonRvG6i;g tho hydr-aw to the main will be paid "Resetting Existing Hydrants ", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant) shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the plans shall be incidental to the contract. "Moving Existing Hydrants ", per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant),— shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made 6FGGif4Qd_iA SQG6044 :7 11.5. Guard posts, shown on the plans shall be incidental to the contract. Page -SP -38 iWl e It M 7 -15 Service Connections 7 -15 Service Connections SECTION 7 -15.3 IS SUPPLEMENTED AS FOLLOWS: 7 -15.3 Construction Details (RC) Pipe materials used to extend or replace existing water service lines shall be copper. Where instalation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe- hogging). If the 'trenchless percussion and impact method fails, regular open trench methods may be used. SECTION 7 -15.5 IS SUPPLEMENTED AS FOLLOWS: 7 -15.5 Payment (RC) Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Service Connection _ In. Diam. ", per each. The unit contract price per each for "Service Connection _ In. Diam." shall be full pay for all work to install the service connection, including but not limited to, excavating or (hoe- hogging), tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. 7 -17 Sanitary Sewers SECTION 7 -17.2 HAS BEEN REVISED AS FOLLOWS: 7 -17.2 Materials (RC) (SA) Pipe used for sanitary sewers may be: Rigid Flexible Concrete ADS Cg spesise X4t,;fiQd C4.1,Y PVC (Polyvinyl Chloride) Ductile Iron Materials shall meet the requirements of the following sections. Plain Concrete Storm Sewer Pipe 9- 05.7(1) Reinforced Concrete Storm Sewer Pipe 9- 05.7(2) V;tr;JjQd Clay S6,;;,eF Pipe 9058 PVC Sanitary Sewer Pipe 9 -05.12(1) Ductile Iron Sewer Pipe 9 -05.13 ADS Compes4c Sewer Pipa 905-1.4 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. SECTION 7- 17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 17.3(1) Protection of Existing Sewerage Facilities (RC) When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream system shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance by the Engineer. 7 -17 Sanitary Sewers SECTION 7- 17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7- 17.3(2)H Television Inspection (RC) Once the television inspection has been completed the contractor shall submit To the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). SECTION 7 -17.4 IS REVISED AND . SUPPLEMENTED AS FOLLOWS. 7 -17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole or to the inside face of catch basins and similar type structures. The length of testing sewer pipe in conformance with Section 7- 17.3(2) will be the number of linear feet of completed installation actually tested. Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets. SECTION 7 -17.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7 -17.5 Payment (RC) Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Plain Conc. es'.C. -Sewer Pipe _ In. Diam. ", per linear foot. "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam. ", per linear foot. "PVC Sanitary Sewer Pipe _ In. Diam. ", per linear foot. "Ductile Iron Sewer Pipe _ In. Diam. ", per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required litres and grades. "Testing Sewer Pipe ", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7- 17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material ", per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7- 08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer ", per cubic yard, or Ton. The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish, place, and compact material in the trench. "Television Inspection per Lump Sum. Page -SP -39 D ....: �:,... n,..... A./.,,, 10 1007 8 -09 Raised Pavement Markers Division 8 Miscellaneous Construction - 8 -09 Raised Pavement Markers SECTION 8 -09.5 HAS BEEN REVISED AS FOLLOWS: 8 -09.5 Payment (RC) (SA) Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type I", per eachkuadrad. "Raised Pavement Marker Type 2 ", per eachhundmd. "Raised Pavement Marker Type 3- In. ", per eachkuadred. "Recessed Pavement Marker ", per eachhimdred. The unit contract price per eachltuads€d for "Raised Pavement Marker Type 1 ", "Raised Pavement Marker Type 2 ", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker "shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. 8 -10 Guide Posts 8 -13 Monument Cases SECTION 8 -13.1 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8 -13.1 Description (RC) This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked' by the Engineer or by the Contractor supplied surveyor. SECTION 8 -13.3 IS .,REVISED AND SUPPLEMENTED AS FOLLOWS: 8 -13.3 Construction Requirements The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. When existing monuments will be impacted by a nroiect. the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. SECTION 8 -13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 13.4 Measurement All costs for surveying and resetting existing monuments impacted by contruction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. 8 -14 Cement Concrete Sidewalks SECTION 8 -13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8 -13.5 Payment "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8 -14 Cement Concrete Sidewalks SECTION 8- 14.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8- 14.3(4) Curing (RC) The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane to cover the pour of an entire day in the event of rain or other unsuitable weather. The - Contractor shall be responsible for barricading patrolling, or otherwise protecting newly placed 'concrete Damaged, vandalized, or unsightly concrete shall be removed and replaced at the expense of the Contractor. SECTION 8 -14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8 -14.4 Measurement (RC) When the contract contains a pay item for "Curb Ramp Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk crushed surfacing base materials and all other work materials and equipment required per Section 8 -14 shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete the payment shall be included in the pay item for "Miscellaneous and /or Driveway Asphalt Concrete." SECTION 8 -14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8 -14.5 Payment (RC) "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2 -03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Conc. Sidewalk and the per each contract price for Curb Ramp Cement Concrete." Page -SP-40 V-41 ;- 7).,f- 4.1.,.. 70 7007 e ft 8 -17 Impact Attenuator 8 -17 Impact Attenuator Systems THE STATE AMENDMENT TO SEC7YON 8 -17 IS SUPPLEMENTED BY THE FOLLOWING. 8-17.5—Payment (RC) If no pay item is included for temporarey impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control." 8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20.2 Materials SECTION 8- 20.2(1) HAS BEEN SUPPLEMENTED WITH THE FOLLOWING: 8- 20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre- approved plans. 2. Signal standards with or without pre - approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. SECTION 8- 20.3(2) HAS BEEN SUPPLEMENTED BY ADDING THE FOLLOWING: 8- 20.3(2) Excavating and Backfilling (RC) The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract plans or as directed by the engineer. The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be performed at the time of the initial backfilling of the trench unless directed otherwise by the engineer. Trenching for conduit runs shall be done in a neat manner with the trench bottom graded to provide a uniform grade. No work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit. Trench within the roadway area shall use select trench backfill which shall consist of 5 /8th inch minus crushed surfacing top course or other material as indicated in the special provisions or schedule of prices and directed for use by the engineer. The source and quality of the material shall be subject to approval by the engineer. Trench backfill within the sidewalk area shall be made with acceptable materials from the excavation subject to the Engineer's approval of the material and shall be considered a necessary part and incidental to the excavation in accordance with the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The 8 -20 Illumination, Traffic ;tems, and Electrical Cif reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimum width for the trench will be at the option of the contractor. Trench width will, however, be of sufficient size so that all of the necessary conduit can be installed within the depths specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall be compacted to 95% of the material's maximum density, per Section 2 -03.304M. SECTION 8- 20.3(4) HAS BEEN REVISED AS FOLLOWS: 8- 20.3(4) Foundations (RC) Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The contractor shall provide all material for and construct the foundations for and to the dimensions specified in table I below. The anchor bolts shall match that of the device to be installed thereon. All excess materials are to be removed from the foundation construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block -out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period. the contractor may install the applicable device thereon Table 1 Type of device Dimensions Street Light Pole 4'Deep x 3' Sq or Dia. Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. Signal Controller See Detail Sheet Street Light Control Cabinet See Detail Sheet Special Base See Detail Sheet All concrete foundations shall be constructed in the manner specified below: I. Where sidewalk or raised islands are to be constructed as a Hart of this project the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail sheet) Where no sidewalks are to be installed the grade for the top of the foundation shall be as specified by the engineer. (See detail sheet All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. Page -SP-41 n...,.. AA.... 10 1007 8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical SECTION 8- 20.3(5) IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8- 20.3(5) Conduit (RC) lecatieas: utilities. Cirowh-r@ ;;I the run, ;he Gondui; Gcgmow anteripig ;he box 104009 IsAgth of galvanized glee' conduit may be in&tallcd wA I;e-, All other loGatioi;& noted ;A the coptra,& mi .4 to stpictu;:66 sl+{�fec�aed- I�a�Fie�. A- luminam conduit will be an alternate- te— gal-uaaiaed- steel steel! appFo 'ed jarki g or, drilling — methods Pavement cr- e..'l --..ot be If allowed in the Plans or if obstructions are encountered in jacking or drilling operations, the Contractor will be allowed to install conduits by open trenching. Open trench construction shall conform to the following: 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel to each other and extend 2 fcst one I foot beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover over conduits below the roadbed, and 18 inches below finished grade in all other areas.. 5. Trenches located within paved roadway areas shall he restored per the Renton Standard Detail. Pull Wires Shall be installed. All conduit shall be rigid non - metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within continuous conduct runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans Conduit size shall be as indicated on the wiring and conduit schedule shown on Ip ans. Conduit to be provided and installed shall be of the type indicated below: 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8- 20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8- 20.3(6) Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting" 2. Signal only: "Signals" 3. Traffic signal and street lighting: "TS -LT" 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function i.e. street lighting, traffic signal, or both shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type I" or "Type II" junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavation backfilling and compaction all in accordance with plans specifications and detail sheets. All junction boxes shall have galvanized steel lids and frames. All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5 /8th -inch minus crushed surfacing top course material installed under and around the base of the junction box. Concrete shall be promptly cleaned from the junction box frame and lid. The unit contract price per junction box shall include installation of 5 /8th -inch minus crushed surfacing top course and a 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans, specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be made unless the contract includes separate pay items for "crushed surfacing" and /or for "concrete pad." Page -SP-42 P—r,i— r)-t - AJ.,., ro Inn,7 e e e C 8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical SECTION 8- 20.3(9) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8- 20.3(9) Bonding, Grounding (RC) Identification of the equipment grounding conductor shall conform to all Code requirements. Grounding of conduit and neutral at the service point shall be accomplished as required under the Code. Grounding of the neutral shall be accomplished only at the service. logs than IQ 444 iA 1GAg4h if zhcy arc 'Q inGh in diameW 0; not 19&& All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to _a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal /lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the "Schedule of prices." SECTION 8- 20.3(70) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8- 20.3(10) Service (RC) Power sources shown in the Plans are approximate only; exact location will be determined in the field. assembly Upon request of the Contractor, the Engineer will make the necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the 94aw City. Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C. (traffic signal service only) 2. Type 1I, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street lighting non contactor, individual controlled photo -cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor /traffic signal, grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. The service cabinet shall be marked with the service agreement letters and numbers. The markings shall be installed on the outside cabinet door near the top of the cabinet. The markings shall be series C using stencils and black enamel alkyd gloss paint conforming to Federal Specification TT- E-489. SECTION 8- 20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8- 20.3(11) Field Test (RC) No change to stop and go operation will be allowed after 2 p.m. on any day nor will the change be allowed on Friday, weekends, holidays, or the day preceding a holiday. 1 Requests for traffic signal turn on will not be considered until a pre -turn on inspection of signal system has taken place. 2 All discrepancies and deficiencies must be corrected by the contractor and re- inspected prior to requesting signal turn on date. 3 Requests for signal turn on .shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. 4 A minimum of three (3) working days notice will be required for signal turn on. 5 Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. 6 City forces shall provide post and maintain proper signing warning of new signal ahead. 8- 20.3(13) Illumination Systems SECTION 8- 20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8- 20.3(13)A Light Standards (RC) (SA) Page -SP-43 n ..:.: r). tt &fnv 10 7997 8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical 64 plate. slip Plato aAd the ksape;: plate 3. Anchor bolts shall extend through the top heavy hex nut two full threads. the 6. Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending or welding. The Contractor's repair procedure -riis to be submitted to the Engineer for approval prior to, making any repairs. The procedure is to include removing,,,the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. 7. The grout pad shall not extend above the elevation of the bottom of the slip base. be installed plumb, t I degree. Staadard- Rtaas. bok& that 2Fc damaged shall be wpai;ad -41; approved slavve -41A-hop Wks; rhall Gut oU 2 J.") to 3 indws above th@ iRC421W —4h top of bolt 1 14) to 3 fQ;,Ad2&;QA St2ad2;:d P-laas. All ne-.;- light ==Ulds shall haug ap app;:G;,od metal tag. All new light standards shall be numbered for identification in accordance with the Plans using painted 3 -inch series C numbers installed three feet above the base facing the travelled way. Paint shall be black enamel alkyd gloss conforming to Federal Specification TT -E -489. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed by the Engineer. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding (ug or nut shall be provided in the hand hole frame or inside the hand hole frame or inside the pole shaft to attach a ground bonding strap All poles and davit arms shall be designed to support a luminatre weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 13 All poles shall maintain a minimum safety factor of 4.38 p s i on yield strength of weight load and 2.33 psi for basic wind pressure. Davit Arms: The davit style arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the luminatre specified The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: A one piece anchor base of adequate strength shape and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting at its yield point the bending moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be furnished with the pole. Anchor bolts shall meet the requirements of Section 9 -06.5(3) and 9-06.5(4). The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment anchor bolt fabrication data test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts, nuts, screws washers etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of 4- digits and one letter on each pole, whether individual luminatre or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film resistant to dust, weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white reflectorized 2 inch legend on a black background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail sheets at the end of these specifications. The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers pipe wrenches or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and Page -SP-44 Revkinn r7n7o- Mnv 79 1997 M e M 8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. SECTION 8- 20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: 8- 20.3(14) Signal Systems (RC) All signal conductors shall be stranded copper and shall have 600 volt insulation and be of the sizes noted on the plans. All multi - conductors used for the signal system shall conform to division 9 -29.3 and shall be of the sizes noted on the signal wiring schedule and wiring diagram. All stranded wires terminated at a terminal block shall have an open end, crimp style soderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops. SECTION 8- 20.3(14)A IS SUPPLEMENTED BY ADDING THE FOLLOWING (RC) 8- 20.3(14)C Induction Loop Vehicle Detectors (RC) 11. Splices to loop return cables shall be made with soldered compression type connectors. SECTION 8- 20.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8- 20.3(14)D Test forInduction Loops and Lead -in Cable (RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. SECTION 8- 20.3(14)E IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8- 20.3(14)E Signal Standards (RC) 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. be 2111.0—ed 0A -- ceder -- 14. The signal standard and its fabrication shall conform with all current Washington State Department of Transportation Signal Standard Specifications and current pre- approved plans by WSDOT. 15. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). SECTION 8- 20.3(14)F IS AN ADDED NEW SECTION. 8- 20.3(14)F Opticom Priority Control Systems (RC) All new Opticom Priority System components shall be 500 Series, or approved equal. The Contractor shall supply one copy of the manufacturer's software on original disks. Controller cabinets shall have the 562 harness wired into the cabinet by the supplier. SECTION 8- 20.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8- 20.3(15) Grout (RC) After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. SECTION 8 -20.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8 -20.4 Measurement (RC) When shown as lump sum in the Plans or in the proposal as illumination system _, traffic signal display and dawrtiop system or. ti::iffiG signal coi;;Fo4y&Wm_ _ no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. Conduit of the kind and diameter specified in the Schedule of Prices will be measured by the linear foot for the actual neat line length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum bid item. Measurement for unit price items shall be as described in Section 8 -20.5 or as described in the contract schedule of prices and /or special provisions. SECTION 8 -20.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS: 8 -20.5 Payment (RC) Payment will be made for each of the following bid items that are included in the proposal: "Illumination System _ ", lump sum. "Traffic Signal D' ystem _ ", lump sum. The lump sum contract price for "Illumination System and "Traffic Signal ystem _ ", aad - Traffic Signal C@At;ol _" shalt be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. Page -SP-45 Rovi cinn r)nfo 44— 10 1997 8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical All costs for installing conduit containing both signal and illumination wiring shall be included in the contract prices for the signal system. All costs for installing junction boxes containing both illumination and signal wiring shall be included in the contract prices for the signal system. The unit prices for the items listed below shall be full compensation for furnishing and installing each item and for all labor, materials, tools, equipment and testing necessary and /or incidental for the full and complete installation as per the contract plans, detail sheets and'these specifications "Trench and Backfill,......." wide by.......... deep " per linear foot. The unit contract price for (3) "Trench and Backfill" per linear foot shall be full compensation for excavating loading hauling and otherwise disposing of the waste materials for backfilling and compacting backfill material to specified density and for the restoration of the trench to its pre - existing condition or as shown on the plans or as directed by the Engineer all in accordance with the plans, specifications and detail sheets "Select Trench Backfill," per ton. (4) "Select Trench Backfill" shall consist of 5/8" minus crushed surfacing top course and the unit per ton price shall include all costs associated with furnishing and installing the material and loading hauling and disposing of waste materials. "........Foundation, ......... per each.* "Type .... Junction box," per each. * *The unit per each price for (5) "Foundation" and (6) "Junction Box" shall be full compensation for full and complete installation per the plans, specifications and detail sheets including enclosing each item in a finished concrete pad which shall be incidental unless a separate pay item is included in the Schedule of Prices for "Concrete Pad." "Concrete Pad,, per-square yard. Measurement for <(7) "Concrete Pad" shall be by the square yard of surface area enclosed inclusive of and not subtracting for the area of the junction 'box or foundation enclosed and shall be full compensation for full and complete installation as per the plans specifications and detail sheets. Schedule 40 Conduit P.V.C." per linear foot.* ." Schedule 80 conduit, P.V.C. " per linear foot.* The unit contract price for conduit shall include all conduit couplings, adapters, elbows, bends reducers bell ends bushings and any other material labor or equipment necessary to complete the installation of the conduit. Measurement shall be by linear foot from end of conduit to end of conduit as measured from the top of grade along the middle of the trench line and adding, a vertical measurement at the end of each conduit run equal to the design depth of the trench. No payment shall be made for additional conduit used by the contractor due to horizontal or vertical weaving of the conduit within the trench line. "Street Light Standard .......," per each. ........ watt ... Luminaire and lamp," per each. ...... - watt ... Luminaire and lamp with photocell," per each. ....... AWG .... copper wire," per linear foot. "Service cabinet, " per each. The unit per each price for (14) "Service cabinet" shall be full compensation for furnishing and installing the full a ui ed cabinet and for risers, standoffs and any other materials labor or costs_ associated with providing electrical service as required by the electrical utility, the contract plans details and specifications and not included as separate pay items in the contract schedule of rises. "........Signal head...... " per each. ".......Signal head mounting hardware," per lump sum The lump sum price for (16) "....Signal head mounting hardware shall be full compensation for supplying and installing all traffic or pedestrian signal head mounting hardware in conformance with the plans specifications and detail sheets Pole mounted terminal box,... "x... "x..." and mounting hardware," per each. "2 /c shld loop return cable," per linear foot "3 /C shld pre - emption cable "per linear foot "... -pair shld interconnect cable," per linear foot "Traffic signal controller and cabinet," per each The unit contract price for "Traffic Signal Controller and Cabinet" shall be full compensation for furnishing and installing a fully equipped, wired and operational controller and cabinet "Traffic signal wire," per lump sum. "Signal standard, Type... with - -foot mast arm " per each "Induction loop vehicle detector." per linear foot The unit linear foot contract price for (24) "Induction loop vehicle detector" shall be measured by the linear feet of full depth sawcut required for installation. The unit price shall be full compensation for full and complete installation including wire sealant and all other labor, materials tools and equipment required to complete the installation in accordance with the plans specifications and detail sheets. The unit price shall also include providing and installing conduit stub -outs and soldered splices splices to loop return cables unless separate pay items are included in the contract schedule of prices for these other items Sawcutting shall be considered incidental to the loop installation whether or not there is a separate pay item in the contract for sawcutting Measurement for a standard 6' x 6' induction loop shall be 28 linear feet. Sawcutting for loop "Home runs" shall be done such as to minimize the total linear feet of sawcutting required by means of proper locating of loop return "Stub -out" by direct routing of "home runs" and by combining up to 4 pairs of loop wires in a single "home run" sawcut. Loop and "Home Run" layout shall be approved by the Engineer before sawcutting takes place. ".......Splice kit," per each. "Emergency Vehicle pre - emption detector," per each. "Opticom discriminator card," per each. "Detector amplifier," per each. "Street light fuse kit," per each. "Pedestrian push button with sign, " per each. "Pedestrian push button post," per each. "Pedestrian signal pole, Type I, 10-feet," per each. "Relocate existing ....... pole," per each. The unit per each price for "relocate existing ....pole" shall be full compensation for removing the pole from its existing foundation, removing and salvaging or re- installing existing equipment, plugging holes as required and installing the pole on its new foundation and shall include all labor, tools materials equipment and any other costs necessary and /or incidental to complete the installation and make the electrical equipment operational all in accordance with the plans specifications and detail sheets. "Remove existing.......Foundation " ' per each. Page -SP-46 Revision Date: Mnv 19 1997 e e itrr 1✓ W 8 -22 `Pavement Marking 8 -22 Pavement Marking _ The unit per each price for "Remove existing foundation" shall be full compensation for full and complete removal and hauling and disposal of the foundation. 8 -22 Pavement Marking SECTION 8 -22.1 IS REVISED AS FOLLOWS: 8 -22.1 Description (RC) Skip Center Stripe A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a-40-feat 24 -foot unit consisting of a-10 foot 9 -foot line and a 39 -feet 15 -foot gap. Skip center stripe is used as center line delineation on two lane or three lane, two way highways. Double Yellow Center Stripe Two SOLID YELLOW lines, each 4 inches wide, separated by a 4- inch o -l-2 iaslt space. Double yellow center stripe is used as center line delineation on multilane, two way highways and for channelization. 6aFe StsipsApproach Stripe A SOLID WHITE line, 8 inches wide, usedway to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash mark stripes shall be placed on 45 degree angle and 10 =feet apart. Lane Stripe A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes travelling in the same direction. The broken or "skip" pattern shall be based on a 40 feet24 -foot unit consisting of a 4A -feat 9 -foot line and a- 384eat 15 -foot gap. Drop Lane Stripe(Skip Approach Line) A BROKEN WHITE line, 8 inches wide, used to delineate a lane that ends at an off ramp The broken or "skip" pattern shall be based on a 24-14 -foot unit consisting of a 9-3-foot line and a 1542 -foot gap. NQ Pas& str•.ipe 49A; the Lan, bowAded by the whogo passiAg 4& 11 Two BROKEN YELLOW lines, cart; 4 ;nGhcs wide, gaP- Two Way Left Turn Stripe A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch space. The broken or "skip" pattern shall be based on a 40 -feet 24- foot unit consisting of a-38 -foot 9 -foot line and a-20 feet 15 -foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Stripe A SOLID WHITE line. -1.2 8 inches wide and 10 -feet long, installed parallel to another crosswalk stripe - with -a-6 foot and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.. Stop Bar A SOLID WHITE line,. --L8 12, 18 or 24 inches wide uul�s as noted oihci: ... wg is on the Contract plans. Traffic Lau"I:r_ end A WHITE marking Prepeuieuusing alphabetical letters.. Itiglt.See contract plans and detail sheets. SECTION 8- 22.3(5) IS REVISED AS FOLLOWS. 8- 22.3(5) Tolerances for Line Stripes (RC) Length of Stripe: The longitudinal accumulative error within a 40 foot 24 -foot length of skip stripe shall not exceed plus or minus 1 inch. SECTION 8- 22.3(6) IS REVISED AS FOLLOWS: 8- 22.3(6) Installation Instructions (RC) Installation instructions for plastic markings shall be provided for both the Contractor and the Engineer. All materials shall be installed according to the manufacturer's recommendations —w" SECTION 8- 22.3(7) IS A NEW SECTION: 8- 22.3(7) Removal of Traffic Markers (RC) The work to remove all old or conflicting stripes, lines buttons, or markers as required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other contract pay items and no further compensation shall be made unless a separate nav item or items are rovided for such removal. SECTION 8 -22.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8 -22.4 Measurement (RC) (SA) The measurement will be based on the travel distaase- Fequircd of a marking system capable... raaroApproach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow head defined as a unit. Traffic leue"! gends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. Measurement for paint/plastic stripe line removed shall be by the linear foot of "...." wide line or shall be included in the lump sum price for "remove existing traffic markings" unless specified to be paid as a separate pay item. If not specified as a separate pay item, then removal of existing traffic markings shall be considered incidental to the payment for other items of work and no further compensation shall be made. SECTION 8 -22.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8 -22.5 Payment (RC) "Painted 6aFeApproach Stripe -, per linear foot. "Painted Traffic L";"1egend ", per each. "Plastic Traffic LQW-FLe end ", per each. "Remove Paint Line wide," ner linear foot.* Page -SP-47 Revision Date: Mav 19. 1997 8 -23 Temporary Pavement Markings 8 -23 Temporary Pavement Markings 'Remove Plastic Line ....... Wide," per linear foot.* "Remove existing traffic markings per lump sum. • The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. The unit contract prices for the above listed bid items shall be full pay for fumishing all labor, tools material and equipment necessary for the completion of the work as specified. 8 -23 Temporary Pavement Markings SECTION 8 -23.5 IS SUPPLEMENTED WITH THE FOLLOWING: 8 -23.5 Payment (RC) If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under "Traffic Control," if that item is included as a bid item. Page -SP-48 Revision nnfv• Mnv 19 1997 e e ®r 9 -00 Definitions and Tests 9 -02 Bituminous Materials to Division 9 Materials 9 -00 Definitions and Tests SECTION 9 -00 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -00(A) Recycled Materials (RC) The City encourages the use of recycled materials whenever practicable, provided that those materials meet or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be utilized, the City requires that a Recycled Product Reporting Form be completed by the Contractor. 9 -02 Bituminous Materials 9 -02.1 Asphalt Material, General SECTION 9 -02.1(10) IS A NEW SECTION: 9 -02.1(10) Loop Sealant (RC) Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be hot -melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's recommendations. The contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing detector loops and shall submit manufacturer cutsheets or other data if requested by the Engineer in order to enable the Engineer to determine the acceptability of the sealant. All loop sealant shall only be installed in thoroughly clean and dry pavement and shall be applied in conformance with the methods required as to temperature and means of application such as to completely fill the sawcut area, encapsulate the loop wires and adhere to the pavement. 9 -03 Aggregates SECTION 9- 03.8(6)A IS REVISED AS FOLLOWS: 9- 03.8(6)A Basis of Acceptance (RC) 1. Asphalt Concrete will be accepted based on its conformance to the project job mix formula (JMF). Po;: the used aloi;g with thG gradation data show;Ag the stockpile 2116rag" No material for payment may be produced for use on a project until the job mix formula has been approved by the engineer. The mixture shall be designed to meet the test criteria listed in Section 9 -03.8(2) and remain within the limits set forth in 9 -03.8(6). The determination of the job mix formula shall be the responsibility of the Contractor. The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete pavement placed during a working shift shall conform to a single job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toia the JMF. The JMF shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of paving operations and shall include as a minimum: a. Percent passing each sieve size. b. Percent of asphalt cement. c. Asphalt grade. d. Mixing temperature. e. Compaction temperature. f. Anti -strip agent content. The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources of materials be made, a new JMF must be approved by the Engineer before the new material is used. bees established. Thy, average gradation nF then mplated oonhalt Dogign shall be the AIFA A%, change o new IMP 2-3. Job Mix Formula Tolerances_aad- A4justwenis. a. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in Section 9 -03.8(6). Aggregate passing 1 ", Broad band specification 3/4 5/8*' 1/2 ", and limits Section 9 -03.8(6). 3/8" sieves Aggregate passing 1/4" sieve t 6% Aggregate passing No. 10 sieve t 5 %a Aggregate passing No. 40 sieve t 4% Aggregate passing No. 200 sieve f2%_Notel Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9 -03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5- 04.3(8)A to determine acceptance. 1 06 l)- Page -SP-49 Revision Date: May 19, 1997 9 -04 Joint and Crack Sealing Materials 9 -05 Drainage Structures, Culverts, and Conduits 9 -04 Joint and Crack Sealing Materials SECTION 9-04. 11 IS A NEW SECTION 9 -04.11 Butyl Rubber (SA) Butyl rubber shall conform to ASTM D2000 M1 BG 610 9 -05 Drainage Structures, Culverts, and Conduits SECTION 9 -05.4 IS REVISED AS FOLLOWS: 9 -05.4 Steel Culvert Pipe and Pipe Arch (RC) Steel culvert _ipe and pipe arch shall meet the requirements of AASHTO M 36, .Type I and Type II. Welded seam aluminum coated (aluminized) = corrugated steel pipe and pipe arch with metallized coatingzapplied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9- 05.7(2) IS DELETED AND REPLACED BY THE FOLLOWING: 9- 05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C -76 and shall be Class IV Cement used in the manufacture of reinforced concrete pipe shall be Type 11 in conformance with ASTM C150. No admixture shall be used unless otherwise specified. SECTION 9- 05.7(2)A IS SUPPLEMENTED BY THE FOLLOWING: 9- 05.7(2)A Basis for Acceptance (RC) All pipe shall be subject to (l) a three - edge - bearing strength (D -load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi SECTION 9 -05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: 9- 05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single tubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. SECTION 9- 05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9- 05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Hydrostatic testing of rubber gasket joints shall be performed in accordance with _ASTM C361 or AWWA C302 except test pressure shall be 5 psi. SECTION 9 -05.9 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9 -05.9 Steel Spiral Rib Storm Sewer Pipe (RC) The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Conform to GAG of the fQllowing Gonfigui;ations- Pipe shall be fabriGated v.,414 -aAdR that G2n bi; joiAtad with. When requked, spi;al ;:;b pipe shall be bitumiRous tFeaw seatct:. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9 -05.4. The size coating and metal shall be as shown in the Plans or in the Specifications For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib) The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway Page -SP -50 Revision Dale- Mav 19 _ 1997 A e ■r 9 -06 Structural Steel and Related Materials 9 -08 Paints +tom E] Ow between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9- 05.4(3) and 9 -05.4(4) For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch — 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corers of the ribs shall be 0.0625 inch with an allowable tolerance of —10 percent. SECTION 9 -05.12(3) IS A NEW ADDITIONAL SECTION.• 9 -05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. SECTION 9 -05.14 IS DELETED: SECTION 9 -05.17 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9 -05.17 Aluminum Spiral Rib Storm Sewer Pipe (RC) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. 24 ;J;ChQr csute.F. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7 -1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9 -06 Structural Steel and Related Materials 9 -06.5 Bolts SECTION 9- 06.5(4) HAS BEEN SUPPLEMENTED BY ADDING: 9- 06.5(4) Anchor Bolts (RC) All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die -cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and /or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9 -06.5(4). 9 -08 Paints SECTION 9 -08.8 IS A NEW SECTION: 9 -08.8 Manhole Coating System Products (RC) 9- 08.8(1) Coating System Specification (RC) The following coating system specifications shall be used for coating (sealing) interior concrete (including the channel) surfaces of sanitary sewer manholes when required. so Page -SP -51 Revision Date: May 19, 1997 9 -23 Concrete Curing Materials and Admixtures 9 -29 Illumination, Signals, Electrical Coating System Specification A. General 1. Buried Manhole Surface Color Paint System a. Buried, and White C -1 exposed concrete surfaces. 9 -08.8(2) Coating Systems A. High Solids Urethane Coating System: Cl Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP -7 (Sweep or brush off blast) Application: Shop /Field The drying time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC- Conseal high solids urethane 2( 0 DFT) Finish: Two or more coats of Wasser MC- Conseal (min. 4.0 DFT) 9 -23 Concrete Curing Materials and Admixtures SECTION 9 -23.9 IS REVISED AS FOLLOWS: 9 -23.9 Fly Ash (RC) Fly ash shall not be used around water lines. 9 -29 Illumination, Signals, Electrical SECTION 9 -29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -29.1 Conduit (RC) The conduit_P :�V.C. '­mon- metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to A_ STM, Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. SECTION 9 -29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -29.2 Junction Boxes (RC) Junction boxes shall be reinforced concrete with galvanized steel from anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. The inscriptions on the covers of the junction boxes shall be as follows: 1. Signal only: "Signals" 2. Street Lighting only: "lighting" 3. Traffic Signal and Street lighting Facilities: "TS LT" The above inscriptions shall not be higher than the ton surface of the cover plates SECTION 9 -29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 9 -29.3 Conductors, Cable (RC) Each wire shall be numbered at each terminal end with a wrap- around type numbering strip bearing the circuit number shown on the plans. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops The contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein shall comply with applicable sections of the National Electrical Code 8. Detector loop wire shall be No. 1244 AWG stranded copper wire, Class B, with chemically cross - linked polyethylene type RHH -RHW insulation of code thickness. (I I)-Six -pa"F gommunications cable 'shall meet REA specification PE -39 and shall have six p2ir No. 19 AWG wires with 0.008 inch FPA /MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable_ The shielded communications /signal interconnect cable shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 4. Shielding: A corrosion /oxidation resistant tinted ethylene copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight virgin polyethylene (compounded to withstand sunlight temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. 6. Footage markings: footage markings must be printed sequentially a minimum of 2' along the outer jacket. 7. Filling: the entire cable within the outer jacket is flooded with petroleum- polyethylene gel filling compound including the area between the outer jacket and the shield. SECTION 9 -29.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -29.9 Ballast, Transformers (RC) The Ballast shall be pre -wired to the lamp socket and terminal board. SECTION 9 -29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -29.10 Luminaires (RC) The filter shall be charcoal with elast -omer gasket. Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor. Page -SP -52 Rrvicinn nnlr- Mnv 19 1997 r e W W to j trr O go rrt 9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical The manufacturer's name or symbol shall be clearly marked on earh tuminaire 9 -29.11 Control Equipment SECTION 9- 29.11(2) IS DELETED AND REPLACED WITH. 9- 29.11(2) Photoelectric Controls (RC) Photoelectric controls shall be a plug -in device, rated to gyrate on 120 volts, 60 Hz. The unit shall consist of alight sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit_ The photo cell shall be a solid state device with stable turn -on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to control the system shall be mounted on the tuminaire nearest to the service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. SECTION 9 -29.13 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 9 -29.13 Traffic Signal Controllers (RC) The unit shall operate on 120 volt, 60 cycle, single phase alternating current and shall use the power line frequency as a time base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. Components such as resistors, capacitors, diodes and transistors shall be individually replaceable utilizing approved standard soldering techniques. Intergrated circuits shall be mounted in sockets and shall be easily replaceable without soldering. All components shall be standard "Off the shelf" items. The traffic signal controller shall be capable of interfacing with the Multisonic real time, master computer. The controller shall be capable of both on -line operation (control by the multisonic master computer) and standby operation. The controller shall establish the sequence of signal phases, including overlaps, in conformance with the signal phasing diagram on the plans. When operating either in a fixed time mode or in a fully - actuated mode with volume density on each phase as required. All clearance timing and pedestrian timing shall be accomplished at the local intersection. SECTION 9- 29.13(2) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9- 29.13(2) Flashing Operations (RC) 2. Police Panel Switch. When the flash - automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; however, the controller shall "STOP TIME." When the switch is placed on automatic, the signals shall continue to flash for an additional 8 second flash period. At the completion of the continued 8 second flash period, unless otherwise specified, the controller shall immediately resume normal cyclic operations at the beginning of artery gsccPely low. 4. Power Interruption. On "NEMA- controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to ensure an 8 second flash period prior to the start of artery green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of artery g__Qa ely low. 6. Flash unit shall be a two circuit type capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. SECTION 9- 29.13(3) IS REVISED AND SUPPLEMENTED AS FOLLOWS. 9- 29.13(3) Emergency Pre - emption (RC) Immediately after a valid call has been received, the pre - emption controls shall cause the signals to display the required clearance intervals and subsequent pre - emption intervals. Pre - emption shall sequence as noted in the contract. Pre - emption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. 1" Emergency vehicle pre - emption shall be furnished as modules that plug directly into a rack wired to accept 3 -M discriminator type units. The pre - emption system operation shall be compatible with the 500 Series 3M company "opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path The system shall cause the traffic signals controller to move into an appropriate fire pre - emption program. this optical discriminator shall interface to the 562 software, for field programmability . It shall consist of the following components: a Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. b Discriminators which shall cause the signal controller to go into internal pre - emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. c. Pre - emption Indicator Lights. Optical Detector a. Shall be of solid state construction. b Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. c Shall operate over an ambient temperature range of -40 °F to +180 °F (40 °C to +85 °C). d Shall have internal circuitry encapsulated in a semi - flexible compound and shall be impervious to moisture. e Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Page -SP -S3 9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical Discriminator Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically Isolated output. When a pre - emption detector detects an emergency vehicle the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall - not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. SECTION 9- 29.13(2) IS-SUPPLEMENTED BY ADDING THE FOLLOWING: 9- 29.13(4) Wiring Diagrams (RC) The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. At the time of delivery the envelope shall have four complete sets of schematics and manuals for all assemblies and sub - assemblies SECTION 9- 29.13(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9- 29.13(6) Radio Interference Suppressors A Cornell - Dubiler radio interference filter NF 10801 -1 30 amps or equivalent shall be used to filter the A C power, Additionally, all power supplies shall have noise immunitv from other devices within the cabinet. SECTION 9- 29.13(7) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9- 29.13(7) Traffic- Actuated Controllers (RC) Traffic- actuated controllers shall be electronic devices which, when connected to trAffrc'detectors or other means of actuation, or both, shall operate the- Zlectrical traffic signal system at one or more intersections. All solid -state electronic traffic- actuated controllers and their supplemental devices shall employ digital timing methods. The traffic signal control equipment, unless otherwise permitted in the contract, must specifically conform to current NEMA specifications. h211 Conform to r Actuated traffic signal controllers shall be 8 -phase control units. Volume- density timing features shall be provided on all controllers. ig Laboratory mg. Wr i asked of aue;laps with timii;g data. asrtut_;0A All timing functions and input and output features for fully - actuated, volume - density operation shall be provided in accordance with NEMA standards. The controller shall provide for setting each timing interval by means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry and liquid crystal display. For the standby operation the traffic signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully - actuated mode. Standby operation shall automatically occur upon opening of interconnect lines, failure of central master computer, or when specified by the master. The standby operation shall follow and be coincidental in phase to that phase being displayed at the start of standby operation. Transfer from computer supervision shall not call up a starting yellow. SECTION 9- 29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9- 29.13(7)A Environmental, Performance and Test Standards for Solid -State Traffic Controllers (RC) The traffic signal controller assemblies including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check- out of all timing circuits phasing and signal operation shall be at the City of Renton Signal Shop Renton Washington. The Signal Shop will make space available to the contractor for the required test demonstrations. The contractor shall assemble the cabinet and related signal control equipment ready for testing A complete demonstration by the contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. SECTION 9- 29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9- 29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) nnl'� nl ,err hn� rlo .,r f� rn1, 1'age -SP -54 r e In 9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical Power Switches There shall be a main power switch inside the cabinet that shall render all control equipment electrically dead when turned 4W off._ There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing controllers or load switching devices. go W 77 it Stop Time Bypass Switch There shall be a switch in the cabinet identified as the stop time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the controller shall immediately stop time. The stop time bypass switch shall remove stop time from the controller and permit normal evcline oneration while the intersection remains in flashine operation. DETECTOR test switch Each vehicle and pedestrian phase shall have a momentary (spring return) detector test switch. When depressed, the switch shall place a call on its respective signal phase. The convenience outlet and lamp socket A convenience outlet protected with a ground fault interrupter and an incandescent lamp socket shall be furnished in the main cabinet. A door switch for the lamp shall be provided. THIS circuit shall be protected by a circuit breaker rated at 20 amps. Fail Safe Unit Fail safe unit shall meet the NEMA -PLUS specifications and shall monitor both the positive and negative portions of the A.C. sine wave for all green, amber and pedestrian walk indications. The duration of a display of conflicting indications shall not be long enough to be visible to motorists or pedestrians before the monitor initiates flashing operation. There shall be a visual indication that the monitor has preempted normal operation. The fail safe monitor shall be Model SSM -12LE as manufactured by Eberle Design Inc., or approved equal. Surge Protector (Lighting Arrester) The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. Field Wiring Terminal There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. Computer Interface Unit Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The communication devices shall be used for on -line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit and the interconnect cables. SECTION 9- 29.13(7)D IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9- 29.13(7)D Controller Cabinets (RC, SA) I. Construction shall be of 0.073 -inch minimum thickness Type 304 stainless steel, 0.125 -inch minimum thickness clew saed;zed —sheet aluminum, or cast aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. 5. The cabinet door shall be provided with: a. A spring loaded construction core lock capable of accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets shall have a three point latch. b. A police panel door with a stainless steel hinge pin and a lock. Two police keys with shafts a minimum of 1 3/4 inch long shall be provided with each cabinet. Inside the police panel there shall be a signal on -o switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" position. A second switch shall be the auto -flash switch. When placed in the "flash" position, controller power shall remain on and controller shall stop time dependent on switch setting on the auxiliary panel described later. c. Both M2.4; door wid poliGe pa;;Gl dog;: chali have @;;@ Cabinet doors shall be gasketed with one piece, close cell neoprene. They shall be equipped with some type of stops so the door may be held open in either of two - positions at approximately 90 degrees and 180 degrees and be of suitable design to withstand a 40 mph wind.. d. A two position door stop assembly. e. The Controller cabinet shall have a load bay panel with at least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination of all wires contained on a separate panel (the terminal block shall conform to Washington Standard Specifications). This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the terminations on the back of the load bay panel. SECTION 9 -29.16 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -29.16 Vehicular Signal Heads (RC) Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal plans Vehicular signal head housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. Page -SP -55 Ra..:: rl ro • Mao 10 1007 9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical Vehicle signal heads shall be cast aluminum All signal heads shall include a back plate 5 inch square cut border. Signal heads including outside of visors and back-of back plates shall be finished with two coats of factory - applied traffic signal yellow baked enamel. The inside of the visors and front of back plates shall be finished with two coats of factory- applied flat black enamel. Mounting hardware will provide for a rigid connection between the signal head and mast arm All mounting hardware will be of the top -mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans Position of the signal heads shall be located as close as possible to the center of the lanes Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting: rdware shall be stainless steel SECTION 9- 29.16(2)A. HAS BEEN REVISED AS FOLLOWS: 9- 29.16(2)A Optical Units (RC) Eight inch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 130429 volt operation, 595 minimum initial lumen, 665 rated initial lumen, 8,000 -hour minimum, 2 7116 -inch light center length, A -21 bulb, medium base, clear traffic signal lamp. Twelve inch traffic signal heads require X20130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3 -inch light center length, 8,000 hour minimum rated life, P -25 bulb and medium base. Bulbs shall be installed with the opening between the filament ends up. SECTION 9- 29.16(2)B HAS BEEN REVISED AS FOLLOWS: 9- 29.16(2)B Signal Housing (RC) Each lens shall be protected with a removable visor of fwlycarbonate pla aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall have square doors. SECTION 9- 29.16(2)C.HAS BEEN REVISED AS FOLLOWS: 9- 29.16(2)C Louvered Visors (RC) Where noted in the'+'Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to - have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum , and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. "SECTION 9- 29.16(2)D HAS BEEN DELETED AND REPLACED WITH: 9- 29.16(2)D Back Plates (RC) Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3 -S half -hard aluminum sheet, 0.058 -inch minimum thickness, with 5 -inch square cut border and painted black in front and vellow in back 9- 29.16(2)E Painting Signal Heads (RC) Traffic signal heads, including outside of visors and back of back plates, shall be finished with two coats of factory applied traffic signal gteeu- ellow baked enamel. The inside of visors, front of back plates, and louvers shall be finished with two coats of flat black enamel. SECTION 9- 29.16(3) (RC) IS DELETED. (RC) SECTION 9- 29.16(3)A (RC) IS DELETED. 0479 16(3)A 8-inch F!o!3­2phonata Tr2 (RC) SECTION 9- 29.16(3)B (RC)IS DELETED. Meads (RC) e A SECTION 9 -29.17 HAS BEEN REVISED AS FOLLOWS: to 9 -29.17 Signal Head Mounting Brackets and Fittings (RC) F•+r:r fQT Tye *4— and - Al-- nieu", t n « �� ,, ed. uapaiatrAll odwf- hardware for ethsi`- mounts shall be painted with two coats of factory applied traffic signal _Federal yellow greeii-baked enamel. SECTION 9- 29.18(1) IS SUPPLEMENTED AND REVISED AS FOLLOWS: 9- 29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or equal. - Induction loop amplifiers installed with NEMA controls shall conform to current NEMA specifications. Amplifiem installed n� SECTION 9 -29.20 HAS BEEN REVISED AS FOLLOWS: 9 -29.20 Pedestrian Signal (RC) Pedestrian signals shall be either iasaAdescapt fiber optic or neon -grid type, or other types as specified in the contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads, 1975). clear traffic sig;ia! lamp rated fop 1io ;,glt gper-atigi;, It sh2,1 bg QQA;QF length, A-2 I bulb C-4-412 high Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in width. Housings shall be die -cast aluminum and shall be painted with two coats of factory applied traffic signal XellowgTgeR enamel. VACANT SECTION 9- 29.20(1) IS REPLACED BY ADDING ' THE FOLLOWING NEW SECTION: 9- 29.20(1) Fiber Optic Type (RC) The fiber optics shall be drawn from optical glass of high purity. The fibers shall be temperature resistant The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page -SP -S6 A J 0 ow 9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical of the sign. The light guides shall contain fibers with a diameter of 53 microns. Each single arm in the harness shall contain approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle shall have a hexagonal bundle format. The common bundle end and each arm end shall be epoxied and optically polished. The light source shall be a halogen incandescent lamp with dichroic reflector. The lamp shall use built -in, lead -in wires instead of pins. The reflector shall be covered with a hard coating capable to withstand a temperature of 400 degrees Centigrade, rapid temperature changes, aggressive chemical attacks. The .coating shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp together with the fiber shall produce a light intensity as high as 3800CD. The 115 -volt primary, 10 -volt secondary transformers, light guides and all wiring shall be enclosed in a sheet aluminum housing. The matrix plate shall be constructed of 0.125 thick aluminum sheet protected-by a 0.125 polycarbonate sheet. The signal housing shall be weather tight. Each common end of a bundle shall have a clip -on type color filter, one of Portland Orange and one of Lunar White. The viewing end of the fiber optic display shall not require a cone for magnification, and shall provide a wide viewing angle. Each message shall have a minimum of 82 light points. All components shall be fastened to the flat black matrix plate. When the sign is not illuminated, it shall blank out with no message legible. The low power consumption lamps shall be serviceable without any tools. SECTION 9- 29.20(2) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9- 29.20(2) Neon Grid Type (RC) All neon grid heads shall be equipped with Z crate visors made of polycarbonate plastic designed to eliminate sun phantom. Neon tubing shall be enclosed and shockmounted inside a rugged plastic module. The pedestrian signal shall have a solid state message module, electronic ballast, no external transformer, and operate at 30 watts. The heads shall display two symbol messages, "hand" (for the do not walk mode) in Portland orange and "Man" (for the walk mode) in lunar white. The message module shall consist of two neon gas tubes enclosed in a housing made of polycarbonate plastic. The lens material shall be polycarbonate plastic. The visors shall be flat black in color. SECTION 9 -29.24 IS DELETED AND REPLACED BY THE FOLLOWING: 9 -29.24 Service Cabinets (RC) The signal /street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. SECTION 9- 29.24(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9- 29.24(1) Painting (RC) The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 8- 20.3(12). SECTION 9- 29.24(2) IS DELETED AND REPLACED "WITH THE FOLLOWING: 9- 29.24(2) Electrical Circuit Breakers and Contactors (RC) The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall 'be,featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt -20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt -15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3- single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary SECTION 9 -29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING. 9 -29.25 Terminal and Interconnect Cabinets (RC) The pole mounted terminal box shall be made of molded fiberglass, be grey in color, be approximately 16" high x 13 -7/8" wide x 5 -7/8" deep and have a minimum of 16 terminals on the terminal blocks. The box shall be weather tight, have a single door with continuous hinge on one side and screw hold downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Cabinet doors shalt be gasketed with a one -piece closed cell neoprene gasket and shall have a stainless steel piano hinge. One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier cabinet. Mounting shall be as noted in the contract. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x II" deep and constructed of cast aluminum and fitted with a Best internal lock. Page -SP -57 Revisinn Date_ Mav 19 . 1997 9 -30 Water Distribution Materials 9 -30 Water Distribution Materials 9 -30.1 Pipe SECTION 9- 30.1(1) IS REVISED AS FOLLOWS. 9- 30.1(1)Ductile Iron Pipe (RC) L Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement- mortar lining meeting the requirements of AWWA C104. . All other ductile iron pipe shall be Standard Thickness Class 5259 or the thickness class as shown in the Plans. 9 -30.3 Valves SECTION 9- 30.3(1) HAS BEEN REVISED AS FOLLOW. 9- 30.3(1) Gate Valves (RC) Valves shall be-designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14 Mueller Company No. A2380, Kennedy, or M &H Approval of valves other than models specified shall be o_ btained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions as required All 12" diameter and larger gate valves shall be installed in a vault See Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze- mounted double disc with bronze wedging device and O -ring stuffing box. RESILIENT SEATED GATE VALVES: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C -550 latest revision Valves shall be provided with two (2) internal O -ring stems seals The valves shall be equipped with one (1) anti - friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints flanged joints or mechanical by flanged joints as shown on the project plans Resilient Seated Gate Valves shall be U.S. Metroseal 250 Clow, M &H Style 3067 Mueller Series 2370 Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches to diameter shall include an 8 "x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by -pass assembly and shall be installed in a concrete vault per City of Renton Standard Details latest revision 9 -30 Water Distribution Materials SECTION 9- 30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9- 30.3(3) Butterfly Valves (RC) Butterfly valves shall be Dresser 450 or Pratt Groundhog SECTION 9- 30.3(5) HAS BEEN DELETED AND REPLACED WITH THE FOLLOWING: 9- 30.3(5) Valve Marker Posts (RC) The valve markers shall be fabricated and installed in conformance with the Standard Drawings Valve markers shall be carsonite composite utility marker .375 "x 6'-0" or approved equal with blue label "water. SECTION 9- 30.3(7) HAS BEEN SUPPLEMENTED AS FOLLOWS. 9- 30.30 Combination Air Release /Air Vacuum Valves (RC) Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty,' combination air release valve or equal. Installation shall be per the City of Renton Standard Detail latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate The installation shall be at the high point of the line. SECTION 9- 30.3(8) IS REVISED AS FOLLOWS. 9- 30.3(8) Tapping Sleeve and Valve Assembly (RC) Tapping sleeves shall be cast iron, ductile iron staial@ss steel, epoxy - coated steel, or other approved material. SECTION 9- 30.3(9) IS A NEW SECTION: 9- 30.3(9) Blow -Off Assembly (RC) Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow -off permanent blow - off assembly shall be per City of Renton Water Standard Detail latest revision. Pipe and fittings shall be galvanized Blow -off assembly shall be installed at location(s) shown on the plans Temporary blow -off assembly on new dead -end water main shall be installed at location shown on the plans. Temporary blow -off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. SECTION 9 -30.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9 -30.5 Hydrants (RC) Fire hydrants shall be Iowa Corey Type (opening with the pressure) or approved equal conforming to AWWA C- 502 -85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion M &H 929 Mueller Super Centurion 200, conforming to AWWA C- 502 -85. SECTION 9- 30.5(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9- 30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description Page -SP -58 Revision Date: Mav 19. 1997 e dw 9 -30 Water Distribution Materials 9 -30 Water Distribution Materials SECTION 9- 30.5(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9- 30.5(2) Hydrant Dimensions (RC) ` Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C- 502 -85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1 -1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2 -1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and /or extruded 6061 -T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have 0 w +rtr synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. SECTIONS OF 9- 30.6(3) HAVE BEEN MODIFIED AS FOLLOWS: 9- 30.6(3) Service Pipe 9- 30.6(3)B Polyethylene Pipe (RC) Polyethylene pipe shall not be used. 9- 30.6(3)C Polybutalene Pipe (RC) Polybutalene pipe shall not be used. SECTION 9- 30.6(4) HAS BEEN REVISED AS FOLLOWS. Fittings used for copper tubing shall be compression type with gripper ring. SECTION 9- 30.6(5) HAS BEEN SUPPLEMENTED AS FOLLOWS: 9- 30.6(5) Meter Setters (RC) Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. rrM� Page -SP -59 Revision Dale: May 19, 1997 e-; General Statement of Policy For Work in Street Right -of -Way Permit and bond must be issued prior to any work. No utility shall be placed within five feet of any city underground utility except when crossing the respective utility. When crossing a city utility (watermain, storm drain, sanitary sewer) the utility which is crossing will be cased in steel, P.V.C., Schedule 80 heavy, or P.V.C. encased in concrete one foot on all sides. Asphalt and concrete street paving shall be sawcut to a minimum depth of two inches. Oil mat streets may be spade cut. All surface concrete, pavement, sidewalks, curbs, gutters and driveway approaches shall be sawcut to a minimum depth of two inches or removed to an existing expansion joint. Backfill material shall be compacted to 95% maximum dry density. Questionable material shall be tested by a certified materials testing lab at the contractors expense. Unsuitable material shall be removed from the site. A temporary cold mix asphalt patch shall be placed on the day of initial excavation with a err, permanent, sealed patch to be placed to City of Renton policy within ten days. Call for subgrade inspection prior to placement of final patch. Approved plan to be on site at all times during construction. Traffic control shall be in accordance with U.M.T.C.D. Part VI - Contact Transportation Systems at 235 -2631. All street closures, partial or full, shall be approved by Public Works 24 hours in advance. City of Renton to be notified 24 hours in advance of any work at 235 -2631. Also notify Valley Comm. Center at 911 24 hours in advance of work (Police and Fire Departments). The hours of work in street right -of -way shall be limited to 8:30 a.m. to 3:30 p.m. on weekdays only unless otherwise approved in writing by Public Works at 235 -2635. Trenches will not be left open over night without prior written approval of the Inspector. Job sites are to be kept in a clean and orderly manner at all times. Sweeping, flushing, and other means shall be used to comply with this requirement. Call for inspection 24 hours in advance at 277 -5570. CALL BEFORE YOU DIG - ONE CALL LOCATIONS 0 1- 800 - 424 -5555 10 a WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 SECTION 2 rr 02.AP1 SECTION 1 -02, BID PROCEDURES AND 03.AP2 SECTION 2 -03, ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub - section 2 -03.3(2) Rock 04.AP1 SECTION 1 -04, SCOPE OF THE WORK Cuts is revised. Sub - section 2 -03.3(14)K Select of Common Borrow is added. fir (March 3, 1997) "Embankments at Bridge and Trestle Ends" "Increased or Decreased Quantities" revised. formula revised. 07.AP1 SECTION 1 -07, LEGAL RELATIONS AND 09.AP2 SECTION 2 -09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) (March 3, 1997) A new Amendment. Sub - section 2 -09.3(4) A new Amendment. Sub - section 1 -07.9(5) Construction Requirements, Structure Excavation, *a Required Documents is revised. Sub - section Class B, Sub - section 2 -09.4 Measurement, and 1 -07.13(4) Repair of Damage is added. Sub - section 2 -09.5 Payment are revised. Sub- "Required Records and Retention" revised. section 2 -09.3(1)E Backfilling, Controlled Density 1W 09.AP1 SECTION 1 -09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 go 10.AP1 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL 02.AP3 SECTION 3 -02, STOCKPILING (March 3, 1997) AGGREGATES to A new Amendment. Sub - section 1- 10.3(5) (March 3, 1997) Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub - section 1 -10.5 Payment is added. ' "Conformance to Established Standards ", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5 -04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub - section 5- 04.3(10)B Control is revised. tr to rrr Page -SP -60 Revision Date: Mav 19. 1997 WSDOT AMENDMENTS SECTION 6 02.AP6 SECTION 6 -02, CONCRETE STRUCTURES (March 3, 1997) A new Amendment. Sub - section 6 -02.3(2)C Contracting Agency- Provided Mix Design, Sub- section 6 -02.3.(6)A Weather and Temperature Limits to Protect Concrete, and Sub - section 6- 02.3(24)C Placing and Fastening are revised. Subsection 6 -02.3(6)A Temperature and Time for Placement is added. Sub - section 6 -02.3(11) Curing Concrete is added. "Face Lumber, studs, Wales, and Metal Forms ", and "Field Bending" are revised. l0.AP6 SECTION b -10, CONCRETE BARRIER (March 3, 1997) A new Amendment. Sub - section 6 -10.5 Payment is supplemented with an additional item. Sub- section 6- 10.3(1) Precast Concrete Barrier is added. " Precase Conc. Barrier" curing revised. SECTION 7 05.AP7 SECTION 7 -05, MANHOLES, INLETS, AND CATCH BASINS (March 3, 1997) Revised to include drywells. New standard item 1062 "precast cone. drywell". Revised standard item 7345 "Abandon Existing Manhole". 06.AP7 SECTION 7 -06, CONCRETE PIPE ANCHORS (March 3, 1997) This section is deleted in its entirety. 08.AP7 SECTION7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS (March 3,1997) A new Amendment Sub - section 7 -08.3(1)C Pipe Zone Bedding is renamed to Bedding the Pipe. Sub - section 7 -08.3(2)D Pipe Laying -- Steel or Aluminum, Sub - section 7 -08.4 Measurement, and Sub - section 7 -08.5 Payment are revised. "Materials ", "Trenches ", "Jointing of Dissimilar Pipe ", and "Payment" are revised. "Standard plan for pipe collars pending. 17.AP7 SECTION 7 -17, SANITARY SEWERS (March 3, 1997) A new Amendment. Sub - section 7- 17.3(2)C Infiltration Test is revised. Sub - section 7 -17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7 -18, SIDE SEWERS (October 28, 1996) WSDOT AMENDMENTS SECTION 8 r 09.AP8 SECTION 8 -09, RAISED PAVEMENT MARKERS (March 3, 1997) A new Amendment. Sub - section 8 -09.1 Description is revised. A new section, Sub- section 8 -09.3(5) Recessed Pavement Markers is added. Sub - section 8 -09.5 Payment is supplemented and revised. Section revised St. Item from plural to singular. 10.AP8 SECTION 8 -10, GUIDE POSTS (September 30, 1996) A new Amendment. Sub - section 8 -10.2 Materials is revised. Sub - section 8 -10.3 Construction Requirements is revised. 11.APS SECTION 8 -11, GUARDRAIL (March 3, 1997) Anchor Installation revised. 15.AP8 SECTION 8 -15, RIPRAP (March 3, 1997) "Materials ", and "Measurement" are revised. 17.AP8 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS (March 3, 1997) Construction Requirements revised. 20.AP8 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL (March 3, 1997) A new Amendment. Sub - section 8- 20.3(4) Foundations is revised. Sub - section 8- 20.3(13)A Light standards is added. "Equipment List and Drawings" revised. 21.AP8 SECTION 8 -21, PERMANENT SIGNING (March 3, 1997) A new Amendment. Sub - section 8- 21.3(6) Sign Refacing is revised. Sub - section 8 -21.2 Materials is added. Sub - section 8- 21.3(9)F Bases is added. Sub - section 8 -21.3 Construction Requirements is added. "Construction Requirements ", and "Materials" are revised. 22.AP8 SECTION 8 -22, PAVEMENT MARKING (March 3, 1997) A new Amendment. Sub - section 8 -22.4 Measurement is revised. "Materials" revised. Page -SP -61 An... �...., T -1-1.. AJ.... 10 1007 A e rrr WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 IO.AP9 SECTION 9 -10, PILING (September 30, 1996) OLAP9 SECTION 9 -01, PORTLAND CEMENT A new Amendment. Sub - section 9 -10.1 Timber (September 30, 1996) Piling is revised. Sub - section 9 -10.5 Steel Piling A new Amendment. Sub - section 9 -01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number ". 11.AP9 SECTION 9 -11, WATERPROOFING rr 02.AP9 SECTION 9 -02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. "Anti- Stripping Additive" revised. 12.AP9 SECTION 9 -12, MASONRY UNITS 03.AP9 SECTION 9 -03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. A new Amendment. Sub - section 9 -03.15 Bedding 13.AP9 SECTION 9 -13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub - section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. (March 1997) "Gravel Backfill ", revised to include drywells. t "Concrete Slab Riprap" section deleted. +rr 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9 -16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Posts and Blocks", revised. "Joint Mortar" revised. 17.AP9 SECTION 9 -17, FLEXIBLE GUIDE POSTS O5.AP9 SECTION 9 -OS, DRAINAGE STRUCTURES, (September 30, 1996) CULVERTS, AND CONDUITS A new Amendment. Sub - section 9 -17.1 General (March 3, 1997) is revised. A new Amendment. Sub - section 9 -05.6(4) Structural Plate Pipe Arch, Sub - section 9- 21.AP9 SECTION 9 -21, RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub - section MARKERS (RPM) 9 -05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub - section 9- 21.1(1) Sub - sections revised and added concerning piping. Physical and Chemical Properties and Sub - section +rrr "Coupling Bands" revised. 9- 21.2(2) Optical Requirements are revised. Sub - section 9- 29.6(5) Foundation Hardware is revised. 06.AP9 SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS 29.AP9 SECTION 9 -29, ILLUMINATION, SIGNALS, rr (March 3, 1997) ELECTRICAL A new Amendment. Sub - section 9- 06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub - section 9 -29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. r revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9 -33, CONSTRUCTION Specifications. GEOTEXTELE �r 09.AP9 SECTION 9 -09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub - section 9 -33.2 A new Amendment. Sub - section 9 -09.3(1)B Geotextile Properties is revised. Placing in Treating Cylinders is revised.. +rr to Page -SP -62 Revision Date: May 19, 1997 " WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. W ,No Page -AMD -i Revision Date: May 19, 1997 Table of Contents WSDOTAMENDMENTS ........................................................................................ ............................... i SECTION 1 -04, SCOPE OF THE WORK March 3, 1997 .............................................. ............................... 5 1 -04.6 Increased or Decreased Quantities ................................................... ............................... 5 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 .................... 5 1 -07.9(5) Required Documents ................................................................. ............................... 5 1- 07.11(10)B Required Records and Retention ............................................. ............................... 5 1- 07.13(4) Repair of Damage ................................................................... ............................... 5 SECTION 1 -09, MEASUREMENT AND PAYMENT March 3, 1997 ................................ ............................... 6 1 -09.8 Payment for Material on Hand ........................................................ ............................... 6 SECTION 1 -10 TEMPORARY TRAFFIC CONTROL March 3, 1997 ............................. ............................... 6 1- 10.2(1) Traffic Control Supervisor ......................................................... ............................... 6 1- 10:2(1) General ................................................................................... ..............................6 1- 10.2(3) Conformance to Established Standards .......................................... ............................... 8 1- 10.3(1) Traffic Control Labor ............................................................... ............................... 8 1- 10.3(2) Traffic Control Vehicle .............................................................. ............................... 8 1- 10.3(5) Temporary Traffic Control Devices .............................................. ............................... 8 1 -10.4 Measurement .............................................................................. ............................... 9 1 -10.5 Payment .................................................................................... ............................... 9 SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997 ........... ............................... 9 2 -03.3(14)I Embankments at Bridge and Trestle Ends ................................... ............................... 9 2- 03.3(14)K Select or Common Borrow Including Haul ................................. ............................... 10 SECTION 2 -09, STRUCTURE EXCAVATION March 3, 1997 ......................................... .............................10 2 -09.3(1)E Backfilling ............................................................................. .............................10 2 -09.4 Measurement ............................................................................... .............................10 2 -09.5 Pavment ..................................................................................... .............................11 SECTION 3 -02, STOCKPILING AGGREGATES March 3, 1997 ..................................... .............................11 3- 02.3(1) Asphalt Concrete Aggregates ...................................................... ............................... 11 SECTION 6-02,.,-CONCRETE STRUCTURES March 3, 1997 .......................................... .............................11 6- 02:3(4)D Temperature and Time For Placement ......................................... .............................11 6- 02.3(11) Curing Concrete ...................................................................... .............................11 6- 020(17).1 Face Lumber, Studs, Wales, and Metal Forms .............................. .............................12 6- 023(24)A Field Bending ....................................................................... .............................12 6- 02.3(25)F Prestress Release .................................................................. ............................... 12 SECTION 6-10, CONCRETE BARRIER March 3, 1997 ................................................. .............................12 6- 10.3(1) Precast Concrete Barrier ............................................................. .............................12 6-10.5 Pavment ..................................................................................... .............................13 SECTION 7 -05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 .................. .............................13 SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ...................... .............................13 7 -05.1 Description .................................................................................. .............................13 7 -05.2 Materials .................................................................................. ............................... 13 7 -05.3 Construction Requirements ........................................................... ............................... 13 7 -05.4 Measurement ............................................................................. ............................... 14 7 -05.5 Payment ................................................................................... ............................... 14 A 'I SECTION 7 -06, CONCRETE PIPE ANCHORS March 3, 1997 ...................................... ............................... 14 Id Page- AMD -ii Revision Date: Mav 19, 1997 File SvslAdm115100021Master.doc qW SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 ......... .............................14 7 -08.2 Materials .................................................................................... .............................14 7- 08.3(1)A Trenches ............................................................................. ............................... 15 7- 08.3(1)C Pipe Zone Bedding .... .............................................................. .............................15 7- 08.3(1)C Bedding the Pipe ...................................................................... .............................15 rrr 7 -08.3(2)D Pipe Laving - Steel or Aluminum ................................................ .............................15 7- 08.3(2)G Jointing of Dissimilar Pipe 7 -08.4 Measurement 7 -08.5 Payment ..................................................................................... .............................16 4W SECTION 7 -17, SANITARY SEWERS March 3, 1997 ................................................... .............................16 7 -17.2 Materials .................................................................................... .............................16 �r 7- 17.3(2)C Infiltration Test ...................................................................... .............................16 SECTION 8 -21, PERMANENT SIGNING March 3, 1997 ............................................... .............................19 r�r 8 -21.2 Materials .................................................................................... .............................19 8 -21.3 Construction Requirements ............................................................. .............................19 8- 21.3(4) Sign Removal ............................................................................ .............................19 8- 21.3(9)F Bases .................................................................................... .............................19 +rr 8- 21.3(10)A Sign Lighting Luminaires .......................................................... .............................19 8- 21.3(9)G Identification Plates ................................................................ ............................... 20 8- 21.3(12) Steel Sign Posts ........................................................................ .............................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997 .............................................. .............................20 8-22.2 Materials .................................................................................... .............................20 SECTION 9 -02, BITUMINOUS MATERIALS March 3, 1997 ........................................ ............................... 20 9 -02.4 Anti - Stripping Additive ................................................................ ............................... 20 SECTION 9 -03, AGGREGATES March 3, 1997 ........................................................... .............................21 9 -03.12 Gravel Backfill ....21 ..................................................................... ............................... 9- 03.12(5) Gravel Backfill for Drywells ........................................................ .............................21 9- 03.14(2) Select Borrow ......................................................................... .............................21 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS March 3, 1997 ................... .............................21 9 -04.3 Joint Mortar ................................................................................ .............................21 ry SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 .............................22 9- 05.4(7) Coupling Bands ....................................................................... ............................... 22 Page -AMD -iii aw Revision Date: May 19, 1997 File SvslAdmU55 00021Master.doe SECTION 8 -09, RAISED PAVEMENT MARKER March 3, 1997 .................................... .............................16 8 -09.1 Description .................................................................................. .............................16 8 -09.3 Construction Requirements ............................................................. .............................16 8- 09.3(5) Recessed Pavement Marker ........................................................... .............................17 8 -09.5 Payment ..................................................................................... .............................17 SECTION 8-11, GUARDRAIL March 3, 1997 .............................................................. .............................17 8- 11.3(1)C Erection of Rail ...................................................................... .............................17 8- 11.3(1)D Anchor Install ation .................................................................. .............................17 SECTION 8 -15, RIPRAP March 3, 1997 ........................ ............................... 8 -15.2 Materials .................................................................................... .............................18 8 -15.4 Measurement ............................................................................... .............................18 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS March 3, 1997 ............................... .............................18 8-17.3 Construction Requirements ........................................................... ............................... 18 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS . ................................. .............................18 ANDELECTRICAL March 3, 1997 ........................................................................... .............................18 8- 20.2(1) Equipment List and Drawings .................................................... ............................... 18 8- 20.3(13)A Light Standards ..................................................................... .............................18 SECTION 8 -21, PERMANENT SIGNING March 3, 1997 ............................................... .............................19 r�r 8 -21.2 Materials .................................................................................... .............................19 8 -21.3 Construction Requirements ............................................................. .............................19 8- 21.3(4) Sign Removal ............................................................................ .............................19 8- 21.3(9)F Bases .................................................................................... .............................19 +rr 8- 21.3(10)A Sign Lighting Luminaires .......................................................... .............................19 8- 21.3(9)G Identification Plates ................................................................ ............................... 20 8- 21.3(12) Steel Sign Posts ........................................................................ .............................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997 .............................................. .............................20 8-22.2 Materials .................................................................................... .............................20 SECTION 9 -02, BITUMINOUS MATERIALS March 3, 1997 ........................................ ............................... 20 9 -02.4 Anti - Stripping Additive ................................................................ ............................... 20 SECTION 9 -03, AGGREGATES March 3, 1997 ........................................................... .............................21 9 -03.12 Gravel Backfill ....21 ..................................................................... ............................... 9- 03.12(5) Gravel Backfill for Drywells ........................................................ .............................21 9- 03.14(2) Select Borrow ......................................................................... .............................21 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS March 3, 1997 ................... .............................21 9 -04.3 Joint Mortar ................................................................................ .............................21 ry SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 .............................22 9- 05.4(7) Coupling Bands ....................................................................... ............................... 22 Page -AMD -iii aw Revision Date: May 19, 1997 File SvslAdmU55 00021Master.doe R 9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe ........................................................ ............................... 22 9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe. and Solid Wall PVC Sanitary ai SewerPipe ............................ -........................................................ ............................... 22 9- 05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe ...........................22 9- 05.12(2) Profile Wall PVC Culvert Pipe. Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary dw SewerPipe ...................................................................................... ............................... 22 9 -05.19 Corrugated Polyethylene Culvert Pipe ............................................ ............................... 23 SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ....... .............................23 1W 9 -06.16 Roadside Sign Structures ................................................................. .............................23 9- 06.5(3) High Strength Bolts ..................................................................... .............................24 9- 06.5(4) Anchor Bolts ............................................................................. .............................24 9- 06.5(5) Bolt. Nut, and Washer Specifications ............................................................. ............................... 24 SECTION 9 -09, TIMBER AND LUMBER March 3, 1997 ............................................... .............................24 9- 09.3(1)B Placing in Treating Cylinders ..................................................... .............................24 SECTION 9 -11, WATERPROOFING March 3, 1997 ..................................................... .............................25 9 -11.1 Asphalt for Waterproofing ......................... 25 ................................... ............................... SECTION 9 -12, MASONRY UNITS March 3, 1.997 ....................................................... .............................25 9 -12.4 Precast Concrete Manholes ........................................................... ............................... 25 9 -12.5 Precast Concrete Catch Basins ....................................................... ............................... 25 9 -12.7 Precast Concrete Drywelts ............................................................ ............................... 25 SECTION 9 -13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997 ........26 9 -13.4 Concrete Slab Riprap ................................................................... ............................... 26 SECTION 9 -16, FENCE AND GUARDRAIL March 3, 1997 ......................................... ............................... 26 9- 16.3(1) Rail Element ......................... .....................26 ............................ ............................... 9- 16.3(2) Posts and Blocks ....................................................................... .............................26 9- 16.3(5) Anchors .................................................................................. .............................26 e Page- AMD -iv Revision Date: May 19, 1997 File SvslAdm115100021Master.doc r--1 I -04.6 Increased or Decreased Quantities 1- 07.13(4) Repair of Damage 1 SECTION 1 -04, SCOPE OF THE WORK 2 March 3, 1997 3 1 -04.6 Increased or Decreased Quantities The first sentence of Item no. 1 in the first paragraph is revised to read: Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the original bid quantity. Item no. 2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount originally bid for the item. Item no. 4 in the second paragraph is deleted. 7 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 8 March 3, 1997 9 1- 07.9(5) Required Documents 0 The fifth sentence of the third paragraph is revised to read: 1 2 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in 3 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the 4 contract provisions. 5 6 1- 07.11(10)B Required Records and Retention 7 The reference to "PR 1391" in the first sentence of the second paragraph is revised to read "FHWA 1391 ". 8 9 The third paragraph is revised to read: 0 V 1 All Contractors /Subcontractors having contracts of $100.000 or more that are Federally funded shall submit WSDOT form 820 -010 to the 2 Project Engineer by the fifth of the month during the term of the contract. The Contractor /Subcontractor shall maintain this information for all 3 Contracting Agency funded projects. and those Federally funded projects under $100.000. 4 W 5 1- 07.13(4) Repair of Damage The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1- 07.13(1). 1- 07.13(2). and 1- 07.13(3). payment will be made in accordance with Section 1 -04.4 Page -AMD -5 trr Revision Date: May 19, 1997 File SvslAdm 11510002 Waster. doe 1 2 3 4 5 6 7 8 9 0 2 6 8 9 0 t 2 3 4 5 6 8 9 0 1 1 -09.8 Payment for Material on Hand SECTION 1 -09, MEASUREMENT AND PAYMENT March 3, 1997 _ 1 -09.8 Payment for Material on Hand The first sentence of the fifth paragraph is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is less than $2.000. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL March 3, 1997 1- 10.2(1) Traffic Control Supervisor This section is revised to read: 1- 10.2(1) General 1- 10.2(1) General The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to the same degree as the primary TCM and TCS. The Contractor shall maintain 24 -hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineers request at other than normal working hours. The TCM and TCS shall have appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 1- 10.2(1)A Traffic Control Manager The duties -of the Traffic Control Manager include: 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. Page -AMD -6 Revision Date: May 19, 1997 File SvslAdm115100021Master.doc e C ob 1- 10.2(1) General 1- 10.2(1) General to 1 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for 2 Streets and Highways for the State of Washington and applicable standards and specifications 3 available at all times oa the project. W4 5 6. Attending all project meetings where traffic management is discussed. 6 2 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 8 9 1- 10.2(1)B Traffic Control Supervisor 0 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 4 The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 7 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, 8 message, cleanliness, and effect on the traveling public. Traffic control devices shall be 9 inspected each work shift except that Class A signs and nighttime lighting need to be checked 0 only once a week. Traffic control devices left in place for 24 hours or more should also be 1 inspected once during the nonworking hours when they are initially set up (during daylight or '02 darkness, whichever is opposite of the working hours). 3 4 2. Preparing a daily traffic control diary on DOT Forms 421 -040A and 421 -04013, which shall be 5 submitted to the Engineer no later than the end of the next working day to become a part of the 6 project records. The Contractor may use their own form if it is approved by the Engineer. 7 Include in the diary such items as: 9 a_ When signs and traffic control devices are installed and removed, 0 b. Location and condition of signs and traffic control devices, err 1 c. Revisions to the traffic control plan, 2 d. Lighting utilized at night, and 3 e. Observations of traffic conditions. W4 5 3. Ensuring that corrections are made if traffic control devices are not functioning as required. 6 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as 102 long as the original intent of the traffic control plan is maintained and the revision has 8 concurrence of the WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 3 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS 4 are accomplished. Possession of a current flagging card by the TCS is mandatory. 5 —6 A reflective vest and hard hat shall be worn by the TCS. 0 Page -AMD -7 Revision Date: May 19, 1997 File SVsL4dml15100021Mas1er.doc 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 M 2 3 4 5 6 7 8 9 0 1 2 3 4 7 8 9 0 2 3 4 1- 10.2(3) Conformance to Established Standards 1- 10.3(5) Temporary Traffic Control Devices 1- 10.2(3) Conformance to Established Standards This section is supplemented with the following: The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and replaced within 12 hours. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898 -5400, FAX (703) 898 -5510. 1- 10.3(1) Traffic Control Labor The first sentence of the second paragraph is replaced with the following two sentences: Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 1- 10.3(2) Traffic Control Vehicle This section is revised to read: When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and other temporary traffic control devices in the "work area" defined in Section 1 -10.5. The eligible work for transporting signs shall be limited to: 1. Set up and removal, 2. Relocation to and from temporary storage, provided that, the use and location of the temporary storage is approved by the Engineer, and 3. Relocation on the project, provided that, the new, locations are in accordance with the contract plans, approved traffic control plan, or the orders of the Engineer. The traffic control vehicle shall be equipped with a roof or post -mount flashing amber light visible for 360 degrees. 1- 10.3(5) Temporary Traffic Control Devices The first sentence of the first paragraph is revised to read: When the bid proposal includes an item for "Temporary Traffic Control Devices ", the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. Page -AMD -8 Revision Date: May 19, 1997 File SvslAdm11.510002Waster.doc A e Ili C A 1 -10.4 Measurement 2- 03.3(14)I Embankments at Bridge and Trestle Ends 2 3 4 5 6 7 8 9 0 1 2 3 4 5 10 6 7 8 rrr 9 0 1 F-1 N 3 +rr 4 5 6 err 7 8 9 0 1 2 3 4 5 6 7 8 9 0 1 2 3 4 wr 5 go 1 -10.4 Measurement The fourth paragraph is revised to read: Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties described in Section 1- 10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the jobsite during non - working shifts. The following paragraph is inserted after the fourth paragraph: No unit of measure will apply to the position of traffic control manager and it will be considered incidental to unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor, measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used for the previously described work. The Contractor may use more than one vehicle to perform this work, however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1- 10.3(6) may be used for doing the work required by this section but will be excluded from payment under this section. 1 -10.5 Payment The bid item "Traffic Control Supervisor", per day, is revised to read: "Traffic Control Supervisor ", per hour. The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person performs the duties described in Section 1- 10.2(1)B including when performing traffic control labor duties. Under the bid item "Temporary Traffic Control Devices ", the reference to "Section 1- 10.3(9) ", is revised to read "Section 1- 10.3(5) ". The first paragraph following the bid item - Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1- 10.2(1)B and 1- 10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". The last paragraph of this section is deleted. SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997 2- 03.3(14)I Embankments at Bridge and Trestle Ends The third paragraph is replaced with the following two paragraphs: Page -AMD -9 Revision Date: May 19, 1997 File SyslAdm11510002Waster.doc 7 8 9 0 1 N 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 1 2 3 2-03.3(14)K Select or Common Borrow Including Haul 2 -09.4 Measurement To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the superstructure. After the superstructure is in place, use of small compactors may be required to compact the backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet unless approved by the Engineer. The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs /ft' equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear any added cost that results from the change. 2- 03.3(14)K Select or Common Borrow Including Haul In the first paragraph the reference to Section 9- 02.14(3) for common borrow requirements is revised to read "Section 9- 03.14(3). SECTION 2 -09, STRUCTURE EXCAVATION March 3, 1997 2- 09.3(1)E Backfilling The specifications for Controlled Density Fill in the fourth paragraph are revised to read: Ingredients Portland Cement Fine Aggregates Class 1 or 2 Air Entrainment Admixture Fly Ash Class F or Fly Ash Class C Water 2 -09.4 Measurement Amount per Cu. Yd. 50 lb. 3300 lb. (3500 lb. if flyash Class C is used.) Per Manufacturer's recommendations 300 lb. 150 lb. 300 lb. (maximum) Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe arches, structural pipes, and underpasses" are deleted and replaced with the following: For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be calculated based on the following trench width: For drain and underdrain pipes, trench width = I.D. + 12 inches. For pipes 15 inches and under, trench width = I. D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. Page- AMD -10 Revision Date: May 19, 1997 File SvslAdm11510002Waster.doc e �r 2 -09.5 Payment 6- 02.301) Curing Concrete 1 2 Under "Horizontal Limits" the following new paragraph is added: 3 4 For drywells, the limits shall be in accordance with the Standard Plans. 5 6 The paragraph for "Gravel Backfill" is revised to read: 7 8 Gravel Backfill 9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the 0 cubic yard in place determined by the neat lines required by the Plans. 1 to 2 2 -09.5 Payment 3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4 SECTION 3 -02, STOCKPILING AGGREGATES 5 March 3, 1997 6 3- 02.3(1) Asphalt Concrete Aggregates 7 The first paragraph is revised to read: Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the class of asphalt concrete to be produced: 1 1/4 inch -1/4 inch, 5/8 inch -1/4 inch and 1/4 inch -0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, except as modified in Section 9 -03.8. 3 SECTION 6 -02, CONCRETE STRUCTURES 4 March 3, 1997 5 6- 02.3(4)D Temperature and Time For Placement ar 6 The first paragraph is supplemented with the following: 7 8 Precast concrete that is heat cured per Section 6- 02.3(25)D shall remain between 50 and 90 F while it is being 9 placed. 0 1 6- 02.3(11) Curing Concrete 2 Item number 1 of the first paragraph is revised to read: W'3 4 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 5 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing W 6 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 7 r. Page- AMD -11 Revision Date: May 19, 1997 File Sys L4dm115100021Master.doc 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 A 1 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 1 2 3 6 -02.307)) Face Lumber, Studs. Wales. and Metal Forms 6-10.30) Precast Concrete Barrier 6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms l The 22nd paragraph of Section 6- 02.3(17 }J is revised to read: The Contractor shall select a parting compound from the current Qualified Products List, or submit to the Engineer a sample of the parting compound at least ten working days before its use. Approval or non - approval shall be based on laboratory test results or selection off the current Qualified Products List. r 6- 02.3(24)A Field Bending Item No. 2 under "In field- bending steel reinforcing bars" in the second paragraph, is revised to read: Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 66 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and smaller may be bent without heating; Table 1 is supplemented with the following: The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall be specified in Section 9 -07. 6- 02.3(25)F Prestress Release This Section is supplemented with the following: The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum concrete compressive strength less than specified in the Plans. This request shall be accompanied with calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of the proposed release concrete compressive strength. The calculated release strength shall meet the requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension and compression at release. The proposed minimum concrete compressive strength at release will be evaluated by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that results from the change. SECTION 6 -10, CONCRETE BARRIER March 3, 1997 6- 10.3(1) Precast Concrete Barrier The first two paragraphs are replaced with the following paragraph: The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6 -02.3. No concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same di conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: Page- AMD-12 Revision Date: May 19, 1997 File SvslAdm11510002IMaster.doc 6-10.5 Payment 7 -05.3 Construction Requirements 1 Precast concrete barrier shall be cured in accordance with Section 6- 02.3(25)D except that the barrier shall be 2 cured in the forms until a rebound number test. or test cylinders which have been cured under the same 3 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No a additional curing is required once the barrier is removed from the forms. 5 „ 6 6 -10.5 Payment 7 Section 6 -10.5, Payment, is supplemented with the following: 8 9 "Single Slope Concrete Barrier ", per linear foot. o The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 1 place or precast single slope concrete barrier. 2 SECTION 7 -05, MANHOLES, INLETS, AND CATCH BASINS 3 March 3, 1997 4 The title of this section is revised to read: 5 6 SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 8 7 -05.1 Description 9 In the first paragraph, the work "drywells" is inserted after the word "inlets ". 0 1 7 -05.2 Materials 2 This section is supplemented with the following: 3 4 Crushed Surfacing Base Course 9- 03.9(3) 5 Gravel Backfill For Drywells 9- 03.12(5) 6 Precast Concrete Drywells 9 -12.7 7 Underground Drainage Geotextile, 8 Moderate Survivability 9 -33.1 9 o 7 -05.3 Construction Requirements 1 The following paragraph is inserted after the first paragraph: 2 3 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 4 for drywell shall be completely encased in moderate survivability underground drainage geotextile in 5 accordance with the Standard Plans and in conformance with Section 2 -12.3. During construction of the 6 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 7 drywell. 8 9 The third paragraph is deleted. 0 Page- AMD-13 err Revision Date: May 19, 1997 File SvslAdm11510002Waster.doc t 2 3 4 5 6 7 8 9 0 t 2 3 4 5 6 7 -05.4 Measurement The eighth paragraph is supplemented with the following: 7 -08.2 Materials Mortar shall conform to the requirements of Section 9 -04.3. The 15th paragraph is revised to read: Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of Section 2 -09. The 16th paragraph is revised to read: Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level foundation. If the Contractor elects to use a separate cast -in -place base, the concrete shall be Class 4000. Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures shall conform to the requirements of the Standard Plan except as approved by the Engineer. 7 7 -05.4 Measurement 8 This section is supplemented with the following: 9 0 Precast Concrete Drywell will be measured per each. 1 2 7 -05.5 Payment 3 The bid item "Abandon Drainage Structure ", per each, is revised to read: 4 5 6 7 8 9 0 2 3 4 "Abandon Existing Manhole ", per each. This section is supplemented with the following: e e "Precast Concrete Drywell ", per each. iiii The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. �rif SECTION 7 -06, CONCRETE PIPE ANCHORS March 3, 1997 5 This section is deleted in its entirety. 6 SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS 7 March 3, 1997 8 7 -08.2 Materials 9 This section is revised to read: 0 Materials shall meet the requirements of the following sections: lid Page- AMD -14 Revision Date: May 19, 1997 File SvstAdm11510002IMaster.doc w 7- 08.3(1)A Trenches i 2 Gravel Backfill for Foundations 9- 03.12(1) 3 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 4 Bedding Material for Thermoplastic Pipe 9 -03.16 w 5 6 7- 08.3(1)A Trenches 7 The second paragraph is revised to read: 7 -08.4 Measurement The trench width shall be as specified in Section 2 -09.4 and shall be excavated to the depth and grade as given by the Engineer. 2 7- 08.3(1)C Pipe Zone Bedding tr 3 This section heading is revised as follows: 4 W 5 7- 08.3(1)C Bedding the Pipe 6 In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 7 bedding ". rw 8 9 7- 08.3(2)D Pipe Laying - Steel or Aluminum o The first paragraph is revised to read: Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed together with approved bands. 6 7- 08.3(2)G Jointing of Dissimilar Pipe 7 This section is revised to read: 8 9 Dissimilar pipe shall be jointed by use of a factory- fabricated adapter coupling as detailed in the Plans, or a 0 pipe collar as detailed in the Standard Plans. 1 2 7 -08.4 Measurement 3 The following new paragraph is inserted after the first paragraph: 4 5 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 6 and storm sewer pipes. 7 ow ar Page- AMD -15 to Revision Date: May 19, 1997 File SvslAdm115100021Master.doc 7-08.5 Payment 8-09.3 Construction Requirements 1 7 -08.5 Payment 2 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _ ", per 3 cubic yard. 4 5 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding ": 6 7 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 8 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 9 pipe installed. 0 1 This section is supplemented with the following paragraph: 2 3 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 4 price -per linear foot for the size and type of pipe being jointed. 5 SECTION 7 -17, SANITARY SEWERS 6 March 3, 1997 7 7 -17.2 Materials 8 9 0 1 2 3 4 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary iii Sewer Pipe ". The fourth paragraph is supplemented with the following: Profile Wall PVC Sanitary Sewer Pipe 9- 05.12(2) 5 7- 17.3(2)C Infiltration Test 6 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per 7 hour) ". 8 SECTION 8 -09, RAISED PAVEMENT MARKER 9 March 31, 1997 0 8 -09.1 Description 1 The word "raised" is deleted from the first and second sentences. 2 3 8 -09.3 Construction Requirements 4 This Section is revised by adding the following new Section: 5 Page- AMD -16 Revision Date: May 19, 1997 Fite Svs Adm 115100021 Master. dOc e e A 8- 09.3(5) Recessed Pavement Marker 8- 11.3(1)D Anchor Installation 011 8- 09.3(5) Recessed Pavement Marker 2 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 3 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. W4 5 8 -09.5 Payment aw 6 The first paragraph is supplemented with the following new bid item: 7 W8 "Recessed Pavement Marker ", per hundred. 9 o The second paragraph is revised to read: 1 �2 The unit contract price per hundred for "Raised Pavement Marker Type I", "Raised Pavement Marker Type 3 2 ", "Raised Pavement Marker Type 3 -_ In. ", and "Recessed Pavement Marker" shall be full pay for 4 furnishing and installing the markers in accordance with these Specifications, including all costs involved with �5 traffic control except for reimbursement for labor for traffic control in accordance with Section 1 -10.5. 6 SECTION 8 -11, GUARDRAIL 7 March 3, 1997 W 8 8- 11.3(1)C Erection of Rail 9 The following paragraph is inserted after the second paragraph: Iwo 1 When nested W -beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 2 installed. The inside and outside rail elements shall not be staggered. 103 4 8- 11.3(1)D Anchor Installation W 5 The heading is revised to read: 6 W7 Terminal and Anchor Installation 8 9 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes ". goo 1 This section is supplemented with the following: 2 3 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 4 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 5 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. +r 6 Assembly and installation shall be in accordance with the manufacturer's recommendations. ar Page -AMD47 aw Revision Date: May 19, 1997 File—Sys Adm 11510002 Master. doc e 8 -15.2 Materials 1 SECTION 8 -15, RIPRAP 2 March 3, 1997 _ 3 8 -15.2 Materials 4 The reference to Slab Riprap in the first paragraph is deleted. 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 r) 3 4 5 6 8 -15.4 Measurement The third paragraph is revised to read: 8- 20.3(13)A Light Standards Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. The fifth paragraph dealing with Concrete Slab Riprap is deleted. SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS March 3, 1997 8 -17.3 Construction Requirements The following paragraph is inserted before the first paragraph: Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that Sri► has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided to the Engineer prior to installation. The first sentence of the first paragraph is revised to read: Assembly and installation shall be in accordance with the manufacturer's recommendations. SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL March 3, 1997 8- 20.2(1) Equipment List and Drawings The fifth paragraph is revised to read: The Contractor will not be required to submit shop drawings for approval for light standards conforming to the pre- approved plans listed in the Qualified Products List. V 8- 20.3(13)A Light Standards The first sentence of Item No. 2 in the third paragraph is deleted. The first sentence of Item No. 4 in the third paragraph is deleted. Page- AMD-18 Revision Date: May 19, 1997 to File SVSIAdm11J10002IMaster.dOc to tw 8 -21.2 Materials 8- 21.3(10)A Sign Lighting Luminaires 1 SECTION 8 -21, PERMANENT SIGNING 2 March 3, 1997 3 8 -21.2 Materials 4 The second sentence of the first paragraph is revised to read: 5 6 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the 7 requirements of Section 9 -06. 8 9 8 -21.3 Construction Requirements o 8- 21.3(4) Sign Removal 1 This section is revised to read: W2 3 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 4 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete rr 5 pedestals to a minimum of I foot below finished grade and backfill the hole to the satisfaction of the 6 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the 7 post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, arr 8 metal sign posts, windbeams, and other metal structural members shall become the property of the 9 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. 0 The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: 1 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number 2 shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense 3 to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 4W 4 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall 5 become the property of the Contractor and removed from the project. The Contractor will be charged 6 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. err 7 8 8- 21.3(9)F Bases � 9 The second sentence of the second paragraph is revised to read: 0 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9 -07 for all W 2 other sign structure bases. 3 4 The second paragraph is supplemented with the following: 905 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6 -02.3. 7 8 8- 21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9- 28.16" in the first sentence is revised to read "Section 9- 28.15 ". go o Page- AMD -19 Revision Date: May 19, 1997 Fi1e_Sys L,4dm 11 S 10002 I Masser. doc 1 2 3 4 5 6 7 8 9 4 k, 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 8- 21.3(9)G Identification Plates 9 -02.4 Anti-Stripvinc., Additive This section is revised by adding the following new sections: 8- 21.3(9)G Identification Plates When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign,, structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign structures are removed, the Contractor shall remove the sign structure identification plates from the sign li structures and give them to the Engineer. 8- 21.3(12) Steel Sign Posts Steel sign posts shall be connected to concrete bases using the following procedure: 1. Remove all galvanized runs and beads from washer area. 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 3. Shim as required to plumb sign posts. 1W 4. Tighten bolts in a systematic order to required torque while not over tightening. 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent loosening. When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches long and 1/2 -inch apart shall be placed on the post approximately 6 inches from the base connection. SECTION 8 -22, PAVEMENT MARKINGS March 3, 1997 8 -22.2 Materials The first sentence is revised to read: Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved materials listed in the Qualified Products List. 11 8 -22.4 Measurement The second sentence of the eighth paragraph is revised to read: Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for the area actually removed. SECTION 9 -02, BITUMINOUS MATERIALS March 3, 1997 9 -02.4 Anti - Stripping Additive This section is revised in its entirety to read: Page- AMD -20 Revision Date: May 19, 1997 File SyslAdm115100021Master.doc A e D err 9 -03.12 Gravel Backfill 9 -04.3 Joint Mortar ow 1 2 When directed by the Engineer, heat - stable anti - stripping additive shall be added to the asphalt mix. At the 3 option of the Contractor, the anti- str-ipping additive can be either added to the liquid asphalt or sprayed on the 4 aggregate on the cold feed. Once the process and type of anti - stripping additive proposed by the Contractor 5 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 6 amount of anti - stripping additive shall not be changed without approval of the Engineer. 7 �r 8 When liquid anti - stripping additive is added to the liquid asphalt, the amount will be designated by the 9 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. 0 1 When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 2 not exceed 0.67 percent by mass (weight) of the aggregate. 3 4 The use of another process or procedure for adding anti - stripping additive to the asphalt mix will be considered 5 based on a proposal from the Contractor. 6 SECTION 9 -03, AGGREGATES 7 March 3, 1997 8 9 -03.12 Gravel Backfill "' 9 This section is supplemented with the following new section: 0 1 9- 03.12(5) Gravel Backfill for Drywells 2 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, 3 Grading No. 4 in accordance with Section 9- 03.1(3)C. 4 5 9- 03.14(2) Select Borrow 6 The sand equivalent requirement in the first paragraph is revised to read "25 min." ■• 7 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS 8 March 3, 1997 9 9 -04.3 Joint Mortar �.r 0 The first paragraph is revised to read: 1 2 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 3 water to allow proper workability. rJ Page- AMD -21 Revision Date: May 19, 1997 File SysUdm115100021Mas1er.doc I 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 8 9 0 9- 05.4(7) Coupling Bands 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe. and Profile Wall PVC Sanitary Sewer Pipe SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 9- 05.4(7) Coupling Bands The first paragraph is supplemented with the following: As an alternate to the coupling bands shown in the Standard Plans, 24 -inch wide flat band couplers are allowed 0 for use on all sizes of steel pipe arch with 3 -inch by 1 -inch corrugations. Rubber gaskets for flat band couplers shall conform to the requirements of Section 9- 04.4(3) and shall have a minimum thickness of 1 inch. When -, flat band couplers are used, pipe arch ends are not required to be recorrugated. 9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe The section heading is revised to read: 9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: "solid wall PVC sanitary sewer pipe" The third paragraph is revised to read: Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 9- 05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe The section- oheading is revised to read: 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe The first paragraph is revised to read: Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. IN The first sentence of the third paragraph is revised to read: Qualified producers are identified in the Qualified Products List. lg Page- AMD-22 Revision Date: May 19, 1997 File SvslAdm115100021,Master.doc 77 go 1 2 3 4 t~ 5 6 7 8 9 0 1 au 2 3 4 105 6 7 er 8 9 �t 0 1 awl 3 UP 4 5 6 �r 7 8 9 rrr 0 1 2 ■r 3 4 5 6 7 8 9 0 rrr , 3 4 9 -05.19 Corruizated Polyethylene Culvert Pipe 9 -06.16 Roadside Sin Structures The fifth paragraph is revised to read: Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 9 -05.19 Corrugated Polyethylene Culvert Pipe The second sentence of the first paragraph is revised to read: The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the fourth paragraph is revised to read: Qualified producers are identified in the Qualified Products List. 9 -05.20 Corrugated Polyethylene Storm Sewer Pipe The first subparagraph in the first paragraph is revised to read: The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 This section is revised by adding the following: 9 -06.16 Roadside Sign Structures All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Triangular base stiffeners for one - directional multi -post sign posts shall meet the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50. Base connectors for multiple directional steel breakaway posts shall conform to the following: brackets bosses for Type 2B brackets coupling bolts anchor bolts Aluminum Alloy 6061 T -6 ASTM A 582 ASTM A 325 ASTM 304 stainless steel for threaded portion. AISI 1038 steel rod and AISI 1008 coil for cage portion. Page- AMD-23 Revision Date: May 19, 1997 File_SVSIAdml] 100 21Master.doc 2 3 4 5 6 7 8 9 0 1 2 3 4 5 6 7 0 1 2 3 4 5 6 9- 06.5(3) High Strength Bolts 9- 09.3(1)B Placing in Treating Cylinders Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as follows: Type 2A Type 2B 17,000 to 21,000 lb. 47,000 to 57,000 lb. For multi - directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For one - directional breakaway base connectors, single post or multi -post, shims shall be fabricated from brass conforming to ASTM B 36. 9- 06.5(3) High Strength Bolts The first two sentences of the second paragraph are revised to read: Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 9- 06.5(4) Anchor Bolts The first paragraph is revised to read: Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 9- 06.5(5) Bolt, Nut, and Washer Specifications The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436 ". SECTION 9 -09, TIMBER AND LUMBER March 3, 1997 9- 09.3(1)B Placing in Treating Cylinders The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. Page- AMD -24 Revision Date: May 19, 1997 File SvslAdm115100021Master.doc e C F-I 9 -11.1 Asphalt for Waterproofing 9 -12.7 Precast Concrete Drywells SECTION 9 -11, WATERPROOFING March 3, 1997 3 9 -11.1 Asphalt for Waterproofing wr 4 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM 1341". 5 SECTION 9 -12, MASONRY UNITS w6 March 3, 1997 . 7 9 -12.4 Precast Concrete Manholes 8 This section is revised to read: 9 two Precast concrete manholes shall meet the requirements of AASHTO M 199. 1 2 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral aw 3 displacement. 4 5 As an alternate to steel reinforcement, 48 -inch diameter by 3 -foot high eccentric or concentric cone sections "6 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type 7 I11. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 8 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 4W 9 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 0 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 1 furnished with knockouts or cutouts. rw 2 3 9 -12.5 Precast Concrete Catch Basins go o This section is supplemented with the following: 5 aw 6 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 7 8 Section 9 -12 is supplemented with the following new section: W 9 0 9 -12.7 Precast Concrete Drywells ar 1 Precast concrete drywells shall meet the requirements of Section 9 -12.4. Seepage port size and shape may 2 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a. maximum of 7 3 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 'r4 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. E--] as Page- AMD -25 ar Revision Date: May 19, 1997 File S.YslAdmI15100021Master.doe 9 -13.4 Concrete Slab Riprap 9- 16.3(5) Anchors S I SECTION 9 -13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 2 WALLS 3 March 3, 1997 4 9 -13.4 Concrete Slab Riprap 5 This section is deleted. 6 7 SECTION 9 -16, FENCE AND GUARDRAIL 8 March 3, 1997 9 0 2 3 4 5 6 7 8 9 0 0 3 4 5 6 8 9 9- 16.3(1) Rail Element The first paragraph is revised to read: The W -beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F end sections, which shall be formed from 10 gage steel. 9- 16.3(2) Posts and Blocks The second sentence of the first paragraph is revised to read: Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance with manufacturers recommendations. 9- 16.3(5) Anchors The following paragraph is inserted after the third paragraph: Foundation :tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or ASTM A 501. The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17" Page- AMD -26 Revision Date: May 19, 1997 File SvslAdm115100021Master.doc ar CITY OF RENTON SPECIAL PROVISIONS NORTH TALBOT PUMP STATION REHABILITATION AND OTHER WATER FACILITY MODIFICATIONS WATER PROJECT NO. WTR 27 -2878 0 Spring 2002 no ii M Table of Contents 0 J: \data \REN \101 - 032 \01 - design \Specs \techr icals.doc 1 4/3/2002 3:50 PM Division1 GeneraL ............................................................................................... ............................... 1 Project Description ............................................................................ ............................... 1 arr1.1 A. Schedule A — North Talbot Pump Station Rehabilitation ............ ............................... l B. Schedule B — Other Water Facility Modifications ......................... ............................... 1 ,rr 1.2 Contractor's Responsibility ............................................................... ............................... 2 1.3 Standard Specifications ...................................................................... ............................... 2 1.4 Permits and Licenses .......................................................................... ............................... 3 1.5 Pre - Construction Conference ........................................................... ............................... 3 go 1.6 Submittal and Shop Drawings .......................................................... ............................... 4 1.7 Substitutions ......................................................................................... ..............................6 A. General .................................................................................................. ..............................6 B. Prior to Bid Opening ......................................................................... ............................... 6 �r C. After Contract Execution .................................................................. ............................... 6 1.8 Owner Standard Locks and Keys .................................................... ............................... 6 1.9 Waste Material Control ............................................................. ......... ............................... 7 1.10 Temporary Facilities and Utilities .................................................... ............................... 7 to 1.11 Contractor Conducted Progress Meetings ...................................... ............................... 8 1.12 General Roles of Owner and Engineer ........................................... ............................... 9 aw1.13 Schedule of Values ............................................................................. ............................... 9 A. General .................................................................................................. ..............................9 >!rr B. Preliminary Schedule of Values ................................ ............................... C. Detailed Schedule of Values ............................................................. .............................10 +r 1.14 Application for Payment ................................................................... .............................11 A. Preparation of Application ................................................................ .............................11 orr B. Submittal Procedures -•--••-• ................................................................. .............................11 C. Substantiating Data .......................................................................... ............................... 11 aw 1.15 Scheduling and Reporting ................................................................ ...........................1 -16 A. General ................................................................................................ ...........................1 -16 Schedule Submittals .......................................................................... ...........................1 -16 +errB. C. Schedule Constraints ......................................................................... .............. .............1 -18 Change Orders ................................................................................... ...........................1 -18 .r.D. E. Project Status Reporting ................................................................... ...........................1 -18 0 J: \data \REN \101 - 032 \01 - design \Specs \techr icals.doc 1 4/3/2002 3:50 PM 1.16 Modification Procedures .................................................................. ...........................1 -19 A. Summary ............................................................................................. ...........................1 -19 B. Submittals ........................................................................................... ...........................1 -19 C. Documentation .................................................................................. ...........................1 -19 D. Change Procedures ........................................................................ ............................... 1-20 E. Execution of Change Orders .......................................................... ...........................1 -20 E Correlation of Contractor Submittals ............................................ ...........................1 -20 1.17 Testing, Startup and Operation ....................................................... ...........................1 -21 A. Schedule .............................................................................................. ...........................1 -21 irli B. Contractor's Responsibility .............................................................. ...........................1 -21 C. Testing ................................................................................................. ...........................1 -21 D. Startup .................................................................................. ............................... ....1 -22 E. Operation ........................................................................................ ............................... 1-22 1.18 Operation and Maintenance Manuals ............................................. ...........................1 -22 1.19 As- Constructed and Warranty Records ......................................... ...........................1 -23 1.20 Project Closeout ................................................................................ ...........................1 -23 A. General ................................................................................................ ...........................1 -23 B. Final Cleanup ..................................................................................... ...........................1 -23 C. Closeout Timetable ........................................................................... ...........................1 -23 D. Closeout Procedures ......................................................................... ...........................1 -24 E. Maintenance and Guarantee ............................................................ ...........................1 -26 EBond .................................................................................................... ...........................1 -26 Division2 Sitework .............................................................................................. ............................2 -1 2.1 General ................................................................................................. ............................2 -1 2.2 Submittals ............................................................................................ ............................2 -1 - 2.3 Protection and Restoration of Existing Facilities .......................... ............................2 -1 A. General ................................................................................................. ............................2 -1 B. Existing Utilities and Improvements ............................................... ............................2 -1 C. Restoration of Sidewal k ..................................................................... ............................2 -2 2.4 ................................ ............................... Construction Access ........... ............................2 -2 2.5 Excavation ........................................................................................ ............................... 2 -2 2.6 Pipe Bedding ........ ............................2 -3 2.7 Landscaping ......................................................................................... ............................2 -3 A. General ................................................................................................. ............................2 -3 B. Grass Seed ........................................................................................... ............................2 -3 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 11 4/3/2002 3:50 PM wC. Topsoil ................................................................................................. ............................2 -4 Division3 Concrete ............................................................................................. ............................3 -1 M3.1 General ............................ ............................... ............3 ....................... ............................... -1 3.2 Submittals ............................................................................................ ............................3 -1 M3.3 Inspection ............................................................................................ ............................3 -1 3.4 Testing .................................................................................................. ............................3 -1 �. 3.5 Concrete Materials .............................................................................. ............................3 -2 A. Floor /Housekeeping Pads ............................................................. ............................... 3 -2 to3.6 Formwork ............................................................................................ ............................3 -2 3.7 Reinforcing Steel ................................................................................. ............................3 -3 3.8 Cast -In -Place Concrete ...................................................................... ............................3 -4 3.9 Embedded Items ................................................................................ ............................3 -5 3.10 Restoration of Sidewalks ................................................................... ............................3 -5 rrr Division4 Masonry ........................................................................................... ............................... 4-1 General ................................................................................................. ............................4 -1 rr4.1 4.2 Submittals ............................................................................................ ............................4 -1 Masonry Mortar .................................................................................. ............................4 -1 rrr4.3 4.4 Masonry Grout ................................................................................... ............................4 -1 Division5 Metals .................................................................................................. ............................5 -1 Or 5.1 General ................................................................................................. ............................5 -1 5.2 Submittals ............................................................................................ ............................5 -1 OW 5.3 Structural Steel .................................................................................... ............................5 -1 5.4 Steel Connectors ................................................................................. ............................5 -2 �r 5.5 Stainless Steel ...................................................................................... ............................5 -2 Division6 Carpentry ry .. ............................... ........................................................... ............................6 -1 6.1 General ................................................................................................. ............................6 -1 6.2 Submittals ............................................................................................ ............................6 -1 .r 6.3 Structural Carpentry arp try ........................................................................... ............................6 -1 6.4 Finish Carpentry .............................................................................. ............................... 6 -1 6.5 ................................................. ............................... Wood Sheathing . ............................6 -2 6.6 Metal Framing Anchors or Hangers .................................. ............................... to Division 7 Thermal and Moisture Protection .................................................. ............................7 -1 7.1 General ................................................................................................. ............................7 -1 ft7.2 Submittals ......................................................................................... ............................... 7 -1 7.3 Caulking ............................................................................................ ............................... 7 -1 4W J: \data \REN \101- 032 \01 - design \Specs \technicals.doc lll 4/3/2002 3:50 PM i 7.4 ... ............................... 3 -Tab Asphalt Shingles ....................... ............................... ..........7 -1 �t 7.5 Seamless Aluminum Rain Gutters ................................................... ............................7 -2 Division 8 Doors and Windows ......................................................................... ............................8 -1 8.1 General ................................................................................................. ............................8 -1 8.2 Submittals ............................................................................................ ............................8 -1 8.3 Interior and Exterior Doors ............................................................. ............................8 -1 A. General ................................................................................................. ............................8 -1 B. Door Frames .................................................................................... ............................... 8 -1 C. Door Accessories ............................................................................... ............................8 -1 D. Door Hardware ................................................................................... ............................8 -1 E. Door Installation ............................................................................. ............................... 8 -2 S.4 Door Labels ......................................................................................... ............................8 -2 8.5 Skylights ............................................................................................ ............................... 8 -3 Division9 Finishes ............................................................................................... ............................9 -1 9.1 General ................................................................................................. ............................9 -1 9.2 Submittals ............................................................................................ ............................9 -1 9.3 Items to be Painted ......................................................................... ............................... 9 -1 9.4 Surface Preparation and Application ............................................... ............................9 -2 9.5 Coating Quality ................................................................................... ............................9 -2 9.6 Waste Products ................................................................................... ............................9 -2 9.7 Color ..................................................................................................... ............................9 -3 9.8 Materials ............................................................................................... ............................9 -3 A. Metals (Interior) B. Metals (Exterior) .............................................................................. ............................... 9 -3 w C. Pumps, Pump Columns, Valves, Valve Actuators and Piping .... ............................9 -3 D. Wood (Exterior) ................................................................................. ............................9 -3 E. Concrete (Pump Pit Walls and Pump Station Ceiling) ................. ............................9 -4 F. Concrete Floors and Exposed Housekeeping Pad Surfaces ..... ............................... 9 -4 9.9 Inspection ......................................................................................... ............................... 9 -4 9.10 Compatibility of Coating ................................................................... ............................9 -5 9.11 Acceptance .......................................................................................... ............................9 -5 Division10 Specialties ........................................................................................ ...........................10 -1 10.1 General ................................................................................................ ...........................10 -1 10.2 Submittals ........................................................................................... ...........................10 -1 10.3 Fire Extinguisher ............................................................................... ...........................10 -1 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc iv 4/3/2002 3:50 PM 4W 10.4 First Aid Kit . ........10 -1 ........................................................................... ............................... 10.5 Water Hose, Nozzle, and Rack ....................................................... ...........................10 -2 10.6 Fiberglass Reinforced Plastic (FRP) Grating ................................. ...........................10 -2 +rr J: \data \REN \101 -032 \01 - design \Specs \technicals.doc v 4/3/2002 3:50 PM Division11 Equipment ...................................................................................... ...........................11 -1 to11.1 General ................................................................................................ ...........................11 -1 11.2 Submittals ........................................................................................... ...........................11 -1 ar 11.3 Heating, Ventilating, and Air- Conditioning .................................. ...........................11 -1 A. Space Heaters ..................................................................................... ...........................11 -1 errB. Dehumidifier ...................................................................................... ...........................11 -1 C. Wall Ventilators ................................................................................. ...........................11 -2 9rr D. Louvers, Dampers, and Shutters ..................................................... ...........................11 -2 E. Ventilation Control ........................................................................... ...........................11 -2 Division12 Furnishings ...................................................................................... ...........................12 -1 12.1 General ................................................................................................ ...........................12 -1 12.2 Submittals ........................................................................................... ...........................12 -1 12.3 Wall- mounted Writing Desk ........................ : .............................................................. 12 -1 Division 13 Special Construction Not Used this Contract ........................... ...........................13 -1 it Division 14 Conveying Systems Not Used this Contract ..... ............................... Division15 Mechanical. ...................................................................................... ...........................15 -1 4w 15.1 General ................................................................................................ ...........................15 -1 15.2 Submittals ........................................................................................... ...........................15 -1 15.3 Pipe and Pipe Fittings ....................................................................... ...........................15 -1 A. Pressure Rating .................................................................................. ...........................15 -1 B. Small Pipe Unions ............................................................................. ...........................15 -1 15.4 Miscellaneous Plumbing Fittings and Tubing ............................... ...........................15 -2 +rr A. Hose Bibs .. ............. .................. ............15 -2 B. Braided Vinyl Tubing and Fittings .................................................. ...........................15 -2 C. Polyethylene Tubing and Fittings 15 -2 15.5 Plumbing Installation ........................................................................ ...........................15 -2 rrrA. Inspection ......... ............................... ............................................ ...........................15 -2 B. Location of Pipe ................................................................................ ...........................15 -2 .. C. Installation, General .......................................................................... ...........................15 -2 D. Joints and Connections ..................................................................... ...........................15 -3 err Division 16 Electrical .......................................................................................... ...........................16 -1 16.1 General ................................................................................................ ...........................16 -1 +rr J: \data \REN \101 -032 \01 - design \Specs \technicals.doc v 4/3/2002 3:50 PM 16.2 Submittals ........................................................................................... ...........................16 -1 16.3 Codes and Standards ......................................................................... ...........................16 -1 16.4 Permits and Fees ................................................................................ ...........................16 -1 16.5 Minor Deviations ............................................................................... ...........................16 -1 16.6 Record Drawings 16.7 Nameplates and Identification ......................................................... ...........................16 -2 16.8 Service and Metering .............................................. ............................... .................... ...16 -2 16.9 Low Voltage Service Switchboard .................................................. ...........................16 -2 16.10 Motor Control Center .................................................................. ...........................16 -3 A. General ................................................................................................ ...........................16 -3 B. Vertical Sections ................................................................................ ...........................16 -3 rri C. Incoming Line Compartments ........................................................ ...........................16 -3 D. Bus ....................................................................................................... ...........................16 -4 E. Unit Disconnect Operator Mechanism .......................................... ...........................16 -4 F. Wireways ............................................................................................. ...........................16 -4 G. Operator Interface Devices and Control Relays ........................... ...........................16 -4 General............................................................................................................. ...........................16 -4 SelectorSwitch ................................................................................................ ...........................16 -5 Pushbuttons..................................................................................................... ...........................16 -5 IndicatingPilot Lights .................................................................................... ...........................16 -5 RunTime Meters ............................................................................................ ...........................16 -5 OperationalCounters ..................................................................................... ...........................16 -5 TerminalBlocks .................... ............................... ...........16 -5 Relays................................................................................................................ ..... ......................16 -6 H. Units .................................................................................................... ...........................16 -6 I. Solid State, Reduced Voltage Starters ............................................. ...........................16 -7 J. Transformers ..................................................................................... ..........................16 -10 K. Lighting Panels .................................................................................. ..........................16 -10 L. Power Factor Correction Capacitors ............................................. ..........................16 -11 M. Nameplates N. Integration With Telemetry ............................................................ ..........................16 -11 O. ................................................................. ............................... Wiring Diagrams ....16 -11 P. Wire and Control Relay Identification .......................................... ..........................16 -11 Q. Finish ........ ................................................ .......................................... ..........................16 -12 16.11 Disconnects .................................................................................. ..........................16 -12 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc vi 4/3/2002 3:50 PM fW W ): \data \REN \101- 032 \01 - design \Specs \technicals.doc Vll 4/3/2002 3:50 PM ow 16.12 Overcurrent Devices .......16 ........................................................ ............................... -12 16.13 Circuit Breakers ............................................................................ ..........................16 -12 16.14 Conduit and Fittings .................................................................... ..........................16 -12 16.15 Outlet and Junction Boxes ......................................................... ..........................16 -13 16.16 Wire and Cables ........................................................................... ..........................16 -13 A. Conductors ........................................................................................ ..........................16 -13 itB. Connectors ........................................................................................ ..........................16 -13 C. Signal Conductor .............................................................................. ..........................16 -13 owD. Color Coding ..................................................................................... ..........................16 -14 E. Wire Description .............................................................................. ..........................16 -14 sr„ F. Installation ......................................................................................... ..........................16 -14 16.17 Switches and Receptacles ............................................................ ..........................16 -14 A. General ............................................................................................... ..........................16 -14 B. Device Plates ..................................................................................... ..........................16 -15 C. Outdoor All- Weather Outlet Covers ............................................. ..........................16 -15 to D. Position Of Outlets .......................................................................... ..........................16 -15 E. Mounting Heights ............................................................................. ..........................16 -15 16.18 Grounding ..................................................................................... ..........................16 -15 16.19 Lighting Fixtures .......................................................................... ..........................16 -15 aw A. General ............................................................................................... ..........................16 -15 B. Lamps ................................................................................................. ..........................16 -15 wr C. Outdoor Motion Sensor .................................................................. ..........................16 -15 16.20 Branch Circuit Panel Board ........................................................ ..........................16 -16 err 16.21 Identification of Equipment ....................................................... ..........................16 -16 16.22 Conductor Identification ................................... ................................................... 16 -16 +rr 16.23 Testing ............................ ..........................16 -16 16.24 Final Test ....................................................................................... ..........................16 -16 Division 17 Automatic Control ....... ............................... .17 -1 17.1 General ................................................................................................ ...........................17 -1 17.2 Submittals ....................... ............................... ..................................... ...........................17 -1 17.3 Description of Work ......................................................................... ...........................17 -1 A. Schedule A - General ........................................................................ ...........................17 -1 B. Schedule A - Monitor and Control of Pumps ............................... ...........................17 -2 rr C. Schedule A - Items to be replaced .................................................. ...........................17 -4 D. Schedule A - Items to be relocated ................................................. ...........................17 -4 W ): \data \REN \101- 032 \01 - design \Specs \technicals.doc Vll 4/3/2002 3:50 PM ow E. Schedule A - Items to be added ...................................................... ...........................17 -4 F. Schedule B — Other Water Facility Modifications ........................ ...........................17 -5 17.4 Pressure Monitoring Equipment ..................................................... ...........................17 -5 A. General ................................................................................................ ...........................17 -5 B. Pressure Gauges ................................................................................. ...........................17 -5 C. Pressure Switches .............................................................................. ...........................17 -5 D. Pressure Transmitter ......................................................................... ...........................17 -6 E. Pressure Gauge, Transmitter, and Switch Assemblies ................. ...........................17 -6 17.5 Photoelectric Smoke Detectors ....................................................... ...........................17 -6 A. General ................................................................................................ ...........................17 -6 B. Features ............................................................................................... ...........................17 -6 C. Testing ................................................................................................. ...........................17 -7 D. Acceptable Manufacturers ................................................................ ...........................17 -7 17.6 Flood Switch ...................................................................................... ...........................17 -7 A. General ................................................................................................ ...........................17 -7 B. Features ............................................................................................... ...........................17 -7 C. Installation .......................................................................................... ...........................17 -7 D. Acceptable Manufacturers ................................................................ ...........................17 -7 17.7 Intrusion Alarm Switch .................................................................... ...........................17 -7 A. General ................................................................................................ ...........................17 -7 B. Features ............................................................................................... ...........................17 -7 C. Installation ................................... .................................................................................. 17 -7 D. Acceptable Manufacturers ................................................................ ...........................17 -8 17.8 Panic Alarm Button ........................................................................... ...........................17 -8 A. General ................................................................................................ ...........................17 -8 B. Features ............................................................................................... ...........................17 -8 C. Installation .......................................................................................... ...........................17 -8 D. Acceptable Manufacturers ................................................................ ...........................17 -8 17.9 Keyed Switch Box ............................................................................. ...........................17 -8 A. General ................................................................................................ ...........................17 -8 B. Features ............................................................................................... ...........................17 -8 C. Installation .......................................................................................... ...........................17 -9 D. Acceptable Manufacturers ................................................................ ...........................17 -9 17.10 Vibratone Bell ................................................................................ ...........................17 -9 A. General ................................................................................................ ...........................17 -9 J: \data\REN \101- 032 \01 - design \Specs \technicals.doc pill 4/3/2002 3:50 PM A .r B. Features ................ ............................... C. Installation .......................................................................................... ...........................17 -9 D. .................................. ............................... Acceptable Manufacturers ................. .........17 -9 Division 18 Measurement and Payment .......................................................... ...........................18 -1 No 18.1 ............................................... ............................... Payment ................ ...........................18 -1 18.2 Bid Item No. 1 — Schedule A - Mobilization, Demobilization, Site Preparation and ........................................................................................................... ...........................18 -1 rClean-up 18.3 Bid Item No. 2 — Schedule A - Structural ...................................... ...........................18 -1 Bid Item No. 3 — Schedule A - Finishes ........................................ ...........................18 -1 VW 18.5 Bid Item No. 4 — Schedule A - Heating and Ventilation ............. ...........................18 -1 18.6 Bid Item No. 5 — Schedule A - Equipment ................................... ...........................18 -2 err 18.7 Bid Item No. 6 — Schedule A - Mechanical ................................... ...........................18 -2 18.8 Bid Item No. 7 — Schedule A - Electrical ...................................... ...........................18 -2 r 18.9 Bid Item No. 8 — Schedule A - Automatic Control ..................... ...........................18 -2 18.10 Bid Item No. 9 — Schedule A - As- builts .................................. ...........................18 -2 +r 18.11 Bid Item No. 10 — Schedule B — Mobilization, Demobilization, Site Preparation andClean- up .................................................................................................... ...........................18 -3 �r 18.12 Bid Item No. 11 — Schedule B — Work at Well 1 -2 -3 Building .........................18 -3 18.13 Bid Item No. 12 — Schedule B — Work at Well 8 ..................... ...........................18 -3 ow 18.14 Bid Item No. 13 — Schedule B — Work at Fluoridation Building .....................18 -3 18.15 Bid Item No. 14 — Schedule B — Work at Corrosion Control Facility .............18 -3 18.16 Bid Item No. 15 — Schedule B — Work at Well 9 ..................... ...........................18 -4 18.17 Bid Item No. 16 — Schedule B — Work at Mount Olivet BPS ..........................18 -4 18.18 Bid Item No. 17 — Schedule B — Work at Monroe BPS ......... ...........................18 -4 ow 18.19 Bid Item No. 18 — Schedule B — Work at Highlands BPS ..... ...........................18 -4 18.20 Bid Item No. 19 — Schedule B — Work at Highlands Generator Building...... 18 -4 r 18.21 Bid Item No. 20 — Schedule B — Work at West Hill BPS ....... ...........................18 -4 18.22 Bid Item No. 21 — Schedule B — Work at Houser Way BPS . ...........................18 -5 rr 18.23 Bid Item No. 22 — Schedule B — Work at Windsor Hills BPS .......................... 18 -5 18.24 Bid Item No. 23 — Schedule B — Work at Maplewood BPS ... ...........................18 -5 +r 18.25 Bid Item No. 24 — Schedule B — Work at Rolling Hills BPS . ...........................18 -5 18.26 Bid Item No. 25 — Schedule B — Work at Tiffany Park BPS . ...........................18 -5 +rrr 18.27 Bid Item No. 26 — Schedule B — Work at Fred Nelson BPS . ...........................18 -6 18.28 Bid Item No. 27 — Schedule B — Work at South Talbot BPS ...........................18 -6 orr 18.29 Bid Item No. 28 — Schedule B — Work at Springbrook BPS . ...........................18 -6 18.30 Bid Item No. 29 — Schedule B — Work at Well SA .................. ...........................18 -6 J:\ data \REN \101 -032 \01 - design \Specs \technicals.doc 1X 4/3/2002 3:50 PM aw 18.31 Bid Item No. 30 — Schedule B — Work at Well EW -3 e e J: \data\REN \101 -032 \01 - design \Specs \technicals.doc A 4/3/2002 3:50 PM aw Division 1 General '® 1.1 Project Description A. Schedule A — North Talbot Pump Station Rehabilitation The North Talbot Pump Station Rehabilitation portion of this project consists of the renovation of the entire pump station with the exception of the major mechanical r pumping and piping systems. This project involves demolition, mechanical, electrical, structural, and automatic control work. The major electrical work is the replacement of the Motor Control Center (MCC). Other wr electrical work includes: replacing the light fixtures, convenience outlets, heaters, dehumidifier, lighting panels, lighting transformer, and raceways and conductors to all equipment that is being replaced. In addition and HVAC control panel shall be installed. r The mechanical work is the replacement of the pump control valve water supply plumbing, replacement of the drain system to the pump control valves; installment of ventilation fans and louvers; and installment of pump pit access hatch grating. Some to minor mechanical work is required to relocate some pressure sensing devices and the hose bib. The major structural work is adding an interior door between the electrical room and the pump room; adding an awning above the door and utility meter; adding power cable racks; providing knockouts in the wall for the ventilation system; and replacing the HVAC equipment on the roof with skylights. Other structural work includes: housekeeping pads for the MCC and repair to the existing brick walls. The automatic control work is the replacement of all the pressure switch assemblies for each pump; replacement of the suction pressure switch in the pump pit; and relocation of the 350 zone pressure transmitter. Other work involves adding two pressure transmitters. In addition to this work, the Contractor shall terminate all the proposed wires from the of proposed equipment in the telemetry panel. The major demolition work is removal of the existing MCC and housekeeping pad; nr removal of the HVAC system on the roof; and removal of all the electrical equipment to be replaced. At the completion of the demolition work the pump station and equipment shall be painted as specified on the Plans and in Division 9. ow Not all work required for this project is included in this project description. Refer to the plans and information in this specification for additional detail. B. Schedule B — Other Water Facility Modifications This portion of the project consists of installing miscellaneous conduits, conductors, keyed switches, intrusion switches, alarm annunciators, panic buttons and associated electrical boxes and supports at the following locations: Wells 1, 2 & 3 Bldg, Well 8, Fluoridation Bldg, Corrosion Control Facility, Well 9, Mount Olivet Booster Pump Station, Monroe Booster Pump Station, Highlands Booster Pump Station, Highlands o` Generator Bldg, West Hill Booster Pump Station, Houser Way Booster Pump Station, Windsor Hills Booster Pump Station, Maplewood Booster Pump Station, Rolling Hills 0 1 -1 W 4/3/2002 3:50 PM Spring 2002 Division 1- General City of Renton N. Talbot PS Rehab & Other Mods Booster Pump Station, Tiffany Park Booster Pump Station, Fred Nelson Booster Pump Station, South Talbot Booster Pump Station, Springbrook Springs Treatment Bldg, Well 5A, and Well EW -3. Not all work required for this Schedule is included in this project description. Refer to the plans and information in this specification for additional detail. 1.2 Contractor's Responsibility 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 are 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. 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 inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractors 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 Contractor's expense. For information regarding inspection responsibilities and coordination, contact the Owner. Do not start work on this project or on any public or private right -of -way or easement until 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. 1.3 Standard Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction, Washington State Chapter, American Public Works Association, and 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 • UBC Uniform Building Code • UPC Uniform Plumbing Code • UMC Uniform Mechanical Code 4/3/2002 3:50 PM 1 -2 �. City of Renton N. Talbot PS Rehab & Other Mods Spring 2002 Division 1- General • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute .r • ASA American Standards Association • ASTM American Society for Testing and Materials 40 1.4 Permits and Licenses The Contractor shall acquire and pay for all necessary permits which may include: low • Electrical Permit • Plumbing Permit to • Disposal Permit • Wage and Hour Permit • Wage and Hour Regulation Permit • Mechanical Permit • Transportation Permit 1.5 Pre - Construction Conference The Owner will schedule a general pre - construction conference not more than _ days after the notice to proceed is issued. The following personnel must attend the Conference: rr • The person representing the Contractor with contract authority • The project site superintendent • Major subcontractor site superintendents 40 • The Owner and their representative shall be present The Owner may require that some subcontractors attend a pre - construction conference prior to beginning work on this project In the event that subcontractors have not been '• selected prior to the general pre - construction conference, or various subcontractors do not attend the general pre - construction conference, a second pre - construction conference will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre - construction conference. At the Pre - construction Conference, the Contractor shall submit the following items to the Engineer for review. 1. A 60 -day plan of operation bar chart. 2. A project overview bar chart preliminary detailing the schedule of the project to completion. 1 -3 4/3/2002 3:50 PM Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods 3. A preliminary Schedule of Values to be used for pay requests. This format will be adjusted in an agreed format to pay the Contractor accurately for work done per month. 4. A preliminary schedule of Shop Drawing, Sample, and proposed Substitutes, or "Or Equal" submittals. A preliminary list of required submittals by specification section is listed per specification division. 5. A list of all permits and licenses the Contractor shall obtain indicating the agency required to grant the permit and the expected date of submittal for the permit and required date for receipt of the permit 1.6 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 1 copy to the Owner (Owner's copy will not be returned) and 2 copies more than Contractor wants returned to the Engineer. Addresses of Owner and Engineer respectively are as follows: Mr. J.D. Wilson, P.E. City of Renton 5th Floor 1055 S Grady Way Renton, WA 98055 RH2 Engineering, Inc.. 300 Simon Street SE, Suite 5 East Wenatchee, WA 98801 Attn: Mark Miller 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 furnished, all at the Contractors 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 consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8 %i' x 11 ", 11" x 17 ", or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Contractor and Applicable Subcontractor. 3. R142 Engineering. 4. Owner's Name. F 4/3/2002 3:50 PM 1-4 «�► City of Renton N. Talbot PS Rehab & Other Mods Spring 2002 Division 1- General 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Contractor has checked the equipment for conformance rr with the contract requirements, coordination with other work on the job, and dimensional suitability. 7. 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 15 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. Three sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: wr 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturers specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. Wiring and control diagrams. 7. List of contract exceptions. All Shop Drawing submittals shall be accompanied by the Engineer's standard submittal transmittal form available from the Engineer in electronic form for use by the Contractor go which will be given to the contractor prior to construction. Any submittal not accompanied by such a form, or where all applicable items on the form are not completed, will be returned for re- submittal. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken �r together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple -page ow submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittals to the Engineer and Owner. Unless otherwise specified, all colors and textures of specified items will be selected by the rr Engineer /Owner from the manufacturer's standard colors and standard materials, products, or equipment lines. 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. err The Owner will pay the costs and provide review services for a first and second review of to 1 -5 17 4/3/2002 3:50 PM Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods each submittal item. Additional reviews shall be paid by Contractor by withholdin g the appropriate amounts from each payment estimate. 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 may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. 1.7 Substitutions A. General 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 B. Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests must be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. C. 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. Requests made after 30 days beyond the notice to proceed, will not be considered. 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. 1.8 Owner Standard Locks and Keys All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall have locks provided and cored to match Owner standard lock and keys. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. 4/3/2002 3:50 PM 1 -6 A • City of Renton N. Talbot PS Rehab & Other Mods Spring 2002 Division 1- General 1.9 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and rr present proof of approval upon request. At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and M 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 M 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. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely effects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable ft conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. 1. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. irr 1.10 Temporary Facilities and Utilities The Contractor shall be responsible for construction and location of all field offices, all necessary water for construction - related fire protection, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes 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 0 1 -7 In 4/3/2002 3:50 PM Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods supplied. Electrical power is available at the site during construction. The Contractor may use existing power facilities as shown on the plans. If the Contractor requires additional power services beyond the capacity of the existing system then it shall be the Contractor's responsibility for installing temporary power service. Also, if power is required during equipment switchover that requires the building power to be de- energized then it is the Contractor's responsibility to provide temporary power for operating construction equipment as necessary. Sufficient lighting in the pump station must be available at all times. Temporary water is available at the site. The Contractor may use existing water as shown on the plans. 1.11 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on -site progress meetings at least bi- weekly and at other times as requested by Engineer or as required by progress of the work. The Contractor, Engineer, and all Subcontractors active on the site must attend each meeting. Contractor may at its discretion request attendance by representatives of its Suppliers, Manufacturers, and other Subcontractors. The Engineer shall preside at the meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings will be to review the progress of the work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems that may develop. During each meeting, the Contractor is required to present any issues which may impact his work, with a view to resolve these issues expeditiously. Agenda a. Review minutes of previous meetings. b. Review of work progress. C. Field observations, problems, and decisions. d. Identification of problems that impede planned schedule. e. Review of submittals schedule and status of submittals. f. Review of off -site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. m. Safety issues relating to work. n. Other business relating to work. 4/3/2002 3:50 PM im M 0 0 am City of Renton N. Talbot PS Rehab & Other Mods Spring 2002 Division 1- General 1.12 General Roles of Owner and Engineer The duties, responsibilities and limitations of the Owner and Engineer are set forth in the Standard Specifications and herein. In general, the Engineer will be available to the Owner throughout the bidding and construction period to assist the Owner. Such assistance will include: • Clarifications and interpretation during the bidding period. • Participation in Prebid and Preconstruction Conferences. • Review and coordinate submittal review. • Make interpretations and clarifications of Contract Documents during the construction period. • Attend regular on -site coordination meetings. • Participation in change order preparation. • Together with the Owner provide site inspections during the construction period. • Review construction payment applications and make recommendations for payment to the Owner. • Review change order proposals and make recommendations to the Owner. • Accept Contractor deliverables such as as -built data and O &M information and manuals. • Other Project Tasks assigned by Owner. The Owner will: • Issue Contract Documents. • Issue Addenda, if necessary. • Participate in the Prebid and Preconstruction Conferences. • Participation in interpretations and clarifications of Contract Documents during the construction period. • Together with the Engineer, provide site inspections during the construction period. • Approve and process all construction payment applications, change orders, and other Contract modifications. 1.13 Schedule of Values A. General This Section defines the process whereby the Preliminary and Detailed Schedule of Values are developed. 1 -9 4/3/2002 3:50 PM Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods B. Prelimina ry Schedule of Values The Contractor shall submit a preliminary Schedule of Values for the major components of the work in each Bid Schedule item at the Preconstruction Conference. The listing shall include, at a minimum, the proposed value for the following major work components: • Mobilization 3 (three) percent of Contract Price and Demobilization 3 (three) percent of Contract Price. • The total value of electrical and instrumentation work. • The total value of the heating and ventilation work. • The total value of structural and cabinetry work. • The total valve of mechanical and plumbing work. • The total valve of finishes work. • The total value of all other work not specifically included in the above items. The Contractor, Owner and Engineer shall meet and jointly review the preliminary Schedule of Values and make any adjustments in value allocations i� in the opinion of the Engineer and Owner, these are necessary to establish fair and reasonable allocation of values for the major work components. "Off loading" will not be permitted. The Engineer may require reallocation of major work components from items in the above listing if in the opinion of the Engineer such reallocation is necessary. This review and any necessary revisions shall be completed within 15 days from the date the schedule is submitted by the Engineer. C. Detailed Schedule of Values The Contractor shall prepare and submit a detailed Schedule of Values for each Bid Schedule item to the Engineer within 20 days from the date of the preconstruction meeting. The detailed Schedule of Values shall be based on the accepted preliminary Schedule of Values for major Work components. The Engineer shall be the sole judge of acceptable numbers, details and description of values established. If, in the opinion of the Engineer, a greater number of Schedule of Values items than proposed by the Contractor is necessary, the Contractor shall add the additional items so identified by the Engineer. The minimum detail of breakdown of the major Work components is indicated below. Greater detail shall be provided as directed by the Engineer. Mobilization and Demobilization 2. Scheduling and Reporting Electrical work shall be broken down into motor control center installation, conduit and raceway installation for electrical equipment, cable and wire installation for electrical equipment, electrical equipment installation, conduit and raceway installation for instrumentation equipment, instrumentation equipment installed, cable and wire installation for instrumentation installed, light fixtures, receptacles, and termination of wires at the telemetry panel. 4. Finishing work shall be broken down by each item requiring a finish. 4/3/2002 3:50 PM 1 -10 e e City of Renton N. Talbot PS Rehab & Other Mods Spring 2002 Division 1- General 5. Structural and carpentry work shall be broken down to interior door installment, exterior door installment, housekeeping pad construction, awnings, cable racks, and r fiberglass grating cover. 6. Mechanical and plumbing work shall be broken down to installment of pump control valve drain piping, pump control valve water pipe, installment of plumbing �r related to relocating the pressure transmitter and relocation of chemical metering pump. 7. Heating and Ventilation work broken down to ventilation fans, louvers, and heaters. n 8. All other Work not specifically included in the above items shall be broken down as necessary for establishment of pay and Schedule activity items. to The Contractor and Engineer shall meet and jointly review the detailed Schedule of Values within 5 days from the date the detailed schedule of values is submitted to the Engineer. The value allocations and extent of detail shall be reviewed to determine any necessary adjustments to the values and to determine if sufficient detail has been proposed to provide cost loading of the Project Overview Bar Chart schedule activities. Any adjustment deemed necessary to the value allocation or level of detail shall be submitted within 5 days from the date of the review meeting. 1.14 Application for Payment A. Preparation of Application • Present required information in typewritten form. • Execute certification by signature of authorized officer. • Use data from approved Schedule of Values. Provide percent complete and dollar value in each column for each line item for portion of work performed. Additional breakdown of the work contained in the contract may be required (and initiated during the preconstruction conference) in an agreed format between the Contractor, Owner and Engineer. • List each authorized Change Order as an extension on continuation sheet, listing „r Change Order number and dollar amount as for an original item of work. B. Submittal Procedures • Before submitting, meet with the Engineer and reach agreement on amount of progress made on each pay item covered by the proposal invoice as determined by the Schedule of Values. r • Submit three copies of each Application for Payment • Submit an updated progress schedule with each Application for Payment r • Payment Period: Submit at intervals stipulated in the Contract C. Substantiating Data • When Engineer requires substantiating information, submit data justifying dollar 0 1 -11 n 4/3/2002 3:50 PM Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods amounts in question. • Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description 4/3/2002 3:50 PM 1 -12 e e err o. m 0 H z P4 0 H w V) 0 U L14 WQ WW zA w� O r� L w o U wq O F-' O w O w O U O H z O �D O z H 0 v � U q 0 0 z O O O q q H q 1-4 q H Q 0 o o O v O W z p H H H W W o U a p w H o O U � pV H z q w o 0 U O O w O o o p -< Z H ,Wa w w z C7 z H 0 Z � 0 O O p q u u a PQ H a a M N Y 0 c a� w� 0 �O V a3 N P4 0 e� Zi� z� s. v o � N ir" to Q e N 1:H z w 1 0 o w � Q Z z o w v w O O U a z� W, � 0WA Ux� wo� �xzw o xwwz Q O W m �Q XU wx Q Q F. 'oz w � q o'g O z 64 US 'M , z° � io, q H 14 zoa 'd O H Z H o ��. �D �z w o, v W w a H z V) � 9gz� 0 5 � <WQz w�Aw F, � N 0 a �xz OW L4 (/) H �4 ew�a La �z P w x¢o O w w o >�Q � z w w �� � w xQyu O °zo U e N I= r"7 0 _ _ O k k m q G m O PT-4 k k q � 2 G k b « Q § _ 2 \ � E- ■§ §@a \zk m o /k � � . � Q 0 ° | q | k� ) 3 / / 0 E� 914 z / d 2 m \ k \ / / ] 4 \ w E� 0 d k z 0 0 \ o ®k` )B cu Qccs } _ oo � / & } B /0 \ \/ 0 ƒ % a.n Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods �w 1.15 Scheduling and Reporting A. General The scheduling of the work under the Contract shall be performed by the Contractor in accordance with the requirements of this Section. Where submittals are required hereunder, ■r the Contractor shall submit 2 copies, one each to the Engineer and Owner. B. Schedule Submittals .r The Contractor shall submit two schedule documents at the Preconstruction Conference which shall'serve as the Contractor's Plan of Operation for the initial 60 day period of the Contract Time and to identify the manner in which the Contractor intends to complete all .ir work within the Contract Time. The Contractor shall submit (1) a 60 day Plan of Operation bar chart, and (2) a project overview bar chart type plan for all work as indicated below. ■r 1. 60 Day Plan of Operation Bar Chart: During the initial 60 days of the Contract Time, the Contractor shall conduct Contract operation in accordance with the 60 day bar chart Plan of Operation. The bar chart so prepared and submitted shall .r show the accomplishment of the Contractor's early activities (mobilization, permits, submittals necessary for long lead equipment procurement, initial site work and other submittals and activities required in the first 60 days). 2. Project Overview Bar Chart: The overview bar chart shall indicate the major components of the project work and the sequence relations between major W components and subdivisions of major components. The overview bar chart shall indicate the relationships and time frames in which the various components of the Work will be made substantially complete and placed into service in order to meet as the project milestones. It shall show planned mobilization of plant and equipment, sequence of early operations, and timing of procurement of materials and equipment The construction schedule produced and submitted shall indicate a project completion date on or before the contract completion date. Sufficient detail shall be included for the identification of subdivisions of major components of such activities as (1) structural, (2) motor control center, (3) electrical, (4) ■rr instrumentation, (5) minor mechanical and plumbing work, (6) heating and ventilation, (7) finishes work, (8) demolition work, and (9) other important work for each major facility within the overall project scope. Planned durations and start dates shall be indicated for each work item subdivision. Each major component and subdivision component shall be accurately plotted on time scale sheets not to exceed 34 -inch by 60 -inch in size. Not more than four sheets shall be employed to represent this overview information. The Engineer and the Contractor shall meet to review and discuss the 60 -day plan of operations and project overview bar chart within 5 days after they have been submitted to the Engineer. The Contractor shall make corrections to the schedules necessary to comply with the Contract requirements and shall adjust the schedules to incorporate any missing information requested by the Engineer. Within 15 days of the initial project schedule review meeting, the Contractor shall have J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 1 -16 4/3/2002 3:50 PM r City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 1- General revised the original project overview bar chart schedule submittal to address all review comments from the original schedule review meeting and resubmit a revised project overview bar chart for the Engineer's review. The Engineer, within 14 days from the date that the Contractor submitted his revised schedule will either (1) accept the schedule and cost loaded activities as submitted, or (2) advise the Contractor in writing to review any part of parts of the schedule which either do not meet the Contract requirements or are unsatisfactory for the Engineer to monitor the project's progress and status or evaluate monthly payment requests by the Contractor. The Owner reserves the right to require that the Contractor adjust, add to, or clarify any portion of the schedule which may later be insufficient for the monitoring of the Work or approval of partial payment requests. No additional compensation will be provided for such adjustments or clarifications. A schedule which has been accepted by the Engineer becomes the current project construction schedule. The acceptance of the Contractor's schedule by the Engineer and Owner will be based solely upon the schedule's compliance with the Contract requirements. By way of the Contractor assigning activity durations and proposing the sequence of the Work, the Contractor agrees to utilize sufficient and necessary management and other resources to perform the work in accordance with the schedule. Upon submittal of a schedule update, the updated schedule shall be considered the "current" project schedule. Submission of the Contractor's progress schedule to the Owner or Engineer shall not relieve the Contractor of total responsibility for scheduling, sequencing, and pursuing the Work to comply with the requirements of the Contract Documents, including adverse effects such as delays resulting from ill-timed work. Following the acceptance of the Contractor's schedule, the Contractor shall monitor the progress of the Work and adjust the schedule each month to reflect actual progress and any changes in planned future activities. If at any time the Engineer considers the completion date to be in jeopardy because of any portion of the work falling behind schedule the Contractor shall provide a revised construction schedule. The Revised Construction Schedule shall show how the Contractor intends to accomplish the Work to meet the completion date. The form and method employed by the Contractor shall be the same as for the Initial Construction Schedule. Each schedule update submitted must be complete including all information requested in the original schedule submittal. Each update shall continue to show all work activities including those already completed. These completed activities shall accurately reflect the "as built" information by indicating when the work was actually started and completed. Neither the submission nor the updating of the Contractor's original schedule submittal nor the submission, updating, change or revision of any other report, curve, schedule or narrative submitted to the Engineer by the Contractor under this Contract, nor the Engineer's review or acceptance of any such report, curve, schedule or narrative shall have the effect of amending or modifying, in any way, the Contractor's obligations under this Contract. Only a signed, fully executed change order can modify these contractual obligations. The monthly schedule update submittal will be reviewed with the Contractor during a monthly construction progress meeting held on the twentieth (20th) work day of each J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 1 -17 4/3/20023:50 PM 10 it Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods rrr month. The goal of these meetings is to enable to Contractor and the Engineer to initiate appropriate remedial action to minimize any known or foreseen delay in completion of the Work and to determine the amount of Work completed since the previous month's schedule update. The status of the Work will be determined by the percent completion of each activity shown on the schedule. These meetings are considered a critical component of the overall monthly schedule update submittal and the Contractor shall have appropriate personnel attend. As a minimum, these meetings shall be attended by the Contractor's Project Manager and General Superintendent. Within seven ('7) working days after the monthly progress meeting the Contractor shall submit the Project Status Report as defined by the Paragraph 1.04 of this Section and the Contractor's Application for Payment. Within five (5) working days of receipt of the above noted revised submittals, the Engineer will either accept or reject the monthly update will be the basis for the Application for Payment to be submitted by the Contractor. If rejected, the update shall be corrected and resubmitted by the Contractor before the Application for Payment for to the update period can be processed. C. Schedule Constraints This project contains strict scheduling constraints. See demolition notes on Drawing No. D01 for scheduling constraints. D. Change Orders Upon approval of a change order as specified in Section 1.16, Modification Procedures, or upon receipt by the Contractor of authorization to proceed with additional work, the change we shall be reflected in the next submittal of the schedule by the Contractor. E. Project Status Reporting The Contractor shall prepare and submit monthly an updated Overview Bar Chart schedule of the major project components. It shall be limited to not more than four sheets which shall not exceed 34 -inch by 60 -inch (alternatively the contractor may submit a Microsoft Project 98 mpp file with the required information). The major project components shall be represented as time bars which shall be subdivided into various types of work including demolition, carpentry, structural, mechanical, plumbing, electrical and instrumentation installations. Each major component and subdivision shall be accurately time scale plotted consistent with the project overview bar chart specified above. In addition, a percent completion shall be indicated for each major component and subdivision. The Contractor shall amend the overview schedule to include additional detail required by the Engineer. The Contractor shall include additional information requested by the Engineer during construction. The Contractor shall prepare monthly written narrative reports of the status of the project M for submission to the Engineer. Written status reports shall include: 1. The status of major project components (Percent Complete, amount of time ahead or behind schedule) and an explanation of how the project will be brought back on schedule if delays have occurred. 4/3/2002 3:50 PM 1 -18 J: \data \REN \101- 032 \01 - design \Specs \technicals.dcc to City of Renton Spring 2002 rrf N. Talbot PS Rehab & Other Mods Division 1- General 2. The progress made on critical activities indicated on the Project Overview Bar Chart 3. Explanations for any work scheduled but not completed on critical path activities during the previous month. 4. Explanations for any schedule changes. 5. A list of the critical activities scheduled to be performed in the next two month period. 6. The status of major material and equipment procurement. 7. The value of materials and equipment properly stored at the site, but not yet incorporated into the work -in- place. 8. Any delays encountered during the reporting period. The Contractor may include any other information pertinent to the status of the project The Contractor shall include additional status information requested by the Engineer. 1.16 Modification Procedures A. Summary 1. Submittals. 2. Documentation of change in Contract Price and Contract Time. 3. Change procedures. 4. Execution of Changes Orders. 5. Correlation of Contractor submittals. B. Submittals 1. Submit name of individual authorized to receive change documents and to inform other parties concerned with changes in the WORK. 2. Change Order Form utilized by the City of Renton is included at the end of this section. C. Documentation 1. Maintain detailed records of work done on a Cost of the work basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the work. 2. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. 3. On request, provide additional data to support computations, including. • Quantities of products, labor, and equipment • Taxes, insurance and bonds. e J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 1 -19 4/3/20023:50 PM r Spring 2002 Division 1- General • Contractor's fee. City of Renton N. Talbot PS Rehab & Other Mods .r • Justification for any change in Contract Time. • Credit for deletions from Contract, similarly documented. 4. Support each claim for additional costs, and for work done on a Cost of the work basis with additional information: 4W 4/3/2002 3:50 PM 1 -20 ]: \data\REN \101- 032 \01 - design \Specs \technicals.doc • Origin and date of claim. • Dates and times work was performed, and by whom. • Time records and wage rates paid. r • Invoices and receipts for products, equipment, and subcontracts, similarly documented. D. Change Procedures 1. The Engineer will advise of minor changes in the work not involving an .r adjustment to Contract Price or Contract Time. 2. The Engineer may issue a proposal request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor shall prepare and .r� submit an estimate within 10 days. 3. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the work, with a statement describing the reason for the change, and the effect on the Contract Price and Contract Time with full documentation and, if appropriate, a statement describing the effect on work by separate or other Contractors. E. Execution of Change Orders 1. Execution of Change Order. Owner will issue Change Orders for signature of parties as provided in Section 1 -04.4 in the Standard Specifications. F. Correlation of Contractor Submittals 1. Promptly revise Schedule of Values section and Application for Payment forms section to record each authorized Change Order as a separate line item and adjust the Contract Price. •r 2. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and to resubmit. 3. Promptly enter changes in Project Record Documents. 4W 4/3/2002 3:50 PM 1 -20 ]: \data\REN \101- 032 \01 - design \Specs \technicals.doc City of Renton Spring 2002 6i N. Talbot PS Rehab & Other Mods Division 1- General 1.17 Testing, Startup and Operation A. Schedule The placing of all improvements in service shall consist of three parts: `Vesting'; "startup'; and "operation" Not less than 30 days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following. 1. Schedules for tests 2. Detail schedule of procedures for startup 3. Complete schedule of events to be accomplished during testing 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases B. Contractor's Responsibility 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, supplies, and labor necessary to efficiently complete the testing, startup, and operation. C. 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 examination 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. Final testing shall consist of individual tests and checks made on equipment intended to 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 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. All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structures, controls, and other items shall be as necessary to show proper system operation. Testing will be done by the Contractor in the presence of the Owner. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have been completed and approved by the Owner. e J: \data \REN \101 - 032 \01 - design \Specs \technicals.doc 1 -21 4/3/2002 3:50 PM ..r Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods +r. D. Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. �r Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. E. Operation At the time that the facility is ready to be put into operation, the contractor is to conduct an operation and maintenance training meeting with the owner to explain in detail the operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. 1.18 Operation and Maintenance Manuals Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Engineer 5 sets of acceptable manufacturers operating and maintenance instructions covering each piece of mechanical and electrical equipment, or �r equipment assembly, including coatings furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard- covered binder. Binders shall be equal to National 98- �` 381. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: 1. Complete as -built elementary wiring and one -line diagrams. ■rr 2. Recommended spare parts. 3. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. 4. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. 5. Recommended preventive maintenance procedures and schedules. W 6. Disassembly and re- assembly instructions. 7. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. 8. Recommended trouble- shooting and startup procedures. 4/3/20023:50 PM 1 -22 J: \dat2\REN \101- 032 \01 - design \Specs \technicals.doc City of Renton N. Talbot PS Rehab & Other Mods 9. Recommended step -by -step operating procedures. 10. All manufacturers' warranties. 11. Equipment specifications and guaranteed performance data. Spiing 2002 Division 1- General General manuals, which describe several items not in the contract, will not be accepted unless all references to irrelevant equipment is neatly eradicated or blocked out. 1.19 As- Constructed and Warranty Records Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As- Constructed" records to the Owner. Drawings shall be made on clean, unmarked prints for this project in accordance with the following standards: ey llow markings or highlights = deleted items red markings = new or modified items blue markings or highlights = items that are consistent with the design drawings (not changed) 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 Owners personnel to locate, maintain, and operate the finished product and its various components. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O & M Manual. Failure to provide acceptable documents will result in non - payment of the appropriate bid item in the schedule of prices. 1.20 Project Closeout A. General Final clean-up and project closeout (demobilization) shall be an element in the schedule of values. B. Final Cleanup The Contractor shall promptly remove from the vicinity of the completed work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the work by the Owner will be withheld until the Contractor has satisfactorily complied with the foregoing requirement for final cleanup of the project site. C. Closeout Timetable The Contractor shall establish dates for equipment testing, acceptance periods, and on -site instructional periods (as required under the Contract). Such dates shall be established not J: \data \RFN \101- 032 \01 - design \Specs \technicals.doc 1 -23 4/3/2002 3:50 PM D .r Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods less than one week prior to beginning any of the foregoing items, to allow the Owner, the Engineer, and their authorized representatives sufficient time to schedule attendance at such activities. D. Closeout Procedures Substantial Completion: 1. Submit the following: a. A written certification to the Owner that the project or designated portion of the project is substantially complete. b. A list of items to be completed or corrected. err 2. The Owner will make an inspection after receipt of Contractor's certification. rr 3. If it appears to the Owner that work is substantially complete: a. The Owner may request of and the Contractor shall prepare and submit to the Owner, a list of items to be completed or corrected as to determined by the inspection. b. If the Owner then considers the work to be substantially complete, to the Owner may issue a certificate of substantial completion, with appropriate conditions, accompanied by a list of the items to be completed and corrected, as verified and amended by the Owner. ar Omission of any item from the list shall not relieve the Contractor from responsibility to complete all the work in accordance with the Contract. M C. The Contractor shall complete all the work within the time designated in the certificate, or if not so designated, within a reasonable time. rr 4. Should the Owner consider the work is not substantially complete: a. He shall notify the Contractor, in writing, stating reasons; and b. Contractor shall complete work and send second written notice to the r.r Owner certifying that project or designated portion of project is substantially complete. ++� 5. Warranty periods begin with the date of final acceptance. However, in connection with any specific equipment certified by the Owner as completed and its use or operation thereof for its intended purpose is +�+ assumed by the Owner, the warranty period for such equipment shall begin with the beginning date of such use or operation. Final Inspection: err 1. Submit written certification that: a. Contract Documents have been reviewed. rr b. Work has been completed in accordance with Contract Documents. stir 4/3/2002 3:50 PM ow 1 -24 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc City of Renton N. Talbot PS Rehab & Other Mods Spring 2002 66 Division 1- General C. Equipment and systems have been tested in the presence of the Owner's representative and are operation. d. The project is completed, and ready for final inspection. 2. The Owner will make a final inspection within a reasonable time after receipt or certification. 3. Should the Owner consider that work is complete in accordance with requirements of Contract Documents, he shall request the Contractor to make project closeout submittals. 4. Should the Owner consider that work is not complete: a. He shall notify the Contractor, in writing, stating reasons, and listing specific items requiring correction. b. The Contractor shall take immediate steps to remedy the stated deficiencies, and send second written notice to the Owner certifying that work is complete. c. The Owner will reinspect work. Reinspection Costs: If the Owner is required to perform second inspections because of failure of work to comply with original certifications of the Contractor, the Owner will charge the Contractor for the costs incurred by the Owner, including consultant fees and they shall be paid by the Contractor. Closeout Submittals: 1. Project Record Documents 2. Warranties required by these specifications. 3. Owner's Manuals, as required by these specifications. 4. Delivery of spare parts, extra stock, and similar items. 5. At the close of the Contract, the Contractor shall: a. Pay all utility bills; and b. Remove all electrical, sanitary, gas, telephone, water, offices, and any other temporary service equipment that may remain. Release of liens or Claims: No Contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the Renton Standard Specifications. Final Adjustment of Accounts: 1. Submit final statement of accounting to the Owner. 2. Statement shall reflect all uncompleted adjustments: a. Additions and deductions resulting from: (1) Previous Change Orders J: \data \REN \101 -032 \01 - design \Specs \technicals.doc 1 -25 4/3/2002 3:50 PM aw Spring 2002 City of Renton Division 1- General N. Talbot PS Rehab & Other Mods (2) Unit Prices (3) Other Adjustments (4) Deductions for Uncorrected work (5) Deductions for Liquidated Damages wn b. Unadjusted sum remaining due. Final Application for Payment. The Contractor shall submit final application in accordance with requirements of Renton Standard Specifications. Final Certificate for Payment: 1. The Owner will issue final certificate in accordance with provisions of General Conditions. 2. Should final completion be materially delayed through no fault of the Contractor, the Owner may issue a final certificate for payment, in accordance with provisions of the Renton Standard Specifications and existing laws. Post - Construction Period: 1. Prior to expiration of one year from date of final acceptance, the Owner may make ■rr visual inspection of the project in company with the Contractor to determine whether correction of work is required, in accordance with the applicable provisions of the Renton Standard specifications. ow E. Maintenance and Guarantee The Contractor shall comply with the maintenance and guarantee requirements contained in err the standard specifications. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of repair work where required, and any repair or resurfacing constructed by the Contractor which becomes necessary by reason of such settlement shall likewise be considered as a part of such repair work unless the Contractor shall have +� obtained a statement in writing from the affected or public agency releasing the Owner from further responsibility in connection with such repair or resurfacing. The Contractor shall make all repairs and replacements promptly upon receipt of written trr order from the Owner. If the Contractor fails to make such repairs or replacements promptly, the Owner reserves the right to do the work and the Contractor and his surety shall be liable to the Owner for the cost thereof. ■r F. Bond The Contractor shall provide a bond to guarantee performance of the provisions contained rr in Paragraph "Maintenance and Guarantee" above, and the requirements of the standard specifications. �.r 4/3/2002 3:50 PM 1 -26 J: \data \REN\ 101- 032 \01 - design \Specs \technicals.doc wn 0 Division 2 Sitework 2.1 General This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. •• 2.2 Submittals Submittal information shall be provided for the following items: 1. Pipe Bedding 2. Topsoil to 3. Seed Mix 2.3 Protection and Restoration of Existing Facilities A. General The Contractor shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. The Contractor shall verify the exact locations and depths of all utilities shown and the Contractor shall make exploratory excavations of all utilities that may interfere with the work. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor's work. When such exploratory excavations show the utility location as shown to be in error, the Contractor shall so notify the Engineer. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. OW B. Existing Utilities and Improvements General: The Contractor shall protect all Underground Utilities and other improvements .r which may be impaired during construction operations. It shall be the Contractor's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other ar improvements are adequately protected from damage due to such operations. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be so necessary. Owner's Right of Access: The right is reserved to the owner and to the owners of public utilities and franchises to enter at any time upon any public street, right -of -way, or easement go for the purpose of making changes in their property made necessary by the work of this Contract to J: \data \REN \101 - 032 \01 - design \Specs \technicals.doc 2 -1 4/3/20023:50 PM +W Spring 2002 City of Renton► Division 2 - Sitework N. Talbot PS Rehab & Other Mods Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the Contractor prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the Contractor. Approval of Repairs: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. C. Restoration of Sidewalk Restoration of Sidewalks and Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction, the Contractor shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the Contractor shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 2.4 Construction Access The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. 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 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. 2.5 Excavation The Contractor shall excavate as necessary to construct the improvements shown or described in Appendix B. 4/3/2002 3:50 PM 2 -2 ):\ data\REN \101- 032 \01 - design \Specs \technicals.doc 46 City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 2 - Sitework ir. Excavation shall include the digging, scraping and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the improvements shown on the construction drawings or described in Appendix B. Excavation includes utility excavation for conduit 40 Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. Excavated material that is not used as fill shall be disposed off -site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Engineer. rExcavated material may be stockpiled within the construction limits. Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. 2.6 Pipe Bedding All fill placed below and around buried conduits shall be "Pipe Bedding ". The pipe r. bedding material has been selected to support the weight of the utility by distributing the load so that the completed utility and backfill system does not weigh more than the native material. In addition, the grain size has been selected so that the bedding will not migrate into the bottom of the trench. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. Bedding material shall surround the conduits to a minimum of 3 inches on all sides. The as remaining trench shall be restored with Native materials except for the last 6 inches which shall be topsoil. Bedding material shall conform with Section 9 -03.15 of the Standard Specifications. All bedding material shall bear on firm subgrade and be compacted to at 1W least 95 percent of maximum dry density based on the ASTM D -1557 test procedure. 2.7 Landscaping A. General This section includes labor, equipment, and materials necessary for reseeding the disturbed low grass area at the Highlands facility. B. Grass Seed The area disturbed during installment of the conduits at the Highlands facility shall be seeded. The available grass mixtures on the current market shall be submitted to the Owner for selection and approval. +w The Contractor shall notify the Owner not less than 24 hours in advance of any seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. The seed shall be applied by hand or broadcast spreader. The seed shall be incorporated into the top Y4 -inch of topsoil by hand racking. to Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untellable. n. J :\ data \REN \101 -032 \01 - design \Specs \technicals.doc 2 -3 4/3/2002 3:50 PM go Spring 2002 City of Rentonr Division 2 - Sitework N. Talbot PS Rehab & Other Mods Sri C. Topsoil The top 6 inches of the conduit trench shall be topsoil meeting the requirements herein. Topsoil shall be naturally occurring surface soil with a minimum sand content of 60 percent, shall have no evident rocks or debris over Y2inch, and shall have an acidity pH range of between 5.0 and 6.5 and an organic matter content of 10 by dry weight. Add dolomite limestone, if required, to obtain a pH range of 5.0 to 6.5. Limestone, if used, shall be finely ground, passing a minimum of 90% through the U.S. Standard No. 8 sieve and 20% through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory (exclude nitrogen, potassium and phosphorus). e 4/3/20023:50 PM 2 -4 J: \data \REN \101- 032 \01 - design \Specs \technicaLc.doc Division 3 Concrete 3.1 General This division covers that work necessary for furnishing and installing all concrete as frr described in these specifications and as shown on the plans. 3.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Concrete design mix & admixtures +rr 2. Special placement procedures for hot or cold weather 3. Schedule of surface finishes 10 4. Schedule of form inserts Concrete performance mixes shall be submitted to the engineer for approval a minimum of two weeks prior to placing any concrete. The performance mix shall include the aw amounts of cement, fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield and substantiating strength data in accordance with ACI 318 -99, Chapter 5. The use of a performance mix requires batch plant inspection, aw the cost of which shall be paid by the Contractor. Review of mix submittals by the engineer of record indicates only that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified so performance. 3.3 Inspection All formwork and reinforcing steel must be inspected and approved by the owner prior to placing any concrete. Provide 48 -hour notice to Owner prior to needing the required inspections. The contractor shall repair, replace or modify, as appropriate, any items noted in the Owner's inspection or the building department inspection. 3.4 Testing The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. The Contractor will coordinate all concrete testing. Costs will be paid by the owner in w accordance with UBC (1997) 106.3.5. Give the Owner 48 hour notice prior to concrete placement for testing coordination. If Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. If the Contractor schedules a concrete placement and does not notify the Owner of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the wr J:\data \REN \101- 032 \01 - design \Specs \technicals.doc 3 -1 4/3/20023:50 PM ii Spring 2002 City of Renton Division 3 - Concrete N. Talbot PS Rehab & Other Mods testing lab costs for an unnecessary trip. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing lab shall take a minimum of four samples. One for a 7 day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet design strength or to verify strength prior to form removal. 3.5 Concrete Materials Concrete shall be mixed, conveyed, and proportioned in accordance with UBC section 1905. The minimum amounts of cement and the maximum amounts of water may be changed if a concrete performance mix is submitted to the Owner for approval in accordance with the submittal requirements and the change is approved by the Owner. The performance mix shall include the amount of cement, fine and coarse aggregate, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the 1997 Uniform Building Code Section 1905, and the requirements of ACI 318 -99. Use of a performance design mix may require batch plant inspection by the owner. All concrete surfaces exposed to weather or standing water shall be air entrained with an air- entraining agent conforming to Table 19 -A -1 of the 1997 Uniform Building Code. Strength and mix criteria shall be as follows: A. Floor /Housekeeping Pads Cement - ASTM C -150 Coarse aggregate - ASTM C -33 Fine aggregate - ASTM C -33 Admixtures - ASTM C-494 28 day strength - 3000 psi minimum Fine aggregate ratio - 45 % max by weight Course aggregate limits - 7/8 inch maximum Entrained air ratio — 3.5% minimum to 6.5% maximum Slump - 5 inches maximum 3.6 Formwork Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Unless otherwise directed, coat contact surface of forms with colorless, non - staining, mineral oil that is free from kerosene, or other approved suitable material, to permit 4/3/2002 3:50 PM 3 -2 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc e .r City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 3 - Concrete satisfactory removal of forms without concrete damage. Forms shall remain in place until the concrete has developed sufficient strength to go withstand all live and dead loads without damage. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. W Do not allow water to flow through areas where forms are to be placed. During form construction and, prior to placement of concrete, keep footings and floor slab areas free of standing water. After form removal, remove all fins and projections and fill all holes and imperfections. Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4- inch in any 10 -foot length, and shall not exceed one inch over the entire length. . Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment rr and other permanent materials. Where construction joints are shown or implied on the contract drawings, and the contractor wishes to modify the construction joints, the contractor shall submit a written r. request to modify the location or quantity of the construction joints no less than 5 working days prior to placing the forms. 3.7 Reinforcing Steel Reinforcing steel requirements are listed below and detailed in the plans. �r Grade — ASTMA615 -2001, Grade 60 Detailing - ACI 318 -99 and ACI 315 -99 Lap requirements - See schedule • Tie wire - 16 gauge minimum Reinforcing steel shall be detailed in accordance with ACI 315 -99 and 318 -99. Lap all reinforcements in accordance with "the reinforcing splice and development length r schedule ". Provide corner bars at all wall and footing intersections. Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP -1 -80. Provide Class 1, plastic protected bar supports. Use pre -cast concrete .r blocks to support bars off ground. Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars No with kinks, improper bends, or reduced cross - section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack- welded or otherwise heated. Minimum Reinforcing Splice and Development Length Schedule 3,000 PSI Concrete #3 #4 #5 #6 #7 ##8 #9 Minimum Straight Development Length for Beams, Columns, and Walls. Top Bars 16 22 27 35 48 63 80 Other Bars 13 17 21 27 37 49 62 77 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 3 -3 W 4/3/2002 3:50 PM Spring 2002 Division 3 - Concrete 4,000 PSI Concrete Minimum Straight Development Length for Beams, Columns, and Walls. Top Bars Other Bars City of Renton No N. Talbot PS Rehab & Other Mods #3 #4 AS ##6 #7 ##8 #9 14 19 12 15 23 31 42 55 69 18 24 32 42 53 Grouted Masonry #3 #4 #5 #6 #7 #8 ##9 h inimum Lap Splice Length. 20" 24" 30" 36" 42" 48" 54" (Note: Lengths for epoxy- coated bars arr 1.5 times the lengths shown above.) 3.8 Cast -In -Place Concrete Discharge concrete shall be transported in a truck mixer at jobsite within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Waterproof curing materials shall conform to ASTM C -171 and liquid membrane - forming compounds shall conform to ASTM C -309. Placement shall be in accordance with 1997 UBC, Section 1905. Place no concrete when air temperature is below or expected to be 40 degrees during the 28 day curing period unless a low temperature has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28 day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or stone pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation and shall extend into the lower concrete lifts. Do not use vibrators to transport concrete within 4/3/2002 3:50 PM 3 -4 J: \data \REN \101- 032 \01 -design\specs \technicals.a« + +rr City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 3 - Concrete +wr forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. Fill rock pockets, form ties, and air holes in accordance with Section 6- 02.3(14)A of the Standard Specifications. At construction joints, thoroughly clean surface of existing concrete to remove laitance. up Apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations, or roughen existing concrete surface to expose aggregate uniformly, but not leave laitance, loosened aggregate particles, or damaged concrete at surface. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. At patches, repairs, and other areas requiring bonding of new to existing concrete, apply an approved bonding agent to existing concrete in accordance with manufacturer's recommendations. 4W Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. Handle concrete from mixer, ready -mixed truck, or from transporting vehicle to place of �rrr final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited in work. Deposit concrete continuously or in layers of such thickness that no concrete will be W deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by ow the Owner. 3.9 Embedded Items Position embedded items accurately, and support against displacement or movement during placement Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. 3.10 Restoration of Sidewalks Whenever sidewalks need to be disturbed or removed for purposes of construction, the iW Contractor shall replace that section of sidewalk. Sections of sidewalk impacted shall be sawcut at a tooled joint to provide a clean straight uniform edge on both ends of the sidewalk that will remain. An expansion joint shall be installed at one end of the interface of old and new sidewalk. New sidewalk shall be constructed to City standards. No ): \data\RF.N \101 -032 \01 - design \Specs \technicals.doc 3 -5 4/3/2002 3:50 PM Division 4 Masonry ri. 1. ASTM C -150, Portland Cement 2. ASTM C -476, Mortar and Grout for Reinforced Masonry. 3. ASTM C -404, Aggregate for Masonry Grout. rr 4. UBC 23 -24, Field Test for Grout and Mortar. 5. Slump: 8" min to 12" max. Grout shall be stockpiled to prevent contamination from foreign materials and the admixtures shall be stored to prevent contamination or damage from excess temperature change. Water to be used in mixing the grout shall be free from foreign materials. rr J: \data \RFN \101- 032 \01 - design \Specs \technicals.doc 4-1 4/3/2002 3:50 PM W 4.1 General to This division covers that work necessary for furnishing and installing all masonry as described in these specifications and as shown on the plans. 4.2 Submittals Submittal information shall be provided for the following items: 1. Masonry Mortar 2. Masonry Grout 4.3 Masonry Mortar Masonry mortar shall be used to properly level, position, bond together, seal irregularities, and provide a weather -tight joint between the concrete masonry units (CMU). Stockpile and handle aggregates to prevent contamination from foreign materials; store admixtures to prevent contamination or damage from excessive temperature changes; and keep water free from all foreign materials. The Contractor shall heat the mixing water when air temperature is below 40 degrees Fahrenheit (F) and heat aggregates when air temperature is below 32 degrees F to assure rrr mortar temperature between 40 degrees F and 120 degrees F until used. The Contractor shall produce subsequent mortar batches within plus or minus 10 degrees F of the first batch. The water or sand shall not be heated above 120 degrees F. Mortar shall be type "S ", minimum compressive strength of 1800 psi at 28 days, and comply with the standard specifications outlined in ASTM C -270S for unit masonry mortar. Cement shall be ASTM C -150 and lime shall be ASTM C -207. Proportion mortar by volume and mix in a standard mortar mixer operated in accordance with manufacturer's recommendations . Mix ingredients thoroughly in dry form and add water to bring the mixture to the proper consistency for use. Do not hand -mix mortar. 4.4 Masonry Grout ++� Masonry grout shall be used to fill all CMU cells that contain reinforcing steel. Masonry grout shall comply with the following specifications: ri. 1. ASTM C -150, Portland Cement 2. ASTM C -476, Mortar and Grout for Reinforced Masonry. 3. ASTM C -404, Aggregate for Masonry Grout. rr 4. UBC 23 -24, Field Test for Grout and Mortar. 5. Slump: 8" min to 12" max. Grout shall be stockpiled to prevent contamination from foreign materials and the admixtures shall be stored to prevent contamination or damage from excess temperature change. Water to be used in mixing the grout shall be free from foreign materials. rr J: \data \RFN \101- 032 \01 - design \Specs \technicals.doc 4-1 4/3/2002 3:50 PM W Spring 2002 City of Renton Division 4 - Masonry N. Talbot PS Rehab & Other Mods The masonry grout shall consist of one part Portland Cement to three parts masonry sand and one -tenth part lime per ASTM C-476 Fine Grout Standards. It shall have a minimum compressive strength of 2000 psi. A 4/3/2002 3:50 PM 4-2 J:\ data \REN \101 -032 \01 - design \Specs \technicals.doc m �w Division 5 Metals 5.1 General This division covers that work necessary for famishing and installing all metals as described in these specifications and as shown on the plans. W 5.2 Submittals Submittal information shall be provided for the following items: W 1. Structural Steel 2. Steel Connectors 3. Shop drawings for fabricated items 4. Stainless steel items err 5. Stainless steel hinges 5.3 Structural Steel Structural steel shall conform to the following requirements: Plates, shapes, angles, rods - ASTM A36, FY >_ 36 ksi r. Special Shapes, Plates - ASTM A572, FY >_ 50 ksi Pipe Columns - ASTM A53, Grade B Type E or S, FY >_ 35 ksi Structural Tubing - ASTM A500, Grade B, FY >_ 46 ksi All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by Washington Association of Building Officials (WABO) certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall be performed in accordance with the provisions of Section 6 of the Structural Welding Code, AWS D1.1, and section 1701 of the 1997 UBC. Shop welding requiring inspection or testing per UBC 1701 must be tested by a WABO - certified independent testing laboratory 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. 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 Steel for Buildings ", latest edition, plus all referenced code requirements. .r 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 "AISC Code of 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 shall be J:\ data \REN \101- 032 \01 - design \Specs \technicals.doc 5 -1 4/3/2002 3:50 PM Spring 2002 City of Renton Division 5 - Metals N. Talbot PS Rehab & Other Mods 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. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film. Where steel items to be welded are galvanized, galvanizing must first be removed by grinding with a silicon carbide wheel, by grit blasting or by sand blasting. 5.4 Steel Connectors All connection bolts shall be approved self load indicating types and shall be installed in strict accordance with the manufacturer's published recommendations. Connection bolts shall be load indicating bolts, Lejeune tension control bolts or equal. All bolts shall be selected to retain the strength of the structural member. Connection bolts — shall conform to requirements of ASTM A325 or ASTM A490. 5.5 Stainless Steel Stainless steel shall be type 304 (non - welded) or type 304L (welded). All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job. Plates - ASTM A240 Fasteners - ASTM F593 Extruded Structural Shapes - ASTM A276 Pipe - ASTM A240 (larger than 6" diameter); ASTM A312 (6" diameter and smaller) e 4/3/2002 3:50 PM 5 -2 J: \data \REN \101 -032 \01- design \Specs \technicals.doc Division 6 Carpentry Accurately cut and frame all lumber so that joints will have a close fit over entire contact surface. Secure lumber and piles in their proper alignment. No shimming will be permitted in making joints, nor will open joints be accepted. Bore holes in small timbers for boat or wire spikes with a bit of the same diameter or smallest dimension of the spikes, when necessary, to prevent splitting. Counterboring for counter- sinking shall be done wherever smooth faces are required. 6.4 Finish Carpentry Furnish all architectural woodwork shown on the drawings and specified herein. +r Architectural woodwork includes all exterior and interior non - structural woodwork exposed to view in finished project including shelving, millwork, trim, and plastic laminates. The "Quality Standards" of the Architectural Woodwork Institute shall apply and, by reference, are hereby made a part of this specification. Any reference to premium, custom, �r J: \data \REN \101 -032 \01 - design \Specs \technica1s.doc 6 -1 4/3/2002 3:50 PM W10 6.1 General This division covers that work necessary for furnishing and installing all carpentry as M described in these specifications and as shown on the plans. 6.2 Submittals Submittal informati on shall be provided to the Owner for the following items: 1. Structural Wood io 2. Wood Sheathing 3. Fasteners and Hardware 6.3 Structural Carpentry Structural lumber shall conform to all applicable sections of the National Bureau of 10 Standards, Product Standard PS -20 -70 and the National Design Specification for Wood Construction published by the National Forest Products Association. In addition, all lumber shall exceed the design values listed in the latest, revised edition of the UBC. Structural lumber shall be of the nominal dimensions shown on the plans and shall not exceed 19 percent moisture content when installed. All pieces shall be Douglas Fir No. 2 grade, S4S, FB -1200 psi minimum. All wood members which contact concrete or masonry shall be pressure treated. Accessories including bolts with necessary nuts and washers, timber connectors, drift pins, M dowels, nails, screws, spikes, and other metal fastenings shall conform to ASTM A -307. Washers shall be malleable iron. Bolts shall be provided with washers under nuts. Nails shall be round wire of standard form. Spikes shall be button -head boat spikes. Galvanize bolts, dowels, washers, spikes, and other hardware, including nails, in accordance with ASTM A -153. Accurately cut and frame all lumber so that joints will have a close fit over entire contact surface. Secure lumber and piles in their proper alignment. No shimming will be permitted in making joints, nor will open joints be accepted. Bore holes in small timbers for boat or wire spikes with a bit of the same diameter or smallest dimension of the spikes, when necessary, to prevent splitting. Counterboring for counter- sinking shall be done wherever smooth faces are required. 6.4 Finish Carpentry Furnish all architectural woodwork shown on the drawings and specified herein. +r Architectural woodwork includes all exterior and interior non - structural woodwork exposed to view in finished project including shelving, millwork, trim, and plastic laminates. The "Quality Standards" of the Architectural Woodwork Institute shall apply and, by reference, are hereby made a part of this specification. Any reference to premium, custom, �r J: \data \REN \101 -032 \01 - design \Specs \technica1s.doc 6 -1 4/3/2002 3:50 PM W10 Spring 2002 City of Renton Division 6 - Carpentry N. Talbot PS Rehab & Other Mods 4 or economy in this specification shall be defined as the latest edition of the AWI "Quality Standards ". Discard material with defects which might impair the quality of work, and units which are too small to fabricate the work with minimum joints or optimum joint arrangement Set carpentry work accurately to required levels and lines, with member plumb and true and accurately cut and fitted. Securely attach carpentry work to substrates by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work and fill holes. Use common wire nails or finishing screws, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will received finish materials. Make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. Provide adequate end and edge distances. Install hardware specified or required to complete the project Adjust movable parts to operate perfectly at time of final acceptance. Make further adjustments required during 1- year guarantee period. All finish carpentry shall be finished as specified in the "Finishes" division. 6.5 Wood Sheathing Wood sheathing shall be C -D exposure 1 or better APA rated plywood or particleboard. Provide 2x flat blocking (per General Structural Notes) at all unframed panel edges. Nail sheathing at framed panel edges, trusses and diaphragm boundaries with minimum 8d nails at 4 inches on center. Nail all other panel edges with minimum 8d nails at 6 inches on center. Nail sheathing at all intermediate supports with minimum 8d nails at 12 inches on center. Blocking and nailing shall conform with UBC tables 25 J-1 through 25 -K -2 for the loads described in the General Notes. 6.6 Metal Framing Anchors or Hangers Metal framing anchors or hangers shall be manufactured from hot -dip, zinc- coated steel sheet complying with ASTM A -653, G60 (ASTM A 653M, Z180) coating designation; structural, commercial, or lock - forming quality, as standard with manufacturer for type of anchor or hanger indicated on the Plans. 4/3/2002 3:50 PM 6 -2 J:\ data\REN \101 -032 \01 - design \Specs \technicAs.doc 16 W Division 7 Thermal and Moisture Protection 7.1 General This division covers furnishing all labor, materials, and equipment for providing a structure which is completely weather - tight. 7.2 Submittals Submittal information shall be provided for the following items: 1. Caulk 2. S3 -Tab Asphalt Shingles 3. Rain Gutters and Downspout i 7.3 Caulking Caulk all joints and spaces necessary to provide a completely weather -tight product. Apply caulking in strict accordance with manufacturer's directions. Assure that all surfaces to be sealed are clean of dust, oil, dirt, form - releasing or concrete - curing agents, W and water. Concrete shall be cured for 28 days prior to application of sealant and caulking. Where necessary to provide a suitable backstop and bond breaker, tightly pack with polyethylene foam. Rope the back of grooves, leaving a minimum depth of 1/4 inch for sealant. Prime surfaces as recommended by manufacturer. io Apply caulking with gun using nozzle of correct size for joint, forced into grooves with sufficient pressure to expel all air and completely fill groove. Finish cured caulking uniformly and flush with adjoining surfaces. Seal around entire perimeter of openings. r Do not apply sealant to wet or frosted surface. Apply silicon sealant at temperature above 45 degrees Fahrenheit. Clean all adjoining surfaces of excess sealant, smears, or marking due to application and rr leave joints with neat, uniformly -filled surfaces. 7.4 3 -Tab Asphalt Shingles Work covered in this section consists of furnishing all labor, material, and equipment for 3 tabbed asphalt shingle roofing and underlayment as shown on the Plans and as specified herein. 3 tab shingles shall be equal to Malarkey Roofing Company #230 Alaskan SBS w Modified Shingles. All shingles shall be applied over underlayment, equal to Malarkey Right Start UDL, or +� approved equal. Roof underlayment shall be dry and free of defects prior to the installation of finish roofing. Apply underlayment below shingles, single -ply, lapped shingle fashion, 3 -inch head laps and 6 -inch side laps. Install no more underlayment than �+ can be covered by finished roofing in the same day. Shingles should be attached to decking by approved fasteners and comply with bundle J: \data \REN \101- 032 \01 - design \Specs\technicals.doc 7 -1 4/3/2002 3:50 PM i Spring 2002 City of Renton Division 7 - Thermal and Moisture Protection N. Talbot PS Rehab & Other Mods printed instructions as well as the current Malarkey Specifications. Edges, hips, valleys, eaves, rakes, and miscellaneous flashing shall be provided as necessary for a complete waterproof installation. The Roofer shall be regularly engaged in construction of quality roofs and shall have successfully provided work similar to the type shown on the Plans and specified herein on previously completed projects. The accepted system manufacturer shall approve the Roofer to install roofing. Materials shall be purchased directly from the manufacturer's commercial department to verify that the contractor is approved by the system manufacturer to install the roofing system specified. Follow all manufacturers' recommendations regarding product delivery, storage, and handling of materials. Provide special protection from heavy traffic on completed work. Restore to original condition, or replace work or materials damaged during handling of roofing materials. Construction and fabrication of asphalt roofing shall comply with ASTM D 3018 -90 Type I, ASTM D 3462 -97a, ASTM E 108 -91a, and ASTM D316 -97a Type 1. All materials shall be provided by one manufacturer and conform to the UBC. The Owner will select the roofing color from manufacturer's standard offering of not less than five colors. 1. Composite Roof System - The roofing contractor shall warrant the roof rystem provided under this contract against leakage, and defects in materials and workmanship for a period of two years after date of project acceptance. The roofing system manufacturor shall pmvide a warranty for the roof system against leakage and defects in materials for a period of eight years after the mofing contractor warranty eVi %c Following roof installation, supplier shall furnish services of a qualified manufacturer's representative to inspect the roof and inform Owner of any defects or concerns regarding condition of roofing system at the job site. Contractor shall provide repair as necessary to the satisfaction of the manufacturer representative at Contractor's expense. Upon resolution of any defects or concerns (if any), manufacturer's warranty shall then be in full effect The finished roofing system shall be free from leaks, permanent discoloration, and system degradation for the warranty period. 7.5 Seamless Aluminum Rain Gutters Seamless aluminum rain gutters complete with downspouts and splash blocks shall be installed as shown on the plans. Gutters shall be constructed of seamless aluminum, 0.027" sheet thickness and formed on site. Gutters shall be attached to rafters or fascia board with hidden hangers. Gutters and downspouts shall be equal to those provided by Custom Bilt Metals, Inc. Gutters shall be provided with a baked enamel finish applied in the factory. The Owner shall choose the gutter configuration /shape and downspout color from a minimum of 3 configuration /shapes and 20 colors. 4/3/2002 3:50 PM 7 -2 ): \data \REN \101 -032 \01 - design \Specs \technicals.doc �r Division 8 Doors and Windows =1 8.1 General This division covers furnishing all labor, materials, and equipment necessary for providing an interior door with window and frame, and replacing the exterior doors. 8.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Interior Door with window 2. Exterior Doors 3. Skylights to 4. Builders Hardware 8.3 Interior and Exterior Doors A. General Doors shall be of flush construction, fabricated from 18 gauge steel minimum, 1 -3/4 inch thick. Doors shall be insulated with a solid polyurethane or urethane foam core. Reinforce hinge and lock areas. Mount door using three hinges. B. Door Frames Door frames shall be 14 -gauge galvanized steel, as manufactured or recommended by the door supplier specifically for the door installed. Frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, and seismic loads. The door frame for the exterior doors are existing and shall be reused. The Contractor may replace the door frames at no extra cost to the City for their convenience as long as the replacement frame is approved by the Owner. Prior to performing the work on the replacement doors the Contractor shall examine the conditions of the existing frames to determine the location and size of the existing hinge �r cuts. The Contractor shall order doors with the hinges located to match the hinge cuts on the existing door frame. C. Door Accessories Provide door accessories as noted on the Door Schedule in the Plans. Equip interior windowed doors with factory- installed glass. Window glass shall be tempered and double - paned. Windows shall have an opening size of 36 inches high by 24 inches wide. �r D. Door Hardware Provide door hardware as noted on the Door Requirements in the Plans. +rr Door hinges shall be fabricated using polished and plated steel and shall be equipped with J: \data \KEN \101 - 032 \01 - design \Specs \techniads.doc 8 -1 4/3/2002 3:50 PM =1 Spring 2002 Division 8 - Doors and Windows City of Renton N. Talbot PS Rehab & Other Mods permanently lubricated ball bearings. Hinges shall provide 180 - degree rotation of the door. Hinges exposed at the interior of the building shall be removable. Hinges shall be heavy duty type that match the dimensions of the existing notch out in the metal frame. Key cylinders shall utilize the Owners standard core and key. The key cylinder shall fit all exterior locking hardware and shall be equal to Best I Series rim cylinders (no substitutes accepted), and shall automatically lock when the door is closed. A vandal- resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. Exterior double doors with dead bolt locks shall use a 1 inch bolt throw, with concealed mounting screws, and a satin chrome finish. The dead bolt shall be thrown or retracted by a key on the outside and by a thumb knob on the inside. The dead bolt lock shall be equal to Best Series 67T deadlock series. Exterior doors with push /pull hardware shall use a push plate mounted on the inside of the door and a pull with plate mounted on the outside of the door. Plates shall be 4 inches wide by 16 inches high. Push /pull hardware shall be fabricated from stainless steel. Exterior single doors with panic exit hardware shall use the touchbar style design and shall be equipped with a rim (center) type latch. Panic exit hardware shall have a satin chrome finish. Thresholds shall be fabricated from extruded aluminum. All doors shall have a doorstop and holder fabricated from aluminum or stainless steel. Strike shall be wall or floor mounted and provide automatic doorstop and hold with quick release. Doorstop for interior doors shall be a wall- mounted concave rubber bumper with a stainless steel or aluminum mounting plate. Provide automatic door closers as noted on the Door Schedule in the Plans. Automatic door closers shall be equal to Rixson M2000 Series door closures. Model shall match application /door type shown on the plans. Closer cases shall be one -piece cast iron and have independent valve for latch, closing speed and backcheck. Door closure finish shall match that of the door hardware and fabricated using polished and plated steel. Closer shall have a full metal cover and maximum projection 2 -5/8 -inch. Closer shall be UL listed for fire door rating. Provide exterior door closer with cold weather fluid. E. Door Installation Set frames plumb, rigid, and in alignment; fasten to retain position and clearance during renovation of the wall. Install spreaders to prevent distortion of frame during construction. Secure frames with approved fasteners. Hang door in the frames and apply hardware in a neat, secure manner so that the doors will operate without dragging or binding. All doorjambs shall be filled with caulking as specified in Section 7.3, "Caulking ". 8.4 Door Labels Provide door labels as listed below. a. Provide a door label on the pump room side of the proposed door. The door 4/3/2002 3:50 PM 8 -2 J: \data \KEN \101- 032 \01 - design \Specs \technicals.doc P, go City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 8 - Doors and Windows rrr label shall read "ELECTRICAL ROOM ". Locate top of label 1" below the bottom of the door window. b. Provide a door label on the electrical room side of the proposed door. The door label shall read "PUMP ROOM ". Locate top of label 1" below the bottom of the door window. wr c. Provide a door label on the exterior side of the proposed replacement door to the electrical room. The label shall read "ELECTRICAL ROOM". Locate center of label between T -0" and Y -6" above finished grade. d. Provide a door label on the exterior side of the proposed replacement door to the pump room. The label shall read "PUMP ROOM ". Locate center of label so between Y -0" and Y -6" above finished grade. Door labels shall be 2" tall font, easily readable at 20' from door. Labels shall be engraved PVC, with blue plate and white lettering. Labels shall be securely attached to the door with stainless steel metal screws. All door labels shall be centered on the width of the door. AW 8.5 Skylights Dome panel type designed for curb mounting. Skylight shall be constructed of a clear, translucent, type CC2 acrylic plastic. The acrylic dome shall conform to AAMA 1601.1 — gr 1976 for a design load of 40 psi live load and withstand an impact of 100 foot pounds. Anchoring of skylights shall be via four (4) latch style hold down fasteners accessible only from the inside of the building. Frame shall be of aluminum construction and include an integral condensation gutter with exterior drip and drainage openings. Frame shall be coated per the finishes division, include factory Kynar finish, or be anodized. Color shall to match project color scheme. Install per manufacturer's instructions. Dome panel skylights shall be equal to those manufactured by Architectural Specialties, Inc. www.archsp.com. M J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 8 -3 ow 4/3/2002 3:50 PM da 60 Division 9 ' Finishes 9.1 General This division covers that work necessary for providing all materials, equipment, and labor rr to coat all items in accordance with these specifications. Coating shall be done strictly in accordance with manufacturer's instructions and in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section r of this Division must be met, regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturers printed instructions. W Provide adequate ventilation and lighting at all times. 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. In addition, provide as one unbroken gallon container of each type and color of paint and each type of solvent and thinner used. Store paint supplies as approved by the Owner. rw All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) certified for contact with potable water. Certification from the NSF shall be supplied in writing at the time of the submittal process for Finishes. Contractor shall be responsible for verifying all finishes used on the project are compliant with primary and secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. ow 9.2 Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers aw 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. Provide Material Safety Data Sheets for all materials to be used +r including solvents. Provide 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 owner with schedule of coating operations, .. inspection timing, and color charts for selection. Coating inspections will be scheduled based upon contractor- provided schedule, update schedule weekly or as necessary. 9.3 Items to be Painted 1. Proposed Interior Door and frame; 2. Interior and Exterior Sides of the Proposed Doors to Pump Room and Proposed Electrical Room including the frames; 3. The existing Electrical Cabinet and Conduit located on the exterior of the building between the entrance doors to the Pump Station; 4. The interior and exterior sides of the Existing Emergency Conductors entrance door; 5. The entire ceiling of the pump room and proposed electrical room after all rr J: \data \REN \101 - 032 \01 - design \Specs \technicals.doc 9 -1 4/3/2002 3:50 PM 60 Spring 2002 Division 9 - Finishes electrical work has been complete; 6. All exposed conduit installed this contract; 7. Concrete walls in the pump pit area; 8. Mechanical piping and pumps; and 9. Pump columns. 10. Framing of skylights. City of Renton N. Talbot PS Rehab & Other Mods 9.4 Surface Preparation and Application Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications, whichever are stricter. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures shall be within 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. Contractor shall take any and all measures necessary to prevent over- spray. Should over - spray occur, the contractor is responsible for all costs associated with any damage that occurs as a result of over - spray. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. 9.5 Coating Quality 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 Engineer prior to bid deadline. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All request for .substitutions shall include complete test reports to prove compliance with specified performance criteria. Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified in paint schedule herein shall govern. 9.6 Waste Products The contractor shall be responsible for the collection, containment, transportation, and disposal of all waste products generated for this project. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. The Contractor is responsible for repairing any damage due to overspray. 4/3/2002 3:50 PM 9 -2 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc e e �. City of Renton N. Talbot PS Rehab & Other Mods M so rr in 9.7 Color All colors will be as selected and approved by Owner. 9.8 Materials Spring 2002 Division 9 - Finishes A. Metals (Interior) Surface preparation SSPC -SP -6 (commercial blast) Primer - One coat Tnemec Series 66 Hi -Build Epoxoline 3 to 5 mil DFT Finish - One coat Tnemec Series 66 Hi -Build Epoxoline 3 to 5 mil DFT Note. Do not coat aluminum or stainless steel unless otherwise noted on plans. B. Metals (Exterior) Surface preparation SSPC -SP -6 (commercial blast) Primer - One coat Tnemec Series 66 Hi -Build Epoxoline 3 to 5 mil DFT Finish - One coat Tnemec Series 73 Endura Shield III 3 to 5 Mil DFT Note. do not coat aluminum or stainless steel unless otherwise noted on plans. C. Pumps, Pump Columns, Valves, Valve Actuators and Piping Pumps, pump columns, valves, valve actuators and piping will remain in service (full of cold potable water) during coating application. The Contractor is responsible for provided the labor, materials, and equipment necessary to properly prepare the atmosphere in the pump station for painting surfaces under these conditions. Fans shall continuously blow air on the piping during curing of primer and finish coat to eliminate condensation. Surface preparation SSPC -SP -3 (Power Tool Clean) to remove existing coatings. For ductile iron pipe use surface preparation SSPC -SP -3 to remove asphalt coating. Primer - One coat Tnemec Series 576 Omnithane 3 to 5 mil DFT Finish - One Coat Tnemec Series 571 Omnithane semi -gloss 3 to 5 mil DFT Note: do not coat electrical motors unless noted otherwise on the plans D. Wood (Exterior) Surface preparation — clean and dry J: \data \REN \101 -032 \01 - design \Specs \technicals.doc 9 -3 4/3/2002 3:50 PM Spring 2002 City of Renton Division 9 - Finishes N. Talbot PS Rehab & Other Mods Primer — One coat Pittsburgh Sun -Proof Flat (72 -line) latex 2 to 3 mil DFT Finish — One coat Pittsburgh Sun -Proof Flat (72 -line) latex 2 to 3 mil DFT E. Concrete (Pump Pit Walls and Pump Station Ceiling) Surface preparation — remove all loose paint and foreign materials by scraping or sanding with medium grit sandpaper, clean, dry, and remove all construction dust Primer - One coat Tnemec Series 66 Hi -Build Epoxohne 4 to 6 mil DFT Finish - One coat Tnemec Series 66 Hi -Build Epoxoline 4 to 6 mil DFT F. Concrete Floors and Exposed Housekeeping Pad Surfaces Surface preparation — remove all loose paint and foreign materials by scraping or sanding with medium grit sandpaper, clean, dry, and remove all construction dust Prime - One coat DuPont 25P Epoxy /Amine Modified Polyamide 3 mils DFT Finish - One coat DuPont 25P Epoxy /Amine Modified Polyamide with a nonskid granular material as recommended by the coating manufacturer and approved by the Owner. 5 mils DFT 9.9 Inspection The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24 -hour notice prior to surface inspection needs. For metals exposed to exterior atmospheric conditions, first coat of paint or pruner must be placed within four (4) hours of passing inspection. Bare steel must be reblasted and reinspected if not successfully coated within this four hour time frame, at the 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. 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 repaired or recoated in accordance with the manufacturers recommendations. Finish coats shall be uniform in color and sheen. Surface preparations and coatings not inspected and approved by owner will be uncovered for inspection and approval at no additional cost to the owner. 4/3/20023:50 PM 9 -4 J: \data \REN \101 -032 \01 - design \Specs \technicals.doc A e e ., City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 9 - Finishes The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable rr instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it Contractor shall inspect the completed coating on metal surfaces in the presence of the �r Owner for pinholes and holidays with a tinker and rasor or other low voltage (under 100 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 aw prior to performing test. A technical representative from the painting manufacturer shall review the completed W 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. 9.10 Compatibility of Coating The Contractor shall be responsible for compatibility of all paint products. +ern 9.11 Acceptance 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. err tw J: \data \REN \101 - 032 \01 - design \Specs \technicals.doc 9 -5 C_7 4/3/2002 3:50 PM Division 10 Specialties 10.1 General This division covers that work necessary for fabricating and installing all furnishings and r accessories as described in these specifications and as shown on the Plans. 10.2 Submittals WM Submittal information shall be provided to the Owner for the following items: 1. Fire Extinguishers ow 2. First Aid Kit 3. Fiberglass Reinforced Plastic Grating rrr 4. Water Hose, Rack, and Nozzle 10.3 Fire Extinguisher Provide portable, wall- mounted, 10- pound, dry - chemical fire extinguisher for each location as shown on the Plans. Install extinguisher no higher than 5 -feet above floor and in accordance with applicable codes. Extinguisher shall be listed and approved by Underwriters Laboratories. The fire extinguisher shall contain a dry chemical agent which is effective in extinguishing Class A, B, and C fires (tri- class), and shall be rated 2A10BC or equal. or 10.4 First Aid Kit Provide first aid kits at the locations shown on the Plans with the following items 4W minimum: 2 packages adhesive bandages, 1 inch (16 per package) to 1 package scissors and tweezers (1 per package 1 package bandage compress, 4 inch (1 per package) 1 package antiseptic soap or pads (5 per package) 1 package triangular bandage, 1 inch (1 per package) 1 package iodine swabs 1 package iodine swabs (10 per package) ,r 1 package ammonia inhalants (10 per package) 1 package bandage compress, 2 inch (4 per package) Contain kit in a dust - proof, weatherproof, moisture- proof, 20 -gauge steel cabinet with gasketed lid. Steel finish shall be baked enamel. Provide cabinet with wall mounting brackets. Cabinet cover shall fold down to provide a shelf, and shall be attached to cabinet by a continuous piano -type hinge. Border shall be red with white body, red lettering, cross and arrow. The kit shall have reorder information clearly marked on it J: \data \REN \101- 032 \01 - design \Specs \technic2ls.doc 10 -1 4/3/20023:50 PM 11�I1 Spring 2002 City of Renton Division 10 - Specialties N. Talbot PS Rehab & Other Mods Install first aid kit no higher than 5 -feet above finished floor. 10.5 Water Hose, Nozzle, and Rack Provide and install 3/4 -inch ID 50 -foot length commercial water hose as shown on the Plans. Hose: equal to Swan Commercial Grade Heavy -Duty Rubber /Vinyl Reinforced Water Hose. Provide one adjustable pattern brass nozzle with 3/4 -inch threads for each water hose provided. Provide one rigid stainless steel hose rack for each water hose provided. Mount securely to wall in locations shown on the Plans. 10.6 Fiberglass Reinforced Plastic (FRP) Grating All FRP grating with a clear span of 48 inches or less shall be a fiberglass reinforced composite molded with smooth mold surfaces. All bearing bars and cross -bars of the grating shall be molded at the same time into a one -piece construction. All FRP grating with a clear span of greater than 48 inches shall be manufactured from thermally cured pultruded structural load and tie bar components. The load bar shall be formed using continuous strand roving and an outside covered with a continuous strand mat and a W resistant synthetic surfacing veil. Mechanical and bonded intersection shall be provided between the load and tie bar components. Every end of every load bar must be structurally supported. The supplier shall be required to supply a copy of the ICBO report or test report from an independent testing laboratory showing ASTM -E84 flame spread and structural properties, including deflection. Test results must be less than two years old. ASTM -E84 flame spread must be less than 30. Deflection must be less than span length /100 or Y4 inches maximum. All finished surfaces of FRP items and fabrications shall be resin -rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. All grating products shall have a tested flame spread rating of 25 or less per ASTM E -84 Tunnel Test. Gratings shall also have tested burn time of less than 30 seconds and an extent of burn rate of less than or equal to 10 millimeters per ASTM D635. Grating bars shall have a skid - resistant walking surface. Grating shall be fabricated or ordered in such a manner that minimal field cutting or drilling is required. All cut or damaged edges shall be sealed with a resin sealant of equal or superior corrosion resistance to the grating. Panels shall be fabricated and installed in strict accordance with the manufacturer's recommendations. Except as otherwise noted on the plans, grating must be structurally capable of supporting a working load of either 100 psf or a point load of 500 pounds at any point on the grating, whichever is more critical. e 4/3/2002 3:50 PM 10 -2 J:\ data\REN \101- 032 \01 - design \Specs \technicals.doc r City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 10 — Specialties Attachment between grating and supporting members below grating shall be made with a minimum of four stainless steel clips per panel. All mechanical grating clips shall be +r manufactured of Type 316SS (stainless steel). All supporting members shall be Fiberglass Reinforced Plastic structural shapes. rrr J:\ data \REN\ 101-032\ 01 - design \Specs \technicah;.doc 10 -3 WN 4/3/2002 3:50 PM M Division 11 O Equipment 11.1 General This division covers that work necessary for providing and installing all equipment as described in these specifications and as shown on the plans. 11.2 Submittals W Submittal information shall be provided for the following items: 1. Heater in Electrical Room Or 2. Heater in Pump Room 3. Dehumidifier 4. Ventilation fan in Electrical Room 5. Ventilation fan in Pump Room ,ow 6. Louver, damper, and motor in Electrical Room 7. Louver, damper, and motor in Pump Room 8. Thermostats 11.3 Heating, Ventilating, and Air- Conditioning A. Space Heaters 1. Air element type heater. err 2. Supply size and type as shown on the Plans. 3. Provide disconnect switch and wall- mounted thermostat temperature as described on W the Plans, and a mounting bracket. Provide an interpose relay in the ventilation control panel if required for interface between the thermostat and the heater unit. 4. Control: A thermostat located as shown on the Plans shall control the heater. B. Dehumidifier The dehumidifier units shall consist of a hermetically sealed refrigeration -type compressor and cooling coils that uses R134a refrigerant (CRC free). Minimum capacity of unit shall exceed 25 pints of condensate per day at 65 degrees Fahrenheit and a relative humidity of 70 percent. Provide unit with an adjustable automatic humidistat and automatic defrost system that uses a hot gas valve to defrost the coils. Provide unit with drain connections for removal of condensate to a drain system. The unit shall have an air filter system. Provide two replacement air filters at the completion of the project. The Contractor shall provide sufficient length of 1/2-inch braided vinyl drain hose to reach from the dehumidifier to the nearest drain in the pump station. Remove caster wheels and install unit on shelve as shown on the Plans. 0 J: \data \REN \101 -032 \01 - design \Specs \techricals.doc 11 -1 IM 4/3/2002 3:50 PM Spring 2002 City of Renton Division 11- Equipment N. Talbot PS Rehab & Other Mods See plans for make and model of the dehumidifier unit. C. Wall Ventilators 1. Provide direct - drive, axial -type wall ventilators suitable for mounting as shown on the Plans. 2. Ventilators shall deliver the specified airflow at 0 inch static pressure. 3. Size and control ventilators as shown on the Plans. 4. Provide a disconnect switch for each unit. 5. Provide shutters fabricated from aluminum and mounted inside wall opening. 6. Shutter blades shall be counter - balanced to open easily and shall pivot on nylon bearings. 7. Provide a 1 -inch FRP drain with isolation valve to drain ventilator /housing. D. Louvers, Dampers, and Shutters 1. Combination louvers shall be constructed of 18 gauge aluminum with a stationary step blade mounted in the front and an adjustable blade mounted in the rear. Axles of adjustable blades shall be sintered bronze bushings with a locking push rod for manual operation. Provide an automatic operator when required. Provide a corrosive resistant bird screen on rear of unit. Louvers shall be drainable when specified on the Plans. The bottom joint between the louver and the building shall not be chalked to provide a place for water to drain. 2. Louvers shall be constructed of 18 gauge aluminum with blade configuration and frame style as identified by the part number on the Plans. Provide a corrosive resistant bird screen on rear of unit. Provide a damper when required. 3. Dampers shall be constructed of 16 gauge galvanized steel with mill finish. Configuration of the blade and style of the frame shall be as identified by the part number on the Plans. The linkage shall be a 1/2" diameter corrosive resistant steel axles rotating in oil impregnated bronze bushings. Provide 'an automatic operator when required. E. Ventilation Control Pump Room and Proposed Electrical Room A thermostat located on the wall as shown on the Plans shall control the operation of the ventilation system. When the temperature in the room rises above the thermostat setpoint then the fan shall begin to operate and the intake louver shall open via the motor. The fan shall stop operating and the louver shall close when the temperature in the room lowers below the setpoint differential. An interpose relay located in the ventilation control panel shall be used to interface between the thermostat, the fan motor, and the louver motor. 4/3/20023:50 PM 11 -2 ): \data \REN \101 -032 \01 - design \Specs \technicals.doc 71 Division 12 Furnishings 12.1 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. 12.2 Submittals Submittal information shall be provided for the following items: 1. Wall- mounted writing desk 12.3 Wall- mounted Writing Desk See Plans for details. �.r 0 M J:\ data \REN \101- 032 \01 - design \Specs \teclmicak.doc 12 -1 IM 4/3/2002 3:50 PM rrn Division 13 Special Construction Not Used this Contract to to ): \data \REN \101- 032 \01 - design \Specs \technicals.doc 13 -1 YID 4/3/2002 3:50 PM �r Division 14 Conveying Systems Not Used this Contract I: J:\ data\REN \101- 032\01- design \Specs \technicals.doc 14-1 M 4/3/2002 3:50 PM +r Division 15 Mechanical 15.1 General This division covers that work necessary for fizmishing and installing mechanical aw appurtenances and accessories as described in these specifications and as shown on the Plans. 15.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Copper Pipe and Fittings 2. PVC Pipe and Fittings 3. Isolation Valves 4. Ball valves 5. Galvanized pipe and fittings 6. Hose Bibs W 7. Braided Vinyl Tubing #, 15.3 Pipe and Pipe Fittings Provide piping, plumbing, fittings and appurtenances necessary to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. 'w Some fittings that are necessary for proper piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary, whether shown or not shown on the Plans, to complete all piping systems, tested and ready for operation. *rr Note that some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted go design criteria to support and restrain the loads encountered. A. Pressure Rating Fittings, valves, and pipe shall have pressure ratings equal to or greater than the pressures identified below: Pipe Function Working Pressure Test Pressure +irr 494 Zone 150 psi 300 psi 350 Zone 150 psi 300 psi B. Small Pipe Unions 0 J:\ data \REN \101 - 032 \01 - design \Specs \technicals.doc 15 -1 4/3/2002 3:50 PM Spring 2002 City of Renton Division 15 - Mechanical N. Talbot PS Rehab & Other Mods Unions as shown on the plans shall be water tight, capable of pressure forces of the pipe it is connected to and allow a minimum of '/a' of play for installation, and maintenance flexibility. Unions shall be threaded to match the pipe it connects and match the pipe material, copper, brass or PVC. 15.4 Miscellaneous Plumbing Fittings and Tubing A. Hose Bibs Provide hose bibs with brass construction with a 3/4 -inch connection and non - removable vacuum breaker, and equal to Woodford Model 24 anti- contamination wall faucet. B. Braided Vinyl Tubing and Fittings Braided vinyl tubing shall be constructed of an internal layer of plasticized PVC, a layer of synthetic fiber braid, and an external layer of plasticized PVC. Temperature range shall be from —5 degrees to 180 degrees Fahrenheit Tubing shall be equal to Nalgene 980 Braided Vinyl Tubing. Size of tubing to match existing tubing that is being replaced. Insert fittings shall be constructed of PVC, clamps shall be constructed of stainless steel. Working pressure of fittings shall be as specified in 15.3A. C. Polyethylene Tubing and Fittings Provide flexible polyethylene thermoplastic tubing fabricated from high molecular weight resins. Resistance to environmental stress cracking: meet or exceed requirement set forth in ASTM D 1693. Polyethylene tubing shall conform to standard set forth in ASTM D124878 for Type 1, Class A, Category 4, Grade E5 polyethylene tubing and shall be equal to Harrington polyethylene flexible tubing. 15.5 Plumbing Installation A. Inspection Prior to work of this section, carefully inspect installed work of other trades and verify that such work is complete to the point where this installation may properly commence. Verify that plumbing may be installed in strict accordance with all pertinent codes and regulations. In the event of discrepancy, do not proceed with installation and immediately notify Owner. B. Location of Pipe Install and locate pipe and fittings as shown on the Plans. C. Installation, General Do not cut into or reduce the size of any load - carrying member without prior approval of Engineer. Install pipes to clear all beams and obstructions. 1. Provide air chambers at each water connection to a plumbing fixture, same in size as branch line and concealed. 2. Locate water hammer arresters in accordance with manufacturers recommendation. 3. Provide uniform pitch of at least 1/8 inch per foot, or as otherwise noted, for all 4/3/2002 3:50 PM 15 -2 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc e e Nr City of Renton Sprung 2002 N. Talbot PS Rehab & Other Mods Division 15 - Mechanical horizontal waste and drain piping within the building. Pitch all vents for proper drainage. 4. Cushion all traps and bearings to minimize transfer of sound; firmly anchor all pipes in position. 5. Vertical stacks shall be supported at floors with clamp anchors as required to relieve joint stresses. D. Joints and Connections 1. Steel• Use factory -cut pipe threads where possible; otherwise, cut pipe ends square, remove all fins and burrs and cut full-depth tapered threads. Apply joint compound to male threads only and engage so that no more than three threads remain exposed. 2. Copper. Make all joints in copper tubing with 95 -5 tin- antimony solder, applied in strict accordance with manufacturer's recommendations. 3. Hubless: Install neoprene gasket and stainless steel clamp and shield coupling joint assemblies with bolts alternatively and incrementally tightened to 60 inch- pounds torque, minimum. Use single set -point torque wrench manufactured specifically for this purpose. Do not use screwdrivers or other types of wrenches. Re- torque bolts after 24 hours. 4. Solvent cement: Use solvent - cement approved by pipe and fitting manufacturer and apply in accordance with manufacturers installation procedures. W 71 .r ): \data \KEN \101- 032 \01 - design \Specs \techrkAs.doc 15 -3 NM 4/3/2002 3:50 PM Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment low required for this project Items not covered shall be suitable for their particular application. 16.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittal information shall be provided to the Owner for the following items: 1. Motor Control Center including project specific wiring diagrams +ir 2. Solid State Reduced Voltage Starters 3. Transformer 4. Lighting Panel wr 5. Power Factor Correction Capacitors 6. Control Wiring Diagrams for the Pump Control �r 7. Circuit Breakers 8. Conduit and Fittings rrir 9. Outlet and junction Boxes 10. Wire and Cables 11. Switches and Receptacles r 12 Lighting fixtures 13. Motion detector 16.3 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, 4r 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. 16.4 Permits and Fees Obtain and pay for the electrical permit. Obtain all inspections by the authority having jurisdiction. The Contractor shall pay for all utility fees associated with de- energizing the transformer during construction. The Contractor shall provide all coordination with the utility company as necessary. 16.5 Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and J:\ data \REN\ 101-032 \01 - design\Specs\technicals.doc 16 -1 4/3/2002 3:50 PM 1w Spring 2002 City of Renton Division 16 - Electrical N. Talbot PS Rehab & Other Mods 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 code shall also be done, subsequent to Owner's approval, without extra cost 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. 16.6 Record Drawings 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, furnish a set of clean, neat, and accurate record drawings on reproducible sepia -type paper which shows raceway type, routing, and conductors for every outlet and every circuit 16.7 Nameplates and Identification Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panel board, motor starter, disconnect switch, and fused switch. Provide a name tag for each piece of equipment and for each circuit and /or control device associated with the equipment. Name plates shall be phenolic - engraved and shall clearly identify the associated component Color shall be black background with white letters. Tags shall be securely attached. 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 pullbox 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. 16.8 Service and Metering r The serving utility to this pump station is Puget Sound Energy (PSE). No upgrades or changes to the power service is required. The Contractor shall coordinate with PSE if disconnecting from their power grid is required during construction. 16.9 Low Voltage Service Switchboard The existing switchboard is to remain part of the system. Under this contract, the 4/3/2002 3:50 PM 16 -2 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc wr City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods wr Contractor shall install new feeder conductors from the top of the switchboard to the proposed Motor Control Center (MCC). The new feeders shall terminate on the to switchboard bus. The Contractor shall provide the termination blocks and components required to complete the termination of the conductors. The existing feeder conductors to the existing motor control equipments shall remain connected until all pump motors and electrical loads are transferred to the new MCC and the City authorizes the removal of the conductors from the switchboard. 16.10 Motor Control Center A. General This equipment shall consist of a line -up of standard design, free- standing sheet metal sections, assembled and pre -wired for motor control and power distribution as shown on the Plans. This equipment shall be designed as to permit future additions of vertical sections and interchanging of units by users. Include provisions for supervisory control equipment as specified elsewhere. The equipment shall be constructed to meet or exceed the requirements within NEMA rr ICS3 -322 and UL845 for motor control centers, and appropriately UL- labeled where possible. The equipment shall be designed, manufactured, and tested in facilities registered to IS09001 quality standards. rrrr The equipment enclosure shall be NEMA Type 1A with gasketing unless noted otherwise on the plans. Gasketing shall be closed cell neoprene material. rrr Interwiring shall be NEMA Class II B wiring. The MCC shall be rated as shown on the Plans with a minimum available fault current withstand rating of 42,000 amp unless indicated otherwise on the Plans. This equipment shall be tested, and placed into operation by a qualified factory representative trained in start-up and troubleshooting procedures for equipment being installed. During design, Siemens \Furnas Motor Control Center equipment was used for sizing. MCC manufacturer shall be Siemens \Furnas or equal. rr Spare components of the MCC are to be provided as part of this contract. The details of the required spare components are described herein. B. Vertical Sections Each vertical section shall be approximately 90 inches high and 20 inches deep. Vertical sections shall have internal base mounting angles at the bottom and external lifting angles at the top running continuously within each shipping block. To minimize the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. C. Incoming Line Compartments Incoming line lug compartment shall be bottom entry unless noted otherwise on the Plans. The size and quantity of incoming cables shall be shown on the Plans. an J: \data \REN \101 -032 \01 - design \Specs \technicals.doc 16 -3 4/3/2002 3:50 PM Spring 2002 City of Renton Division 16 - Electrical N. Talbot PS Rehab & Other Mods D. Bus The main horizontal bus shall be rated at 600 amperes. Horizontal bus bars shall be located at the top of the MCC. All power bus shall be braced to withstand a fault current of 42,000 RMS symmetrical amperes. Bus supports shall be fabricated from high strength, glass -filled polyester resin. The horizontal bus shall be tin plated copper with a conductivity rating of 100 percent AICS. The horizontal bus bars shall be fully sized to carry 100 percent of the rated current the entire length of the MCC. The entire horizontal bus assembly shall be located behind the top horizontal wireway. Horizontal bus bars located behind usable unit space are not acceptable. The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. The vertical bus shall be rated 300 amperes. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AICS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature. E. Unit Disconnect Operator Mechanism A door - mounted operator mechanism shall be provided for operating all feeder breakers provided with the MCC. The operator shall extend through an opening in the unit door and shall clearly indicate whether the disconnect is `on', 'off' or `tripped'. With the disconnect in the `ON' position, a mechanical interlock shall prevent opening of the unit door. This interlock shall be provided with a defeater so that authorized personnel may gain access to the compartment without interrupting service. The operator mechanism design shall allow padlocking the disconnect in the `OFF' position with up to four padlocks. F. Wireways Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 inches (150 mm) high. To prevent damage to cable insulation, the wireway opening between sections shall have rounded comers and the edges shall be rolled back. A full height, vertical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical wireway wall shall separate the units from the vertical wireway, and remain intact even when the units are removed. G. Operator Interface Devices and Control Relays Provide submittal material on all items furnished. General 4/3/2002 3:50 PM 16 -4 J:\ data\REN \lol -032 \01 - design \Specs \tecluucals.dcc e No City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods This section covers all components required in a motor control center, pump control panel, control panel, or remote control station that require operator interface devices and Terminal blocks shall be one - piece, molded, plastic blocks with screw -type terminals and barriers rated for 300 volts. Terminals shall be double -sided and supplied with removable J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 16 -5 4/3/2002 3:50 PM W control relays. Selector Switch Units shall be 30.5 mm NEMA type 4/4X/13, corrosion- resistant /watertight /oil- tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Units shall have standard size, black field, legend plated with white markings as ,nr indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (1f any) as shown. Units shall be single -hole mounting, accommodating panel thicknesses from 1/16 -inch minimums to Y* rr inch maximum. Pushbuttons Units shall be 30.5 mm NEMA type 4/4X/13, corrosion- resistant /watertight /oil -tight, type push buttons with momentary contacts rated for 10- ampere continuous at proper operating voltage. Button color hall b as specified in control panels and shall have a full ft guard. Unit shall have standard size legend plated with black field and white marking as indicated, contact arrangements shall be as shown. Indicating Pilot Lights Indicating pilot lights shall be 30.55 mm NEMA type 4/4X/13, corrosion resistant /watertight /oil - tight, full voltage, push -to -test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. Spares: Provide 6 spare bulbs of each size provided in the MCC. Run Time Meters Hour meter (elapsed time meters) shall be 2 -1/2 inches square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments and shall have black trim with white or aluminized face. The meters shall have a six -digit non -reset register with the last digit indicating +rr tenths of an hour. Operational Counters W Six -Digit LCD, .35" High Digits, Non- resettable counter with 10 -year self - contained battery. Red Lion model CUB2LU or approved equal. Terminal Blocks im All wires between panel - mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp -type, pre - W insulated, ring- tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. Terminal blocks shall be one - piece, molded, plastic blocks with screw -type terminals and barriers rated for 300 volts. Terminals shall be double -sided and supplied with removable J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 16 -5 4/3/2002 3:50 PM W Spring 2002 City of Renton Division 16 - Electrical N. Talbot PS Rehab & Other Mods covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protection cover removed. Relays Relays for control, alarm and report-back functions shall be supplied as required to provide external keying and control switching. Relays shall be 120 -volt A.C., or 12 -or 24- volt D.C. Relays and shall be plug -in type with dust covers and shall be interchangeable with one another. One spare relay of each type shall be provided. Contacts shall have NEMA rating designations of A150 and P150 (10 amps at 120 volts, 60 Hz, and 5 amps at 120 volts, D.C). All relays shall have LED indicators to signal when the coil is energized. Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however, provide as required on all circuits. Signal circuit switching shall be accomplished with analog signal switching relays and shall be provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have �1I1 double -throw dry circuit contacts in a break- before -make configuration rated for 15VA minimum. The number of poles and coil energization voltage shall be as shown on plans. Signal switching relays shall be sealed to prevent entry of contamination in the form of Sri dust, dirt, or moisture. Spares: Provide 1 spare relay of each size provided in the MCC. H. Units After insertion, each plug -in unit shall be held in place by a latch that is located at the front of the unit. Plug -in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from the unit disconnecting means to the plug -in stables shall be routed into this molding such t that the wiring is not being exposed at the rear of the unit. Size 1 through Size 5 non - reversing starters shall be plug -in units. The unit door shall be fastened to the stationary structure (not the unit itself), so that the door can be closed when the unit has been removed. The door shall be hinged on the left -hand side so that it opens away from the vertical wireway. The operator handle of all units shall be interlocked with the MCC frame, so that a unit insert cannot be withdrawn or inserted when the operator is in the ON position. Position of operating handle shall indicate ON, OFF, or tripped condition. Handle shall provide provisions for padlocking in the OFF position. Interlock provision shall prevent unauthorized opening or closing of the door with the disconnect in the ON position. Circuit breaker type starter units shall have a short circuit rating greater than the available fault current listed in the General Section, and shall be motor circuit protectors (MCP) with magnetic only trip. Feeder breakers shall be molded case breakers with thermal magnetic trip and have a short circuit rating greater than the available fault current listed in the General Section. An auxiliary contact shall be provided on the disconnect for purposes of isolating the external source of control voltage. One control circuit fuse shall be provided. 4/3/2002 3:50 PM 16 -6 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc e 0 City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods The control module shall consist of a power supply, logic control circuitry, silicon - controlled rectifier (SCR) firing circuitry, I/O circuitry. The control module shall be designed for integral mounting on the power structure and shall be compatible with the full range of current ratings — 24 Amps to 1000 Amps. The control module shall be easily removed from the power structure, without the need to disassemble associated printed circuit board assemblies. Control terminals shall be easily accessible, and located on the front top of the device. The terminals shall be UL rated for 300 Volts, 10 Amps maximum and accept a maximum of two wires, 0.75- 2.5mm2 ( #18 –#14 AWG). J: \data\REN \101 -032 \01 - design \Specs \technicaLs.doc 16 -7 4/3/2002 3:50 PM Control circuit transformer (CCT) shall be mounted within the unit. CCT shall be individually protected, and provide the following excess capacity, in addition to that required by the starter coil. Size 1 – extra 40VA, Size 2 – extra 40VA, Size 3 – extra 125VA, Size 4 – extra 180VA, Size 5 – extra 200 VA. I. Solid State, Reduced Voltage Starters No General Provide solid state reduced voltage starters (SSRVS) as shown on Plans for ramp starting and stopping of three -phase AC induction motors. SSRVS shall be provided with automatic bypass to full voltage electromechanical starting after a selected starting time. SSRVS shall be provided with a manual bypass with high security key selector switch. An isolation contactor shall be installed in front of each SSRVS to prevent current leakage. Integrate starter control with a pump control valve system as shown on the Plans. r The electromechanical starters shall be Siemens or equal. Furnas contactors and starters will not be allowed. to The SSRVS unit shall be latest version of the Siemens 3RW2 or equal. Obsolete or phased out versions of this unit will not be allowed. Construction M The open –type device shall be modular, consisting of a logic component and a power structure. 1° The logic component shall be a self – contained control module, compatible with the full range of power structures. The control module shall mount directly to the power structure without the use of wiring. The power structure shall consist of three power modules mounted on a heatsink for ratings up to and including 135 Amps. For ratings 180 Amps to 1000 Amps, the power structure shall consist of three power poles with integral heatsinks. as Codes and Standards The controller shall be designed to meet the applicable requirements of. EN, IEC, UL, CSA, NEMA, IEEE, and VDE. Control Module Design Features The control module shall consist of a power supply, logic control circuitry, silicon - controlled rectifier (SCR) firing circuitry, I/O circuitry. The control module shall be designed for integral mounting on the power structure and shall be compatible with the full range of current ratings — 24 Amps to 1000 Amps. The control module shall be easily removed from the power structure, without the need to disassemble associated printed circuit board assemblies. Control terminals shall be easily accessible, and located on the front top of the device. The terminals shall be UL rated for 300 Volts, 10 Amps maximum and accept a maximum of two wires, 0.75- 2.5mm2 ( #18 –#14 AWG). J: \data\REN \101 -032 \01 - design \Specs \technicaLs.doc 16 -7 4/3/2002 3:50 PM Spring 2002 City of Renton Division 16 - Electrical N. Talbot PS Rehab & Other Mods Digital parameter adjustment shall be provided through dipswitches. SSRVS units shall contain number of auxiliary contacts, unit- mounted pilot devices and indicating lights, control relays, and other devices as shown on the Plans. The control module shall provide digital microprocessor control and supervision of all controller operation, including SCR pulse firing control. The control module's power supply shall be self — tuning to accept control power input from 100 to 240 VAC, 50/60 Hz. The SCR firing circuitry shall incorporate an RC snubber network to prevent false SCR firing. The logic circuitry shall incorporate a latch circuit for three —wire control. The acceleration ramp time shall be adjustable from 0 to 60 seconds. The deceleration ramp time shall be user adjustable from 0 to 60 seconds. Current limit starting shall be adjustable from 50 to 600% of the motor's full load current The following protection shall be provided as standard with the controller. • Power loss (with phase indication; pre —start) • Line fault (with phase indication; pre —start) advising. — Shorted SCR — Missing load connection • Line fault (running protection) advising. — Power loss — Shorted SCR — Missing load connection • Voltage unbalance • Current unbalance • Phase reversal • Phase failure protection during start-up • Over temperature • Undervoltage The following overload protection shall be provided with the unit: • Meets applicable standards as a motor overload protective device. • Three —phase current sensing shall be utilized; the use of two current transformers will not be acceptable. • Overload trip classes of 10, 15, 20, and 30 shall be provided and user — programmable. Set for class 10. 4/3/2002 3:50 PM 16 -8 J: \data \REN \101- 032 \01- design \Specs \technicals.doc City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods wn • Overload protection shall be available through the controller, even in a bypass configuration. ev • When fault conditions are detected, the controller shall inhibit starting or shut down SCR pulse firing. rr Spares. • Provide 4 spare fuses of each side and type provided in the MCC. Power Structure Design Features Units Bated 24 Amps to 135 Amps The power structure shall consist of three plug—in modules for controllers rated 24 Amps to 135 Amps. The three power modules rated 24 Amps to 135 Amps shall be mounted on a single heatsink. The heatsink shall be isolated from the power modules and shall have a grounding provision. r Power modules rated 24 Amps to 135 Amps shall be encapsulated and shall include two power — switching semi— conductors and control module interface pins. Integral lugs for power wiring terminations shall be provided for controllers rated 24 Amps to 54 Amps. Units Bated 180 Amps to 1,000 Amps The power structure for controllers rated 180 Amps to 1000 Amps shall consist of three power poles with a clamped pair of hockey puck style power switching semiconductors. The individual power poles for controllers rated 180 Amps to 1000 Amps shall have integral, power — conducting heatsinks that mount to the controller — mounting flange. The controller— mounting flange shall have a grounding provision. For controllers rated 180 Amps to 1000 Amps, a printed circuit board shall be provided to interface the control module with the power structure. Interface pins shall be located on the printed circuit board for direct mounting of the control module. Back —to —back SCR pairs shall be the only power — switching semiconductor means acceptable. Diode —SCR combinations shall not be acceptable. There shall be separate power sections to operate from 200V to 480V and 200V to 600V, 50/60 Hz. SCRs shall have the following minimum repetitive peak inverse voltage ratings: aw 200 to 480V: 1400V 200 to 60OV: 1600V The power section shall have a minimum thermal capacity rating of 600% of the controller's current rating for 10 seconds. Transient Protection. 24 Amps to 360 Amps wr For controllers rated 24 Amps to 360 Amps, transient protection with separately mounted protective modules shall be available as an option. Protective modules shall consist of metal oxide varistors (MOVs) in combination with capacitors to protect the power components from electrical transients and /or electrical noise. J: \data \REN \101- 032 \01 - design \Specs\technicals.doc 16 -9 4/3/2002 3 :50 PM 0 Spring 2002 City of Renton Division 16 - Electrical N. Talbot PS Rehab & Other Mods The capacitors shall be provided to shunt noise energy away from the controller's electronics. The MOVs and capacitors shall be encapsulated in a clear material for easy inspection. The protective modules shall be mounted so that they will not cause damage to the power components upon absorbing an electrical transient The MOVs shall be rated for a minimum of 220 joules. Energy Saver The Energy Saver feature shall operate to automatically cause the output voltage from the controller to be reduced when a motor is unloaded or lightly loaded. Customer adjustments shall not be required. The Energy Saver feature shall be defeatable. Additional mounting space or wiring shall not be required. Environmental Ratings The open —type device shall deliver its rated current in ambient temperatures ranging from 0 °C to +40 °C. The ambient storage temperature shall range from -20 °C to +75 °C. The controller shall be operable in relative humidity of 5 to 95 %, non —condensing. The controller shall withstand a 30G shock for 11 ms in any plane without malfunction. The controller shall withstand 2.5G vibration for one hour in any plane without malfunction. The controller shall be suitable for operation up to altitudes of 2000 meters without derating. Noise and RF Immunity The controller shall perform without malfunction from showering arc tests of 500V to 1500V (NEMA ICS 2 -230). The controller shall perform without malfunction when subjected to 3000V surges at a rate of 100 bursts per second for 10 seconds (IEEE STD 472). The controller shall be tested to withstand 1000V + 2x (voltage rating) at a rate of 200V per second (held for 60 seconds, then gradually reduced) between live parts and ground. The controller shall be subjected to an additional test at the previous voltage level plus 20% for one second (UL 508) (CSA Std. C22.2). J. Transformers Lighting transformers to be installed in this equipment shall be Class H insulation type for 80 degree C rise. Provide transformer with ratings as shown on the Plans. Transformer shall be compatible with the environment in which it will be located and provided with properly rated taps. K. Lighting Panels Provide branch circuit panel board with rating, number, and types of devices as shown on 4/3/20023:50 PM 16 -10 ): \data \REN \101- 032 \01 - design \Specs \technicals.doc t ,rr City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods M the Plans. Provide a minimum of 18 single -pole breakers when number is not indicated on the Plans. Branch breaker shall have an interrupting capacity of 22,000 rms symmetrical. Provide GFI breakers when indicated on the Plans. L. Power Factor Correction Capacitors Furnish and install automatic power factor correction capacitors equipment as specified herein and shown on the associated electrical drawings. The Supplier of Motor Control Center or equal shall provide the automatic power factor control equipment. W Individual capacitors shall be provided with the following features: Pressure sensitive interrupters for cell protection • Discharge resistors • Current limiting fuses and blown fuse indicators in each phase A three -phase contactor shall be provided and wired to the line side of each solid state starter to connect the power factor correction capacitor into the circuit when the motor is running at full speed. Control wiring shall be provided from the starter controls. ■r Power factor correction capacitors shall be coordinated with the motor to provide 0.92 to 0.95 power factor. The MCC supplier shall receive motor nameplate and performance information from the Engineer after the motor submittals are approved. The Contractor is responsible for coordinating the motor submittals in such a manner not to delay the completion of the project 40 M. Nameplates Each unit door shall have an engraved acrylic nameplate, white with black lettering. A master nameplate shall be provided on each MCC lineup. Nameplates shall be attached using two (2) stainless steel, self - tapping screws. N. Integration With Telemetry The Manufacturer of the MCC shall determine all requirements for transmitting data to the telemetry system and shall include in the panel all required devices and equipment for interfacing contact closures. O. Wiring Diagrams rrr Wiring diagrams shall be provided at a centralized location in the MCC. The diagram shall show the exact devices inside the unit and shall not be a generic diagram. The supplier of the equipment shall have the capability to provide revisions to electronic files of wiring r� diagrams at a local office. The wiring diagrams must be provided with product submittals in order to be considered for review. Supplier shall provide a disk copy of all drawings in AutoCAD format. P. Wire and Control Relay Identification All control wire in MCC shall be marked with shrink type wire markers on both ends of to wire. All control relays provided in the MCC panel shall be permanently labeled. The label for the control relays and wiring shall match the wiring diagrams. ■. ):\ data \REN \101 -032 \01 - design \Specs \technicals.doc 16 -11 4/3/2002 3:50 PM M Spring 2002 Division 16 - Electrical Q. Finish City of Renton N. Talbot PS Rehab & Other Mods Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. 16.11 Disconnects Provide disconnects of proper rating in all cases where shown, and provide additional disconnects if required by code. Provide enclosures suitable for the environment where they are installed. 16.12 Overcurrent Devices Provide overcurrent devices, being fused disconnects or molded case circuit breakers, as shown on the Plans. Provide a spare set of fuses in all cases where fusible switches are employed. Devices shall have ratings as shown, except where changes in requirements makes it necessary to provide ratings better suited for the load. Contractor shall be responsible for checking ratings of motor overload elements for proper size. Overcurrent devices shall be NEMA rated. 16.13 Circuit Breakers Molded case circuit breakers shall be quick -make and quick -break type. They shall have wiping type contacts. Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip -free. Each breaker shall have trip indication independent of the ON or OFF positions. All ratings are to be clearly visible. Where indicated on the drawings and in the combination motor starter / motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated on the drawings. Breakers covered under this specification may be installed in switchboards, panelboards, motor control centers, combination motor starters, and individual enclosures. Fuses and circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16.14 Conduit and Fittings Conduit 1. Rigid or intermediate galvanized conduit shall be used throughout, except in areas where other material may be used as indicated below: 2. EMT may not be used. 4/3/2002 3:50 PM 16 -12 ig,\ P \ J: \data \1tEN \]Oi - 032 \Ol -dest Secs technicals.doc e aw Signal conductor cable shall be individually twisted, shielded pairs per ASTM B -8 for all instrumentation wiring. Conductors shall be tinned copper with color coded 105 degree C rating, with PVC insulation and individual conductor jacket of nylon. The cable shall have W an overall PVC jacket. The insulation system shall be rated for 300 volts. Signal cable installed to outside sensors shall be rated for outdoors and below grade applications. .rr ):\ data \RPN\ 101 -032 \01 - design \Specs \teckuacals.doc 16 -13 4/3/2002 3:50 PM City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods w. 3. Flexible 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. 4. Spare conduits shall contain one 3/16 -inch diameter nylon pull rope. ft Fittings and Clamps 1. Use threaded fittings for all rigid and intermediate conduit. err 2. Support all conduit raceways as required by NEC. Conduit clamps shall be on the one -hole type of hot -dip galvanized malleable iron. Clamp backs and nesting backs shall be of similar material and finish. Conduit clamps and hangers installed in r corrosive areas and those exposed to weather or moisture shall be stainless steel. 16.15 Outlet and Junction Boxes tw Use cast boxes with threaded hubs for all rigid and intermediate conduit All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. 16.16 Wire and Cables A. Conductors All electrical conductors shall be in accordance with the National Electrical Code (NEC). Conductors shall be 600 -volt class sized for the current to be carried. Conductors shall be ,rr copper. Sizes AWG No. 14, 12, and 10 shall be solid except in control panels; all larger conductors shall be stranded. • Type THHN /THWN, 90 degree C or higher rating dry or wet for No. 8 and smaller feeders and branch circuits; in all areas except as noted otherwise. • Type XHHW -2, 90 degree C dry or wet for No. 6 and larger feeders and branch +rrr circuits. Conductors used for power circuits shall not be smaller than No.12. Control conductors shall be No. 14, unless otherwise specified in this section. 4W B. Connectors Utilize Ideal Industries' "Wing Nut" or 3M Company's "Scotchlock" preinsulated 4W connectors for splices and taps in conductors No. 10 AWG and smaller. For No. 8 AWG and larger conductors, utilize T &B compression connectors. Compress using recommended die and tools. a. C. Signal Conductor aw Signal conductor cable shall be individually twisted, shielded pairs per ASTM B -8 for all instrumentation wiring. Conductors shall be tinned copper with color coded 105 degree C rating, with PVC insulation and individual conductor jacket of nylon. The cable shall have W an overall PVC jacket. The insulation system shall be rated for 300 volts. Signal cable installed to outside sensors shall be rated for outdoors and below grade applications. .rr ):\ data \RPN\ 101 -032 \01 - design \Specs \teckuacals.doc 16 -13 4/3/2002 3:50 PM Spring 2002 City of Renton Division 16 - Electrical N. Talbot PS Rehab & Other Mods Signal wire shall be Beldon or equal. D. Color Coding Provide for service, feeder, branch, control, and signaling conductors. Color shall be green for grounding conductors, and white for neutrals. Where neutrals of more than one system are installed in the same raceway or box, other neutrals shall be white with colored stripes (except green). The color of unground conductors in different voltage systems shall be as follows: 208/120 volt, three -phase • Phase A, black • Phase B, red • Phase C, blue 480/277 volt, three -phase • Phase A, brown • Phase B, orange • Phase C, yellow E. Wire Description Refer to the plans for a description of conductors required by feeders shown on the diagram. All other power wiring shall be sized per National Electric Code, based on the ampacity of the breaker from which it is used. F. Installation 1. Conduct a meager test on all branch circuit, feeder and service entrance conductors and submit results to the Engineer. 16.17 Switches and Receptacles A. General Standard wall switches shall be single- or double -pole, standard or three -way, as shown on the drawings and shall be AC quiet type rated 20 amp, 125/277 volt with screw terminals. Approved manufacturers are: Switch Receptacle Arrow Hart 1991 Series 5252 Series Bryant 4901 5252 General Electric 5951 4060 Hubbel 1221 5252 P &S 20AC1 5252 Provide GFCI, 20 amp, 125 volt receptacles with push to test button for periodic testing 4/3/2002 3:50 PM 16 -14 J:\ data \REN \101 -032 \01 - design \Specs \technicah.doc e City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods by simulation of a ground fault where identified on the Plans. B. Device Plates Provide a device plate for each wiring device, switch, or receptacle outlet. In noncorrosive indoor areas, devices plates shall be made of sheet steel, zinc electroplated with chrome finish as manufactured by Crouse - Hinds, Appleton, or equal. Device plates in corrosive areas shall be corrosion- resistant /marine -duty type. Device plates for explosion -proof equipment shall be factory provided with the equipment. C. Outdoor All- Weather Outlet Covers Receptacles located in underground vaults, outdoor enclosure, or outside exposed to the „r weather elements shall be provided with a weather protective outdoor outlet cover. Outdoor outlet cover shall be equal to BWF Manufacturing Inc. Guardian Series. Cover shall have a NEMA 311 rating. aw D. Position Of Outlets Install symmetrically all receptacles, switches, and outlets shown on the trim, and where necessary, set the long dimension of the plate horizontal or gang in tandem. E. Mounting Heights M Unless otherwise noted, wall mounted outlet devices shall generally be 24 inches above the floor or finished grade. Switches shall be 48 inches above the floor. 16.18 Grounding Service and equipment grounding shall be per Article 250 of the National Electrical Code. Verify that a low- resistance ground path is provided for all circuits so an accidental contact �r. to ground of any live conductor will instantly trip the circuit 16.19 Lighting Fixtures A. General Fixtures 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. B. Lamps Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the drawings for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Approved manufacturers are Westinghouse, Sylvania, and G.E. Lamps shall be provided for all lighting fixtures. aw C. Outdoor Motion Sensor The outdoor motion sensor shall be installed at the locations shown on the Plans per manufacturer's recommendations. A photocell shall be built -in to the sensor to deactivate the light during daylight hours. The motion sensor shall be wired into the exterior light circuits as shown on the Plans. The circuit shall have an override switch to allow user to J:\ data \REN \101 -032 \01 - design \Specs \technicals.doc 16 -15 4/3/20023:50 PM me Spring 2002 City of Renton me Division 16 - Electrical N. Talbot PS Rehab & Other Mods turn on the light manually. The motion sensor shall be an industrial type used for outdoor lighting control that uses passive infrared technology for sensing movement. The sensor shall have a 180 degree field of view with a minimum of 50 feet range. The sensor shall be raintight and easily adjustable to control the area to be monitored. The sensor shall be of the swivel -type for easy adjustment of the sensitivity. The base of the sensor shall have a YY male pipe thread for connection to a weatherproof junction box. The sensor shall have an adjustable time interval between 12 seconds and 16 minutes. Set to stay on for 10 minutes. The sensor shall be rated for a minimum of 10 amps continuous at 120 VAC. The motion sensor shall be a Watt Stopper EW -100 -120 or equal. 16.20 Branch Circuit Panel Board 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. 16.21 Identification of Equipment Provide a name tag for each piece of equipment and for each circuit and /or control device associated with the equipment including lighting circuits. Name plates shall be phenolic - engraved and shall clearly identify the associated component. Color shall be black background with white letters. Tags shall be securely attached. 16.22 Conductor Identification Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electricity 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 number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pullbox 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. 16.23 Testing Test all circuits for continuity, freedom from ground, and proper operation during progress of work. Test all systems as they are completed per requirements. Conduct special test as required for service and /or system ground. Test pump motors to verify that an overload condition does not exist 16.24 Final Test Conduct final test in the presence of Owner and /or his authorized representative. 4/3/2002 3:50 PM 16 -16 J: \data \REN \101- 032 \01 - design \Specs \technicais.doc City of Renton Spring 2002 Division 16 - Electrical N. Talbot PS Rehab & Other Mods Prior to the test, Contractor shall have satisfied himself that the project area is properly cleaned up, all patching and painting deemed necessary properly done, and all systems, w equipment, and controls are functioning as intended. Run all tests and furnish all testing instruments required to demonstrate satisfactory wr operation of systems, equipment, and controls. Upon completion of work, test complete system for proper operation, and certify system is complete and operational. 40 wr 0 J:\ data \REN\ 101-032 \01 - design \Specs\technicals.doc 16 -17 so 4/3/2002 3:50 PM rrr ' Division 17 Automatic Control 17.1 General This division describes the materials, requirements, and construction work performance r�r for replacing existing instrumentation and adding new instrumentation. The work covered in this division consists of furnishing all labor, materials, and equipment for the fabrication and installation of all instrumentation items. All products shall be UL labeled. The Owner will calibrate and test the complete process instrumentation system. The Contractor shall provide complete cooperation with the Owner during the calibration and testing procedures. r The Contractor shall examine the mechanical and electrical drawings and specifications to determine actual locations, sizes, materials and ratings of instrumentation connections. Division 17 is an extension of, and includes all of the requirements of Division 16, Electrical. All work performed under Division 17 will also comply with the applicable sections of Division 16. ■s 17.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittal information shall be provided to the Owner for the following items: ar 1. Pressure gauge 2. Pressure switch 3. Pressure transmitter 4. Panic button 5. Smoke detector +� 6. Intrusion switch 7. Flood switch irr 8. Vibratone horn 9. Keyed Switch Box 17.3 Description of Work A. Schedule A - General The existing telemetry control panel is to remain as part of this Contract. Under this Contract, the Contractor shall replace several field instruments, relocate several field instruments, and add several new field instruments and devices to the pump station. This �r work involves removing the existing field instruments including the conduit and wiring, disconnecting the conductors from the telemetry panel and reconnecting the new conductors in the telemetry panel. The Contractor shall coordinate with the City of rr Renton prior to disconnection of any conductors from the telemetry panel. Telemetry conductors shall be disconnected and reconnected within the same workday. See Notes 1, J:\ data \REN \101- 032 \01 - design \Specs \technicals.doc 17 -1 0 4/3/2002 3:50 PM Spring 2002 Division 17 - Automatic Control City of Renton N. Talbot PS Rehab & Other Mods 2, and 3 on Drawing Number D01 for project requirements regarding the operation of the pump station. The Contractor shall terminate the proposed wires and cables in the telemetry panel and at the device. Shop drawings of the telemetry panel have been provided in Appendix A for reference. Some termination points in the telemetry panel are not currently available. Those termination points will be provided by others. A revised wiring diagram will be provided to the Contractor during construction. The devices that are currently missing a termination point in the telemetry panel are as follows: • Panic buttons; • Flood switch; • 494 -zone pressure transmitter; • 350 -zone pressure transmitter; • Suction pressure transmitter from manhole; • Suction pressure transmitter from reservoir; • Pump fails (all pumps); • Smoke detectors; and • Alarm horn. The Contractor is responsible for verifying that all field devices function properly. B. Schedule A - Monitor and Control of Pumps 1. The following work shall be completed to monitor and control the pumps from the proposed MCC. Pump No. 1 Disconnect the following inputs and outputs from the existing motor control equipment: • Pump Ready • Control Valve Open • Pump Run • Pump Fail • Pump Call And connect the following inputs and outputs to the proposed MCC: • Pump Ready • Control Valve Open • Pump Run 4/3/2002 3:50 PM 17 -2 J: \data \REN \101- 032 \01 - design \Specs \technic2ls.doc IN City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 17 - Automatic Control M J: \data \REN \101- 032 \01 - design \Specs \technicaLs.doc 17 -3 i 4/3/2002 3:50 PM • Pump Fail err • Pump Call Pump No. 2 Disconnect the following inputs and outputs from the existing motor control equipment • Pump Ready • Control Valve Open • Pump Run • Pump Fail • Pump Call wr And connect the following inputs and outputs to the proposed MCC: • Pump Ready • Control Valve Open aw • Pump Run • Pump Fail • Pump Call Pump No. 3 Disconnect the following inputs and outputs from the existing motor control equipment • Pump Ready rrr • Control Valve Open • Pump Run r•r • Pump Fail •rr • Pump Call And connect the following inputs and outputs to the proposed MCC: r • Pump Ready • Control Valve Open err • Pump Run • Pump Fail • Pump Call Pump No. 4 M J: \data \REN \101- 032 \01 - design \Specs \technicaLs.doc 17 -3 i 4/3/2002 3:50 PM Spring 2002 City of Renton Division 17 - Automatic Control N. Talbot PS Rehab & Other Mods C. Q E. Disconnect the following inputs and outputs from the existing motor control equipment: • Pump Ready • Pump Run • Pump Fail • Pump Call And connect the following inputs and outputs to the proposed MCC: • Pump Ready • Pump Run • Pump Fail • Pump Call Schedule A - Items to be replaced 1. The following field instruments shall be replaced: • Pressure switch on the discharge of each pump • Pressure switch on the suction piping • Suction pressure transmitter located in the manhole outside the pump station • Smoke detectors Schedule A - Items to be relocated 1. The following field instruments or process shall be relocated: • The chemical metering pump • The 350 -zone pressure transmitter Schedule A - Items to be added 1. The following field instruments shall be added: • Panic buttons • Alarm horn • Flood switch • 494 -2;one pressure transmitter • Intrusion alarm switches 2. New raceway and conductors shall be provided to the following existing devices: 4/3/2002 3:50 PM 17-4 J:\ data \REN \101- 032 \01 - design \Specs \technicals.doc go City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 17 - Automatic Control ): \data \REN \101- 032 \01 - design \Specs \technicals.doc 17 -5 77 4/3/2002 3:50 PM • 350 -zone flowmeter • 494 -zone flowmeter F. Schedule B — Other Water Facility Modifications err Install miscellaneous conduits, conductors, keyed switches, intrusion switches, alarm annunciators, panic buttons and associated electrical boxes and supports as described in Appendix B of Division 17. 17.4 Pressure Monitoring Equipment A. General Under this Contract, the Contractor shall provide the following pressure assembly devices: • Five (5) Pressure Switch and Gauge Assemblies. One for each pump for aw monitoring discharge pressure and one in the pump pit for monitoring suction pressure. no • One (1) Pressure Transmitter and Gauge Assembly for monitoring the 494 -zone discharge pressure. • One (1) Pressure Transmitter located in a manhole outside the pump station for monitoring suction pressure. Under this Contract, the Contractor shall relocate the following pressure assembly devices: • • Relocate the existing 350 -zone pressure transmitter to location shown on plans and provide a pressure gauge per standard detail. rr B. Pressure Gauges Provide a pressure gauge for pressure sensor installations as shown on the Plans. Mount gauges adjacent to pressure sensor on gauge plate and connect to same manifold. Gauges r.r shall be surface mount -type with 4 or 4-1/2 inch scale faces and be completely suitable for measuring potable water. Wetted parts: brass, bronze, or stainless steel. Case shall be 304 stainless steel. Calibrate in "psi ". Overall accuracy shall be ±1.0 percent of full scale. '• Gauges shall be glycerin filled equal to Wika Type "212.54- 834 ". Scale Range: See Plans C. Pressure Switches Provide pressure switches that are surface mount type with 1/4-inch or 1/2-inch NPT bottom fittings and completely suitable for operation when connected to potable water. All wetted parts shall be brass or stainless steel; no aluminum will be allowed. Provide yr unit with clear Lexan cover over trip settings that are screwdriver adjustable, and calibrated in psi. Housings shall be NEMA 4 rated with waterproof conduit connections. Install switches on a gauge plate as shown on the Plans with a suitable, adjustable +rr snubber /pulsation dampener. Select gauges to provide suitable over - pressure protection for specific pressure range involved at each location. Sensors shall be seamless brass or stainless steel. Pressure switches shall be United Electric Type H402 or equal. Scale range: See Plans. ): \data \REN \101- 032 \01 - design \Specs \technicals.doc 17 -5 77 4/3/2002 3:50 PM Spring 2002 Division 17 - Automatic Control D. Pressure Transmitter City of Renton 46 N. Talbot PS Rehab & Other Mods Water pressure transmitters shall be fully- active, Wheatstone Bridge types, and shall be all solid state with a 4-20ma output. Strain gauge bridge shall be etched on a silicon chip and be metal- enclosed. All wetted parts shall be stainless steel. Transmitter shall be hermetically sealed to withstand submergence or an operating environment of 100 percent humidity for an indefinite period of time. Total error band shall not exceed 0.25 percent of full scale over a temperature range of 0 -100 degrees C. Voltage input shall be 9 to 20 vdc without more than a 0.12 percent change in output. Volumetric displacement of bridge from 0 psi to max -rated pressure shall be less than 0.01 cubic inch. Provide electronics with built -in protection against AC line transients and lightning spikes, and an R/F filter to reject external electrical and internal noise. Zero and span adjustments shall be non - interacting. Provide transmitter with 1/4-inch or 1/2-inch process connections, and completely suitable for measuring pressure in a potable water pipeline. Transmitter installations shall be equipped with drain and bleed and isolation valves to remove air from transmitter diaphragm. Provide transmitter with enough cable (submergence proof) to allow for unspliced run from final transmitter installation location to the power supply and 4-20ma termination. Select ranges to provide a system that utilizes the largest percentage of available span for each transmitter. Calibration information is shown on the Plans. Transmitter shall transmit in pounds per square inch at both the device screen (if equipped) and through the 4-20mA output. Contractor shall be completely responsible for proper operation and interface of transmitter with other electronics provided on the project. Pressure transmitter shall be Foxboro IGP10 or equal. E. Pressure Gauge, Transmitter, and Switch Assemblies See Plans and Division 15 of these technical specifications for details and materials required for assembly of pressure switch and pressure transmitter assemblies. 17.5 Photoelectric Smoke Detectors A. General Furnish and install photoelectric smoke detectors with built -in thermal detection unit as shown on the Plans. All components shall be suitable for installation in the environment where installed. Detector shall be provided complete with sensing head and mounting base. B. Features The photoelectric smoke detector shall be 12 -volt or 24 -volt powered with a local audible alarm and Form C contacts for remote annunciation through two -wire connection to telemetry panel. The voltage requirement is dependent on the power source available at the telemetry panel. The Contractor shall verify power supply before selecting the appropriate model. The detector shall detect both smoke particles and heat The detectors shall have a latching alarm feature that resets only by a momentary power interruption. 4/3/2002 3:50 PM 17 -6 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc e ar City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 17 -Automatic Control C. Testing Test each smoke detector with artificial smoke in a can per manufacturer's instructions. Test the thermal sensing units with a heat gun or blow dryer per manufacturer's instructions. �., D. Acceptable Manufacturers As shown on the Plans. Equals will be accepted. .• 17.6 Flood Switch A. General Furnish and install liquid level switch as shown on the Plans. All components shall be suitable for installation in the environment where installed. B. Features aw The switch shall be SPST rated for 100VA. The float shall be constructed on Buna -N material and the stem shall be constructed from brass. err C. Installation Mount the switch to the end of YY schedule 40 PVC or galvanized pipe. Provide W threaded busing as necessary to provide a complete assembly. Secure pipe to wall with a minimum of two galvanized conduit hangers. Mount the liquid level assembly in the pipe gallery with the bottom float YY above the finished floor. W D. Acceptable Manufacturers As shown on Plans. Equals will be accepted. 17.7 Intrusion Alarm Switch A. General Furnish and install intrusion alarm switch on the entrance doors as shown on the Plans and in Appendix B of Division 17. All components shall be suitable for installation in the environment where installed. an B. Features The intrusion switch shall be hermetically sealed reed switch nominally 3 -inch L x 1 -inch H x 0.50 -inch D with matching actuating magnet. The reed switch shall contain a single- poled double throw contact for configuration of either and open or closed loop circuits. Contact and magnets shall be in brushed anodized aluminum tube housing. Contact shall be sealed in polyurethane potting compound. Provide with 3 feet of stainless steel armored cable to reach a junction box located near the switch. C. Installation Mount the switch as shown on the Plans and in Appendix B of Division 17 to detect the opening of the door. Connect to the normally closed contacts so that the switch is open 0 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 17 -7 aw 4/3/2002 3:50 PM Spring 2002 City of Renton+ Division 17 - Automatic Control N. Talbot PS Rehab & Other Mods when the door is closed and closed when the door is open. A factory provided cord shall be of significant length to reach from the device to a junction box. The intrusion switches shall be wired into parallel- D. Acceptable Manufacturers As shown on Plans and Appendix B of Division 17. Equals will be accepted. Sri 17.8 Panic Alarm Button A. General Furnish and install panic alarm buttons as shown on the Plans and in Appendix B of Divison 17. All components shall be suitable for installation in the environment where installed. B. Features The pushbutton shall be heavy duty, oil- tight, push -pull mushroom type with contacts rated for 10 amp continuous at 24VDC. Button color shall be red. Each pushbutton shall be furnished with a permanently mounted "Panic Alarm — Push to Alarm" sign above the button. A back box shall be provided for mounting. C. Installation Mount the pushbutton as shown on the Plans and in Appendix B of Division 17. Unless otherwise noted, mount device 48 inches above the floor. The panic alarm button when pushed shall input a signal into the telemetry for remote and local enunciation of an alarm condition. Each panic alarm button shall be wired in parallel to the input point at the telemetry panel. D. Acceptable Manufacturers As shown on Plans and in Appendix B of Division 17. Equals will be accepted. 17.9 Keyed Switch Box A. General Furnish and install Keyed Switch Box as shown on the Plans and in Appendix B of Division 17 for providing an input into the City's telemetry panel. All components shall be suitable for installation in the environment where installed. B. Features The key switch shall have a minimum contact rating of 15 amps at 30 VDC. The switch type shall be single pole - double throw (SPDT). The switch shall be provided in a junction box provide with the switch from the manufacturer. The key switch shall be mounted inside a junction box as shown on the Plans. The Junction box shall have a cabinet mortise cylinder lock. 4/3/2002 3:50 PM 17 -8 ): \dat2\REN\ 101 -032 \01 - design \Specs \technicals.doc 4W City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 17 - Automatic Control 0 All keyed switches shall be provided with construction cores. C. Installation err Mount the keyed switch box outdoors as shown on the Plans and in Appendix B of Division 17. Unless otherwise noted, mount top of box at 40 inches above finished grade in an area that is protected from the elements as much as possible. The keyed ow switch shall be wired to the terminal block in the telemetry. D. Acceptable Manufacturers As shown on Plans. Equals will not be accepted. 17.10 Vibratone Bell A. General Furnish and install vibratone bell as shown on the Plans and in Appendix B of Division 17 for enunciation of smoke, intrusion, or panic alarm conditions. All components shall be suitable for installation in the environment where installed. B. Features The bell shall operate on a 120 VAC, 60 hertz power supply. The bell shall produce 100 rr dbA at 10 feet. The bell shall be capable of reproducing coded blasts or sustained tones. The horn shall be rated NEMA 4X with weatherproof backbox. C. Installation Mount the bell outdoors as shown on the Plans and in Appendix B of Division 17. Unless otherwise noted, mount device a minimum of 84 inches above finished grade in an rrr area that is protected from the elements as much as possible. The bell shall be wired to a relay contact in the telemetry panel that is controlled by the telemetry PLC. The bell shall sound in the event of a smoke, intrusion or panic alarm. aw D. Acceptable Manufacturers As shown on Plans and in Appendix B of Division 17. Equals will be accepted. so J: \data \REN \101- 032 \01 - design \Specs \technicals.doc 17 -9 4W 4/3/2002 3:50 PM Orr APPENDIX A go _ City of Renton North Talbot Booster Pump Station Panel Diagrams for Telemetry Panel 0 i 001771 ME[= �-j Iw "m of ( ! - § i as g § ! 0 / u 2 §k § d � w z § / w zCY La La CU § N k IL % % v§ CL CI) / Li zw L'i - 0§ § � CD § �� z \\ Ef § ■ �§ § i 2 8 Li §§ ck: Lxj V) � L � �k cu§) IX � / O . ®S �� ®q Eli § q � ®E 2 - �q ? O u / � ! ] LLJ a 5 I 2Ld § Ld . . w gk � m ea3 ! / � ` , § °£ (L . § §Of � e 2� x LI C d/ 3 ` I 0 - �c L) i �C C ! cr I ^§ � f d § 0§ § § kC4 k -C § ..g a z § BiL Lxj V) � L � �k cu§) IX � / O . ®S �� ®q Eli § q � ®E 2 - �q ? O u / � ! � LLJ � Lxj V) � L � �k cu§) IX � / O . ®S �� ®q Eli § q � ®E 2 - �q ? O u / � ! / LLJ I > b I . . w gk z m ea3 ! / )§0 , °£ . § §Of � e 2� x LI C ¢ ■ | > 2x § 0 \ k § \ 0 / z / } � S § 2 u / § 0 $ x 0 j � - q 2 ■ §� Lf Of �Z §■ ] &� pa / I > z ! 0 E e � LI 3 m L) § I ^§ � f � . . � ..g . - -T ... � C IR dNV of °O O -- I I -93 -• N t7 f h •0 n m P W Y L.i . H O J PJ9 .z V 01 ) W W i Zwaa Q _ W O Z Q OC U == cu cu \ K Q (a7 N IN z0 Z PW m J L. a.iN N W IL O J = } 0 00, P}II L, N ••' N .N..yr at OC O p( n�i 3 J 0! ;!;A z 3cc i .4 < p( pm r 3 3' cc K�Ua Ua W W La ZQQO=. C.1 I Y S S 'S _Z M < 0 J ❑ = J N O = H � ORi Z v O Q V Q ~ Z 2D¢ �¢cl � I-- Z to Z 0- D3 CL �_ all • P U f ? N Z n J 1-- Z V � O a Ad U a � N A � � 2 Oa z J F O � s J fn a = W � F U = 0 z a 0 nZ. i 1 z � 0 rr V) w r p 'OM1NO3 -OM1NO3 - M1NO3 - M1NO3 I M1NO3 -Mai= lOM1NO3 T dNfld 2 dNfld E dWld f dNfld 5 dNfld 38fllfld 3WUrU Ell 01 01 01 Unj) (3MtldS) (3MtldS) f f f f f f f f f f U) h IA N h h N N N h (ST) (91) (LS) (81) (61) (92) (L2) [ -M3 2 -M3 E -M3 f -113 S -M3 9 -M3 L -M3 °r Y Y r n N h in In < K Q. u U U U - 1.. 4 Q I Z K < .J. < K K J < ~ -C3 W a = _ a i z o D Li U " m N N N N l•1 h tD N q N IY,1 1 i4 N Oi 1 P9 tU {q h, 00 1U 04 PI tU IA 1 Oq pq N N '•' F- ~ ~ ~ ~ ~ ~ ~ ~ pNq ~ ~ � f H H N N N f7 f h �0 n N N m N N N N N N V J J IJ. J 4 J IJ. II) 4 v N= 2^ -: V -• V N V P) U f U h "' N K h OC 4 a IY T K W a d d u I. W W °a a I< d*2 �. 10 rl m o N N eo f In .o n m P o dfF2 .P. N N N N N N N N N N . - -T ... � C IR dNV of °O O -- I I -93 -• N t7 f h •0 n m P W Y L.i . H O J PJ9 .z V 01 ) W W i Zwaa Q _ W O Z Q OC U == cu cu \ K Q (a7 N IN z0 Z PW m J L. a.iN N W IL O J = } 0 00, P}II L, N ••' N .N..yr at OC O p( n�i 3 J 0! ;!;A z 3cc i .4 < p( pm r 3 3' cc K�Ua Ua W W La ZQQO=. C.1 I Y S S 'S _Z M < 0 J ❑ = J N O = H � ORi Z v O Q V Q ~ Z 2D¢ �¢cl � I-- Z to Z 0- D3 CL �_ all • P U f ? N Z n J 1-- Z V � O a Ad U a � N A � � 2 Oa z J F O � s J fn a = W � F U = 0 z a 0 nZ. i 1 z � 0 rr V) w r p �pW J fA g � J =J M i W Y d J dN NYZ NYZ ❑ ® ❑ N N w f.1 KKK W a= `Y �W o �$azo Jy O H m. -.`NJ in Z 1 a D W J N T = W '� a. n � CL � Zc`i 0}0 m N"Ncu!2 Ri W y Z e O l7 l7 t- W 11 L l� N n 1 n i m 1 T 1 O� 1 Z Z Z a >.Z.Z ^a, OC O �� J¢� JUM �M-- a a H-1 Nk M-0. w a of H.--- U-g Nu, Mu' rK 3 J w�3�s =OF- a a a aoc30 IL CL d d� a�.=y. t� - E - W W 3-C 440. �zZ L) �Z� i .. W J t� � aa� Z W W W W W W W W W W W W W qq~ W y av N C r C a K a K a K a K d OC a OC a K a a CK K < d OC < d y d ��11 H & m o �¢A ~ Ga > .. C -i Z N r s B$ cu M r n O N m In 2 o N f7 f n t W a� a3 Y � a z Z Li Z 2 D J J J V J J N N N N O j N U U U U 1 p 1 N Y n 1 1 1 1 I 1 a N M f n n� z W a a a a ? i a y w y rc d a a R a a ti ra t-y W d a a oy J o J a _ c J a a J U a Z Ou Z O Uv N N 10 n W 01 N ti RI W-A n n OO �o 00 m 1 1 Np1 o, I 1 N ... "' N 1 f- H ONO t- ONO t- H ONO F H H O H t- H H H H H I V) in n n n n NG n n :°. Uv a F N `d N v .. -C -C .. v .. & w .. w r w .. .. n .. n n °m .. 0% a .. N t<S !7 n `� 1.7 NU Y V W N l7 f, CC Z K N n n n S M JJ U {J,1 JU d t t C7 J Lie 9 O Q 4u J CL CL N f7 r U a N- Y I�r °n C' O a n O O d a a d a a a a J M° �_ ° N s n J d*Z dYZ N i FQ- e lU M n .O n m T o (11 t7 f n W a = O °z a � J dN NYZ NYZ ❑ ® ❑ N N `Y Jy O H in Z 1 '� a. n � y Z e O N N N n 1 n i m 1 T 1 O� 1 y �M-- a a H-1 Nk M-0. w a of H.--- U-g Nu, Mu' a W 0- i .. W J t� � aa� Z W W W W W W W W W W W W W qq~ W y av N C r C a K a K a K a K d OC a OC a K a a O' a K < d OC < d y d ��11 H & ~ Ga > .. C -i N r s B$ cu M r n O N m T o N f7 f n t Y City of Renton 4w 71 Other Water Facility Modifications M Appendix B go Schedule B — Other Water Facility Modifications - Index 1. General Notes 2. Plans Page 1 of 3 a. Well 1, 2, 3 Bldg b. Well 8 c. Fluoridation Bldg d. Corrosion Control Facility e. Well 9 f. Mount Olivet Booster Pump Station g. Monroe Booster Pump Station h. Highlands Booster Pump Station i. Highlands Pump Station & Generator Bldg Exterior j. Highlands Generator Bldg k. West Hill Booster Pump Station 1. Houser Way Booster Pump Station �r m. Windsor Hills Booster Pump Station n. Maplewood Booster Pump Station o. Rolling Hills Booster Pump Station p. Tiffany Park Booster Pump Station rrr q. Fred Nelson Booster Pump Station r. South Talbot Booster Pump Station s. Springbrook Springs Treatment Bldg t. Well 5A u. Well EW -3 3. Signal Conduit Schedule ow 4. Signal Circuit Schedule 5. Demolition Schedule wrr 6. Information on Existing Bldg Walls & Ceilings — Material & Thickness Page 1 of 3 Appendix B Schedule B — Other Water Facility Modifications - Index 7. Photos of Existing Conditions Along Conduit Routes a. W123 -1 b. W8 -1 c. W8 -6 d. Fluor -1 & Flour -2 e. Fluor -4 f. Fluor -7 & Fluor -9 g. CCTF -1 h. W9 -1 & W9 -2 i. W9 -2, W9 -6 & W9 -8 j. W9 -10 k. Mt0 -1 1. Monr -1 m. H1dPS -1 & H1dPS -7 n. H1dPS -1 & H1dPS -7 (con't) o. H1dExt -1 p. HldGen -1 q. H1dGen-1 ( con't) r. HldGen -2 s. WHPS -1 t. HsrWy -1 u. WndHls -1 v. Mplwd -1 w. RHPS -1 x. TPPS -1 y. FNPS -1 rr z. STPS -1 aa. STPS -1 (con't) bb. Sprbrk -1 cc. Sprbrk -2 Page 2 of 3 wk ELJ wr r. Uff Appendix B Schedule B — Other Water Facility Modifications - Index dd. Sprbrk -7 ee. Sprbrk -9 ff. W5 -1 gg. W5 -2 hh. W5 -3 ii. W5 -4 J. W5 -5 kk. W5 -6 11. W5 -7 & W5 -8 mm. EW3 -1 Page 3 of 3 r— Appendix B Schedule B — Other Water Facility Modifications General Notes 1. All devices, conduit and conductors and debris removed under this contract shall be disposed of by the contractor at an approved disposal site. See Demolition Schedule for list of items to be removed by contractor. 2. All abandoned conduits protruding through floors, shall be cut off and filled with grout up to the finished floor elevation. All abandoned conduits protruding through walls and ceilings shall be filled with grout flush to the finished wall or ceiling surface as applicable. 3. All openings in the roofs shall remain clear of obstructions. 4. Conduit routing shown on the plans diagrammatically. Contractor is responsible for routing conduits in a neat manner, parallel or perpendicular to walls and ceilings. All conduits shall be surface mounted in a neat and orderly fashion. 5. The plans only show junction boxes at branch points. Other junction boxes are required (e.g., at keyed switch, panic button and alarm horn locations and where .r� routing and NEC dictates) and shall be installed by the contractor. 6. All wires shall be routed in galvanized steel conduits unless otherwise noted. Size as noted in Signal Conduit Schedule. 7. Locations of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not be in conflict electrical equipment and devices. 8. Contractor shall install all conduit, wire and equipment / devices as specified on the plans and indicated in the Signal Conduit Schedule and Signal Conductor Schedule. 9. The contractor shall extend the wires twenty (20) feet beyond the end of the conduits terminating at the telemetry panels and at the junction boxes located ,,. adjacent to existing telemetry panels. At these locations the wires shall be neatly coiled. 10. All wires shall be identified with wire markers as specified in Division 16 of the specifications. 11. Door switches shall be wired in parallel with other door switches. Door switches are normally open when the doors are in the closed position. Opening a door shall cause the switch to close the circuit. W Pagel of 3 Appendix B Schedule B — Other Water Facility Modifications1 General Notes 12. Panic buttons shall be wired in parallel with other panic buttons. Panic buttons are normally open. Pushing the button shall close the circuit. 13. The contractor shall grout all new conduit penetrations in walls to make them airtight. 14. No exposed conduit will be allowed on the exterior of the buildings (i.e., conduits must penetrate the backs of the surface mounted electrical boxes. 15. The contractor shall demonstrate to the Owner and Engineer the proper operation of the door switches, panic buttons, keyed switches and alarm horns via use of temporary power supplies & voltage / current meters. Others will do the final terminations of these circuits in the telemetry panels. 16. Definitions of abbreviations used in the Signal Conduit & Circuit Schedules: a. W123 =Well 1, 2,3 Bldg b. W8 = Well 8 c. Fluor = Fluoridation Bldg d. CCTF = Corrosion Control Facility e. W9 = Well 9 f. MtO = Mount Olivet Pump Station g. Monr = Monroe Avenue Pump Station h. H1dPS = Highlands Pump Station i. H1dExt = Highlands Pump Station & Generator Bldg Exterior j. H1dGen = Highlands Emergency Generator k. WHPS = West Hill Pump Station 1. HsrWy = Houser Way Pump Station m. WndHls = Windsor Hills Pump Station n. Mplwd = Maplewood Booster Pump Station o. RHPS = Rolling Hills Booster Pump Station Page 2 of 3 4; w m w m Page 3 of 3 Appendix B Schedule B — Other Water Facility Modifications General Notes P. TPPS = Tiffany Park Pump Station q. FNPS = Fred Nelson Pump Station r. STPS = South Talbot Hill Pump Station s. Sprbrk = Springbrook Treatment Bldg r t. W5 = Well 5A u. EW3 = Well EW -3 r v. GRC = galvanized rigid conduit w. SSAC = stainless steel armored cable x. AC = steel flexible conduit m w m Page 3 of 3 NN J M Z Q LL- 00 QO W Ln wN Z W0 o I � -0 X = �O OHS Z Wm ~W M �Z WZ �mZ O= -10 O J LLJ _ WF_ 0WJ :2o �U WDE Q cr-p CD ZO Y�� Q� O V) CiW � w WW W W O Z ZN Z = II II II II CL 0 it n CD C) I M z Qo � n- it N Q W z J 0 U — (n irr �Q err V) Y W w J p m�Z?� 00 V'- 1- H 0 0 ; i u r 0 r C c C L L C C L c Z O rl Im N Un J N cr- m� Z W�QU2 � a- OD nc) FUQ -C c Li- in O W > Z OQJLO Q O J N = a. m \ Z NWO W D�Ln Q_ = Q N OW 0 1 C'1QQp CK Oz�0 Ll-0 YF-0 �x M: Of Wz�n� Lj(nZ ~ LO � �W LiOZ M:2 m W 0m= :wWZ0N m Q rZ y O Q : w U O 0 0— 0 Z ornOzz�NgQp� ?YWQ p p N F—w�Uw��cznz� Xww�WZw wp W w LLJ=5 WZz�.zWM Z0Z=UMM n3:: II II II 11 II 11 N Y 2 d z Q 0 J Lo n- II J Q J W z Q CD N U) N Y J Q Q Q Z F-00 > _ D �_ ZOQ0O O w QQ w � Cjf Q 0 Z J 0 J Z p Q Z 01- =zp D w Q LLJ L) W 2� Z O W UnUQQQ r 0 _ _ C)Q C)Q w 3�o Z v7 LO cn r) Q N N W � � �X�Z g 2 o Q J W W Z 0 Z Z JOgO 00 V) :2 _:2 Z F- O F- O �OZr�- Zry WWN W� L.Li Z Z,-, Z � N L � N -�N N (n Y W w J O Q cr- Z 3:: �--00 W I- 0 ] >_cr� �Oa- oO D W < LL- Or U Z Lli t�0JU OQZ V) D - - Q W 0 0 0 0 W Z 0 W (nUQQIr- z 0 Q 0 0 z Q Za CD U — Cl) U) to 1. N m Z N 3'a- so Li- 00 Z J W o U Z W OW W ZOO � 2 Y1� W ~ V J co W 0 W J ~ >- D Q Y 0 0 V UW LJ W Z W W (n V) Q IA. z Qo � � u 0 Qw U zJ CD 0 z �n U) 0 GO LE 0 U Y l0 � Y LLJ O Q�z:�: X00 o >=�ch z0a0� Ow <�CWi JaC�za ~0QZ Z 0tz =p0 U) D a W 0 0 0 W - Z 0 W (nUQQa r r r r z Q � n _II w w Q z J CD v — (n U) NN J M Z Q O = W m J �O � Z QO O �N Z NWo Q N o O o � �l � O X Z = � COQ UF- Z W m W~ W � Z O LLJ 1 Z0 0 oO m p= J W 17- V) :p W J �o LLJ ~ U D J W Q of 0 0LLJ - �� Z z af Y 0 LL) Q V) w3, UW �� LLI W N W W WZZ, LLJ ZO II it II II II F- --3 N V 2 (n V W ft� J 0 Q of Z 3: X00 ti- F- o >_�� ZOm0o 0w <� 0 of O Z x OJ z O Q Z C) �- = Z Oo �Dm -< wUOOC7 w2�zoW (nOQQx r r r Z O Im N �n J ( CL �m 0 OL�C� _ L� W �Q ZO WOW -J U-) Ilf J m 0 �t W �i0 JLo �N Q Q�� m\ z (n0 w0 W`-Z� Q� �NZ� �cD V) 0Y0WZ2 of O � C� � O Z J z— LLJM ►_ -(nom of 0 O a-O��oC� w w OZ �� wz J�0 nmO =J OD _���w ~C) :) —1 �0 Lii U F -OZQm� O — �O zzZ�YN� Q� OrnQ�OJ 0 0 cn w c ��w3' -0w �o � <<Cif iz� wZzV) wnZ�z =g���� z II II II II II II O F-- Y = m Q V � z Q �Lo Qw W zJ C� U J U) V) O z 0 (n Y W � -1 0 Q Z .F- 00 H W � 0 Z O w 0 p W < LL. Or xOZr", Z O Z Z S- =0 �a- OFZ Q _ WZ000 W — Z 0 W N U Q Q � T r r i Z O I � m mZ Q WZ�US � m G m O 0 :D LLJ 2 LL- W �< Zp Qo �Ln <Od cnO JO Lo WN Dmin Q\ �NZO��O m p 0YWZ= xgz ° =��"� zzW V) 3: mQ�O0 0� w0 ao(D w Z : v���w� =� �° "oZQm� 0 �zoIi Ll Qm < Zrn - -oJ Cif v w�oo �� QQQ�U) L/jZ WWNWZW ZO LLJL )� zZ.�zWCn U II II II II II (n (n m N Y 2 m n 1 z Q n II zQ UU — (n (n Y W w J p maor-Z� BOO LL. – ZOWO� p W W Q fr O Z LLJ OJ z�~paz C7� =zo W Q WU0�C� W 2� Z m W (nUQQw r r Up Zz w 0 m =)Z CO D O LL- ly- 6 O Q W O p U LZi.I O Z Q J U w w - -1 � F QHz w ry W U ? � _ 3. U 0 W Of m W ~00 � w— z F-- )- I J _j >_ WQ FYJ d3: pw J W U U > °- z c� o I Iw z O : w _ 3r O I-- I _ F- V) � w �— > GO Z cn U) X p� aZ �= Lj-O O U �--.. LLJ of �Z= (OS C) Li m Z J LLJO wW O° ° UQ Cp H pp � W � E W E-m z� U~ UW N�O m >zO OQ w w i)U Ugz z Ld w 3:WO �U U N m O r Up Zz w 0 m =)Z CO D O LL- ly- 6 O Q W O p U LZi.I O Z Q J U w w - -1 � F QHz w ry W U ? � _ 3. U 0 W Of m W ~00 � w— z F-- )- I J _j >_ WQ FYJ d3: pw J W Z W Q > °- z O Q� o I O : w Q �w I-- I _ F- I F- J U Z x U) X w D �--.. n 0 J _ r Up Zz w 0 m =)Z CO D O LL- ly- 6 O Q W O p U LZi.I O Z Q J U w w - -1 � F QHz w ry W U ? � _ 3. U 0 W Of m W ~00 � w— z F-- )- I J _j >_ WQ FYJ d3: pw J W Z W Q > °- z O Q� o O : w Q �w I-- I _ F- ( f J U Z n U) X Z W D �--.. n LDPS -7 �� LDPS -1 I V) CL p J V I z Q CD Q n Lo II J zW J CD Z O Im m Z Z w z� U 2 � a- ED 0 LLI U- mp °U-C)W= UQ oO J�LLj J z>r I-- Z QON�J =a- Cf) OO W O W =) :2 � <- :2 zp�pLJ(DU)0YpZ -0C��O Oz JHO�- x g z 2 LO z LLJ D O Q U F- Of Z O LL p mzW�Wp0Z�d����Z Z°0N°°O =Jm� _�-��� LLJ p UC) wpZamOfQ D l- - L pC�OOD lgQJ NW Qa �wWWOpU�Uagw�U= zZ�zWV) Z°UZ2Ua- a- (n3: II II II II II cn V) m N Y = m (n Y LLJ ry J O m Q� z F-00_ F_ LiFzp 0 > _ C �_ ZOmpm OwmwCi O Z ry Q O J U Z`�OQZ C�F — =pp U)Dd Q LLJ (-) p o W Qf Z in W U)UQQof 0 w = U Un U :D 0_ U Z (D lil Z Am 1 O0 OaW - (n F- F- p UnZ= p w owQ w D 0-O U U U F- ZO LL Uw U O NdUJ �wmw c0 p U gZ w Qw�O o0 0 cn of V) �_ w l� r O Q ry wCD zo w I CD O Q I— U) n n _O ry X W D m CY O Q ry W z w 0 z0 C� Q :u z a_ J O W Q V) n (n z Q on p w m w o' N 1 1_ z z p p �W o ow o o ZN O O J J U U U F 1,10 U F Z Z Qp � � O OU V V) =z O O W UQ n N W Z FO z N U U Z z \ \ w o_ z z N N O V) w w M = X r O Q ry wCD zo w I CD O Q I— U) n n _O ry X W D m CY O Q ry W z w 0 z0 C� Q :u z a_ J O W Q V) n (n z Q on 0 T w i 04 i r i cfl LIJ W J LrUY 0Z0OU J U H L'- O =°wL _ CCU- F- Cr 0 x w CD 0 =Z LLJ p - f—wQ) LLJ Q Ld He - W <�NZ Z Lcn 0- Zg U O H N�H 4 Z HLDGEN- Z O Q I- V) d O H O F-- z LiJ CD U L,J CD ry W LLJ U� �c Q z s Q CD I z LLJ 0 ° J on z g n �Lo Q W zJ CD U Z O I � mn Z w�QQ= �� (nm ° O =UwC� 2 LLJ � O3: O 'o Q N Q < :E A- NN Ln N In w0 ° I Z �0 Q� v �: OYW O �Z - ,. " w�X �z z (n 3: m - ea W ~° o° r- �w wzmoo�°I- 0 Zz° z°Nmz D �� w[z O o O o o v0 = w m Ir � ?�° ° �o-w U?w� J v LLJ � �C��D� n Q z0J Z ww QY H www� wCnwzw w0 w LLJD z z.�Z`.zwcn z0 z =Ua- win3: II II II II II II -� to Cn Y = a- N N (n Y w fy J 0 Q of Z f- O O w - ° j = C ZOa0O Ow <L,Or 0 Z Li 0 J Z U 0 z Z ol- =o° N�a�Q LLJ 0 0 0 w - z 0 w U) < < Of i J W z W Q >CL O M Q� �w O:2 O W L� J w _ F- U) X Z W I co CL S W (n Y W � J O Q Z ?, �- O O F- V- F ° 0 > (A:2 5 ZOO-0 0 Ow<Q w Cy Of O Z J OpJ Z Q Z S -Sp_ p V) d Q WU°°C) w Z O w co < < ry Z O � I M NZ Z wZ�U= �W (� 0OQWC) ° OL�UwS = LL Nm �< Z0 QO N �O J0 <O- S_ m Lj0 w— O�� Q\ �NZ0�w0 Xgz°S��"`n 0 0Y�Q� zZwDN� mew ~w° �Z � a-05- 0 7 ZO°pcnm� OJ w ��> O_ -� w °wJ �° -��� m �. -�Qww U 0Z m� C) O Q O 00�Q�QJ ?Z�Y(nw O° >N w Uw �of wwV)wzw � ag�czi) zf -- iOda-cn� ZQ ZZ.�ZWV) U Z z II II II II II o V) U) N Y S CL /Q V J z n Q � II � n J Q LLi z Q _J __ N Z � W (n Y W � J O Q Z ?, �- O O F- V- F ° 0 > (A:2 5 ZOO-0 0 Ow<Q w Cy Of O Z J OpJ Z Q Z S -Sp_ p V) d Q WU°°C) w Z O w co < < ry z _O Q 2 cn n z Q0 n u Q zJ CD c) cn 1� ■�i 04 J Z Q LL �m J ZO QO W � ON W OW 0 Lli I D-X = :2 LL O �OUF -� Z WmH(f)0 rY O W Z J0 U) O OJ W F- 0 W J 0 ~UW�Q ry O C���F -gam Z�Y00n Q V) CL CL LLJZZWV) Z() II II II II U) H --D Y 2 V) Y W � J O Q 0:� Z E- O O Wh 0 O >_x- O ZOEL ::) Ow <Wpr LLI of O Z OJ Z O Q Z_ C?I — =pp NAIL - Q WU000 W Z 0 W (nUQQcr E�HaN J Ld Z W Q 0- O M)- )- Q W o:2 O , W W J U J Z F¢- (_n U) X Z W r r I O Q n :2 z D Q n ni Q ry (f) /O V J z r J Q J ;n z O I � M N (%) J N Of N:5 a aof<< (/)� OOLm L -U W= = W m W 0Q ZO J0 W J� <>- � QN � J =- O� �O LO w0 W- � �� Q\ :NZO�OWCfl (n0YOZ Q� -00 LL- ZZ -CDD- X� 0 = >3: Z Wz(1)§ mZw�wO C)Z Q O�OU O � : W Z_ 000�mp =J m _��Of� O�� w }��QWW U0 �XJ OfO (> }OZ m� J Q 0 m O Of zf- ow� gm QomwoO -j Z Y c Q m U) Q ~ ?i Q W :U m, . NXnZ- W W W Z W W 0 W mU __ zZ,ZWn ZU Z =Ua- a(n� II II II II II V) (n m -7 N Y = d (n Y J Of �00� LL- — O > _ :2 5 ZOmO ow <LL� 0 Z O J Z ` ~0Qz =p0 a- of WU0M0 W 9� Z O W V)UQQ0� p J 0 Z W z J LA W Z Of 3: O z cn r }"X 00 Oz U N I W� W 0< :2 Wz O cnmw(� =z w� pW�Og(n ~Z UJ 0 >-D(!)O�JZ W � �Q Z� YDN QWJ LLI LU �0 W LJ W � W Z WN Z � Z �p II II II II V) F- Y 2 r H LLJ J O Q0:�z� -F OOQ C) > _ :2 �_ Z O W �O O:2<L,0 J Z LLI CD rl, Z`�OOQZ C?-- =p F o (n 5 a- ry LLI C) LL) OfZ0Lli (nUQQry L —a� z O Q n n z go n- .I w - � J� C/-) aw O zQ O CD C) m cn 0 O O w m Q T r r r r� r z O Q (l) n n � z w Qo ((j n n O m zQ CD U — (n cn J J CD z O ry N V) M Z N 3:0- O Li - 0 W W J In O W Z0� WFU- (f p J Lli �m0 W 0 W J W ()f Q Z YU) W 00 �x zzw w cn w V) F- Y (n Y w ry J 0 Q[Z� ADO �- 1- 0 of =�5 ZOCLO Ow <wLLi Of 0 Z 0 J Z`pQZ L5 —0 V) r) WU00(> W 2�- Z 0 W (nUQQOf T T r r r Q � n II J zQ Q CD C) v) z Q V) Y W J Q � Z 0 �- O O 0 > = Q C):� ZO0- O OW < � WU' Of of W U Z J O J Z `,~OQZ Uf- =pp V) Q ry W U p 0 U W ZOti1 U) < < ry Z O I � g m m z c? mw-QQ= (nm0O�UWHE _ LL- W HQ ZO SOW -J Of j U-)Q�r N 2n Z (V)Ln w0 w —� ��, Q\ N pW p m p � Z :2 Z U W 0 YL,J 2 X�Z= v�ZZW Q UWm IP-00 of O}pU = p 0 W Z r a Z W W Z O LLJ Z p Nm F W � J O- O " O Jm �� W� W W I- p �p �-<ML J LLJ Of p � p Z D Q z YW O J Z - O p Q 0- } Q >(¢n�c=ZH Ln ��W�UW ���Q -rc)d0-(n� O WZZ�ZWC Zc)Z � II II II II II II Q a- 7N Y 2 m Q � n II J zQ Q CD C) v) z Q V) Y W J Q � Z 0 �- O O 0 > = Q C):� ZO0- O OW < � WU' Of of W U Z J O J Z `,~OQZ Uf- =pp V) Q ry W U p 0 U W ZOti1 U) < < ry T r Q w W z z Q n— n zW J CD U Z O I � M ^N = � mZ Q ZZ�= LLJ Z Li Nm OOWUW= Q Z O J O W J l() Q W �O JLn �N Q Q��m\ Q to N 0 WO 0 1 CY x of 0 W :2 OfZ WC0 n }�0 Y_ L>W-ZO 3Z UO :2: Jz>-XgZ2 Z WOn� rY OQ UF- Z O wO o mWW0Z �0��I�= n - � 0 �ZZ ~ � O �m= LLJZ J000V).O J m �WDZ U — ��OI —LLJ QW :D J p UW m � — � o°Z m Zw� :D �o Q ZOO� Z U) LLQ Q f-- W �nZL��w � F- W ZZ�ZW(!) ZO Z =00-0 -(/)Z�: II II II II II II � --3 N Y = d (n Y W af J 0 Q Of Z x-00 LL- — 0 > _ � - ZOd0D pw <�CW'1 �CD Z� J 0 J ZQZ 0 W�000� W - Z O W (nUQQry r r r O Q (f) n n O m Q z 0 I � m Nz Q Nom= m j �� �m p 0?Uw2 L� W O J W �Q Z 0 -�Lo Q0- Z N� w0 WN � - NLO pW 01 � :2 Z O �k W Cfl (i o LLJ Z= �XOf 0 3 : -� ZJZ(DH :5 Z Z W N3: L cn -i u) 0 0 O� p 0- p � zw�w OZ r- }05 :200 JO00V) O =-J m~ -�gOf Of LLI F: N W -� W LLJ ~Up �}OJ O UOOZam zzZOi�jNw Q� QpOZ�OJ 00 NQ w�c�w �x �NofNZt- WZwNw w L5 CD Z�.ZWtWn ZOU z =UdCLN3�: II II II II II II � --D N Y = 0- z Q n II zQ CU) U) D O N Y W J 0 Q Z F-00 F= Li 1-p C > _ � - CY Z O d 0 OW <wO Z 0 OJ z` OQ_Z Ol- =pp N O d Q W p0(,) W — Z 0 W N U Q Q tx T i r r NU J Z Q W U �m J H� z0 QO Z NLo W0 W.- Q N 0 W o f W OZ�0 LW 00 z Wp m O Z Z J000Un,.0 J LLJ WI-U) :20L�1J �p F- z J� r Q� 0 C� F- OWOF Z Z Y 0 Q Nw�i(JjW �� WLij W N W W ZZ..ZW(n z0 II II II II II N Y 2 em z w � z Q Q J ry zJ CD C) O O C/') ry m CD z n (n Y W w J 0 Q W Z 3: x-00 Q N �_ z 0 :D Ow <�OW ry � 0 Z O J Z O Q Z_ (D - =pp (n 5d 0< W —z0W (nUQQry �r N V) m Z N 3'-D- LL- 0 r = J Z~< Ow d ZQJ O �X= :moo O � o c) 02 Z +rr jmH(nO Q J w Z N m Z Z LLI J O O O O LL) �::OwJV) � Z rr �wjaD J ZDY(f)wZO (n�:: 3: C) Z �r Wzw w ZwNzU) N N II II II II V) Cl) w !-�Y N Z w Q J (L O it m )- Q O� LO ~ N J O N z z w V) X Ln CL Lo Z w m Lv z -1 ' 0 N N _ N 4 N Y uj I N � I � N U) N ow J O co Cr Z 3: '- O O SZ J LL- Q° o >=:2o_ ZOO OW <wCY Of Z JQ.5— Z O O Q Z 0? -=pC am �=—tz Q LLJ 0 C) 0 W Z C) w (nUQQaf rrr err H mZ J S>i w 7 Z ¢ O +� J w .Lo 2'N O I Q w o � ��o x �=o rrr m�DE w►--io o _ w O Z JZ�mO J LLJ r w�7-owJ :2o ~ Q Z Q O � � - Z Y O T N��Uw 3: of rrie w Z wZZwo O II II r II II a- aw r� z aw g -Lo LLJ J ow _J z J w CD N (n Y w J Q Z �— O O JL.L. Q 0 D j :2 5 = O Z O CL OO wOr �w� O Z of Z O <Z — 0 H = OZ 0 (f) O Q Of WU000 w Clf Z O w (nUQQcl� rr W to YAW im ii H is c� b 0 w 3 s D v a a a b d v b O b�D a.. x o o rA z �. O W x a� �a 4a U O E'+ O w .b 0 V 0 a! C1r N W) N N OO --+ �t OO N --� O O O O �'� O N z z z z z z z 00 00 00 00 00 00 00 O O O 00 O O 00 O 00 00 00 00 00 O N d 00 tn C) N M d M M N M 110 M M M M yy "O M � i M N N ~ N N 00 33333 00 00 00 00 C0 3- O 0 O :1 N " 0 O :3 N t. 0 U U r; 1 UUUUU 1 9 1 1 1� U O u, UUwUUw w 0 wO w 0 uO . U U 3 w U U U U r' N ( x M ct Vi En CA In C/] '" b d d Q a Q Q A Q °O > Q O 0o off, O to a, on a an a to a; O � •-+ .O N N N N � M � d' � �!' �O �D [� w�titiW �titititi ,� �tiW w �tititititiW �ti a� (U a� (U U U U U U U U U U U U U C7 C7 C7 C7 C7C7dC7C7 dC7 Od�dd� d -- N M N M O � M N NN00 I 00 I 00 I 00 I 00 1 00 1 00 t O w - O wwwwww . O r O r O - O O Lr O w 0 a! C1r 0 C� u 0 u u 0 3 a� s u as k b 0 4 Q. i ci 0 d u b O U ao w � o Q � � z k�w ° x ate` �a 0 u V 0 F 0 G=r as cn .0 'O 0 V N O0 W) N O O N N O O O O O O z z z zzzzzz N N N 0 z N M N 00 00 00 00 O o o 00 o 0 00 00 0 w 00 00 00 00 00 00 0 0 �c 00 �0 �0 C M S M M Cl?) MI- K1 C) M N 00 V) M �O it 0 ��., 0 LJr M ? ' �' N M � � � � �p o �p o M "'�' N O M O d' O � N •-• N �� 0 3: rn 0, 3r o ,333 o ci O UUU3UUUUUO����o6 3 U � � U U U ,�+UO 4- 0033 ON 0 33x""3`''3`''3"'3x3t`3 "a (U ti cn �bI� 0 0�����b���b o Q� ti o Q� d ti 0 Q ti O A ti o Q ti 0 o ti 0 a 0O top, to CL, O O O - N N M d kn v1 W) \C t- ►'�, u' anti ,'GQPa(��WpgL�Q1G4mOgf��PQ a� H a� H U U U U U U U U U UP., U U U U U U U U U U C4 0< a 04 04 QC7C7C7 04 P4 1:4 -.: <0 < G4 dC7C7C7¢C7C7C7 04 04 04 U 94 04 C4 C� o + 4\ N O, M O, O, to O, \c O, t- O, 00 O, O, O •--, r-+ N M N ~ fV p �U [w+ 3 3 3333333�� 0 0 w U w 0 N RS a. e us O .r C"7 wo y Q O u t� b O O u 0 .0 a1 b u s� u AO .b Q d Q, a ci O 3 u u Lei Q O rid w k o � rA Q z k ,a L � O W x o� aQw+ �a O :ua U O H O w CD O b Q 0 U O M N bA cd Q. en M OO 00 OO N N OO N z 4 z z 00 00 0 O 0 0 0 00 0 0 N O N N O OO 00 O ct d 00 00 V N N �t M Ul �D M O O tn � O O N M d N M M� N C �1 �rj -, - N M� tn � � O O O' b 't3 Old L: �� b b b b U U U U U b b x U x U x U x U x U x U x lu U U U O - zo u O 0 x�01� �xOCnL�N O N N N Q �xu.)W O O o at as � 4 as at m np aj " C) _ o o ,� o •U 0 �°p; 4 C° I- t- l- 00 01 O1 01 O O\ 00 N d N M N M N M N M N titititi titititititi ti ti titi titititi U U U U U U U�� U U 0000 U U U U Ufi! U R;U�� �U� �U C7�C7C7 C7C7Q�C7C7 >C7 C7� C7C7�C7 a -�z s< sz M N '-' N M O o o-d _ b b b b x x x x x x x x x x x x x x O M N bA cd Q. h C 0 CC u "O 0 a 'u w u 3 u .0 O Q� •v u .0 u �a C u Q. Q. b u .0 u b C 0 C� C OD � o 4 0 z O � it O W x o� �a 0 u U O H 0 fir O C 0 U N N N z N M N N z N �t N N M N 00 00 00 00 00 00 N r. O ,__, O 1- O 00 O 00 00 D p 0 00 O O 00 00 O O 0 0 0 �O x t Nt d 00 00 O O t� M 00 `tt V) to M W) [� d' 0 ri N M ' N M a�333�33 xxx��C��3 � a� UUUUU UU3 ����U vUu U U U .� e•r ,� o � .� -o � � C � p+•V„ '�-^' 0 N 0 ..fir U 0 xdAa o kn N 1.0 N 110 N N \0 N �Q"t�t-00 ^" ' n N N N N N N N to 0-4 • o0 M M � � .� n � W y W y u u U U U U U,,/ U U U U U U U U U U�, U U �i Fjr �i iyr �i iyr U 04 0 0i P4 04 \ \ \ \ \ C14 0-0 0-4 914 33x xxxx 3 3 3a 3 �3333x xx3 0 �t a� on C e 9 w w ow fm ii y i� ° C� c: b ° U � O � v as O ° �U U � b Q 4 ci CM Q ii a.. � o o � � d �F z k�w ° x o� Q � W �a ..fir U O F O L. �I U .ter b c� 0 U N 00 11, N N to N N M �--� N N M z 00 z C) z 00 z 00 z 00 00 t— r o 0 0 0 00 o00 00 o 0 0 o 0 0 000 000 0000 0 00 00 00 00 �r v �O IT M Vn 00 �c d M to M V 00 M N M •-- N M N • - N M d N •-- N M N M i � N �p x -i� aaaa^' aaa.ar; zzzzCh Ea- HHH . ? �r�aa �-a.0 ww14 var�tnv�,4�nv�C�cnv)cn U U U U w U U U U U U U U U U U U U can U U � U U 0 0 v o o x 3 o MMM x m en x ) M � xC�r MM 0 ci 00 0 0 00 c° 00 S. �dAa: -`� 0 �dAa, QdAa°., -= 0 A�dA .-• .-• .-- . , a' N N N N M d It d' d' a W) � to kn kn N pgWWGCa i to °r�aimmc� mmaaaa ° aaooaamaam U U U F-+ U H U/ U U U/U/ U UJ U U/U/U/ U u U/U/U/U U U ,U/ ,U/ FIr a: 04 a; a4 a: a; <PP C7 L7 <C7C7 PP<PP C7�C7C7 <C7 e� sk v) s� e� S�, s� Cn s .� sz s s< N M � � .-+ � N � M I �i' I �n I .-. � N M � � '~ N v 0 v] i v v En 0 COO v] 0 CD w x 4 w a, a, a. a, a , z a zzz4E~ a a w � a, a. a., a a � 40. .ow ..o 40. .o wwwwv� w 0 Cd a y ii O u O u w� L � u � va u 3 `" as � O o U C b� a� s u k "C3 ci w � o � � F z 0 dew x o� OJD �a U 0 H O L a� rn V C 0 U IC 0 a A D 0 O 0 O 0 O 0 O 0 O N o o o N z zzzzz zzz 0 0 0 00 O O co 00 00 o .0 00 o0 00 0o w 00 00 00 00 00 00 0 00 w 00 p 00 n tn 00 M O M O N O cq 00 O O M M M m m to M M M \o M 00 N '~ � �-; 3�;�333�3333333333M UUUUUUUUUUUUUwUU UUU�Uv, 3 U U U U ., 00 .. O .-• N M �i' tn ... ......... ., ...... o i���� ����� � oti 0 o�,ti� -, �,ti�,•�ti 0 0 0 0 0 0 0 0� Q A AQAQQ QAA �d i l� [� 00 M M M M M M aaaiaac�r�aa GQaar�c�a�maaa�r�a�%Q�aam ��qW UU��p; U U U U U U U U U UUUUU UUUC4 U V U dC7dC7C7C7 ry04 C7 C7 C7 C7C7ddddQ dddC7C7C7 C?a,o r-+ N M d to \�o t� 00 C� O "�~�333 'p to to to to 33333333333333www in In to to to v� N 1n tn V1 v) v� In M M M IC 0 a A D 0 w 0 .. a� u n O V J n rA 0 u 0 "C Q 0 U 0 H O b O w as O z u s. U •o •o •o -o •o •o -o -o -o -o -o •o •o •o -d -d •o "o -o -o ^O C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 L7 C7 �v� 'IT Itd 't It Itv"It It NTIt 'IT vItIttItIt It "t :9-- It t It It t :t It it t * * * It k t t + + + + + + + + + + + + + + + + + + + + + + Nt V d• It ":r It 't I* d It It IT It It d' � Nt d' It It It it it t t t t it t it 4t It t k it t t it t N N N N N N N N N N N N N N N N N N N N N N i.. On uo �1ncncn �Qc � n In x n � U 'o 'o u " 0 t. �. " 0 &. o u s. o 7o u o 0 . o u a. °0 O A 0 0 0 0 t °� o AV) o 0 0 0 o rn ' N M N M N[ M y vy y �yO I ,_ M N �'yy "0 8 cc o M V� 8 � � M M 33 ~33333 0 � �U3�� ^N� � �N 0 www 33,E o, 3 a.wc40- 40,awaaa.a"a.4 a,0. 04Aoa.0. 0. a oa oa oa H H H H H H H H H H H H H H H H H H H ti H ti H ti H N N 00 00 GO 00 00 O O O NT O O 0� C N O-, ON ON O\ O O O ��333333� (-, U U U U U U U U U U U U V U U U U U U U U U 0 U C* CL y it u i V O A W C� 0 �o 0 u � u � v � O tj a 0 � � V cc b s as PO 0 w as z 0 u V I. s~ a~ >~ s~ b0 � aS a + + + + 1 41: it � 1 1 1 1 1 1 1 1 N N N N N N N N N N 0 00 00 O En �Q 3 rn rn G b a d Q a d A a O0 > A 1 11� ty o �1 "0 D �' ' C7 C7 C7 C7 N M �D 0 0 0 o w w w W b b x x x x x b � b x x x x tea. 0 xa 0 �a 0 Xa. 0 Xw 0 Xa, 0 Xw 0 Xw 0 Xa. xa ka xa. >a 0 0 0 0 0 o 0 o 0 o E a� 0 0� 0 . o E o E .� a� o .� 0 0 0 0 0 o 0 0 0 0 y 0 0 0 v —0 0 0 � v-. 0 u r. 0 v �. v 0 0 v .-. ry+ sN tM clly .-' N M N M d 0 0 0 0 1 U U U U U x x x x U U U U U U U U I. e A r 0 N b0 � aS a e A r 0 0 0 v u u A a+ v 0 ww W O u b ii O U 0 E� "CS 0 w u .Q z u V b b b b b 7 i b b "2 '2 "E��rr�� b b b sir V V V V V V V V srr� V V V V V V V V V it It It It N N N N N N N N N N N N N N N N N O U O EE U O V E V U 0 O x 3 v 3 O x ' ^" 3 O x 3 .F+ 0 .61 3x O "" 3) O 3 ) 0 p o dd a� �O Ny It Ny ry1 N C? �y �y N Ny Myy �y rti Old �My "0 `i7 � "G) 'd `.'V Q0 ad "0 O- O -d a. x o a o a, o a. o a. o a o ' c a c a o a. O E O O O O O O O a O 4- Q) Q — a� '2 � v a = v r =a= v �, v a o a� v, 4- v . 1 . u v .� o .� v a ,41 v v, �o HtiH,HE- 3 'H,�•�HtiH,�HHE Hal -{ a 33x x x x 3 3aaaa.4 U U U U U U U U �jUUU W) 4-+ O M a� c� a y it it V h O 'i y 0 0 w H b 0 �b a� as G U o U 'a' �o � .a 41 a. a 0 w as .Q z v U bb-b -o•o O -d v •v "o v-obb c� -o 'R "R "2 b It it I It it Nt It N N N N N N N N N N N N N N N N N N � 3 x •3 0 3 x 3 O � U 3 3 x U 3 U 3 U 3 U •3 U •3 U •3 0 o 0 0 0 0 0 0 0 a� Q A A Q A 0 N N M l:r tn M 00 a s a4 a s a. a w a azzzzH H H ., K H w w w w v) Cl) v) to CZ CZ En coo cn cn CU 0 c a r aaaaa. cd cd oa cd oa. cd oa. oa,a.a..awa.a cd co w cd cC cd o0. cd oa cd oa. '� U —. A A A -, .. a� 4- a� d r-+ N M N M I C/) P-4 C/) i V) Z I C/) Z C/A Z V) H C!) C/) C/) ^� . � �.a .Z o tn N v) M in F; U wwww� U U U v) v)v)U U V U U U U U U U U U U U W O O c� a wu W it 0 u 0 u 0 ii d z v V C � O 72 72 C7 C7 C7 C7 C7 C7 C7 C7 O 1+' u ar L r s. 'C � as It 4t Ztt: It Z4-- ;t ZW- N to p U N N N O N � � U 4 O O O _ err w 0 ii d z v V tn 0 W) U cz a. 72 72 C7 C7 C7 C7 C7 C7 C7 C7 It 4t Ztt: It Z4-- ;t ZW- N N N N N N N N O O O _ �Ny My N ' M N M M 3 Co "Cd X w�a.�a�a�a�aaa ti�,►�Fr � tn 00 "A 3 "A 3 �A 3 3 3 3 3 3 W W U U U U U U U U tn 0 W) U cz a. 17 a 0 is "O 0 .r V CQ G=r u u �o i c 3 u u 4 b u a c, E. ■r fm aw O d .G y W O w w (z ers Cd cc O 0 0 0 0 o O o U O O O O O O O "c cd '•C� :-i 4° �. W it 40 7-r 4� i-� 40. :.. 40 Lr W U Lei 3M-. LI) C/3 ice. i�� iii O O O O O O O ' U U U U U U U 3 "b v0 - i -d •u b -v 0 0 0 0 0 0 0 0 U U U u U U U 3 O m Cc O 44 ;t4 y O O O O O O 0 O .fl N 3 3 3 N 0 Ln V) O O "0 O O C O b O O O b .b 't) 10 " ' Cd to bo to w bo to ) ) m U 3 cn V (1) 0 (1) a) 0 Q) aai u &. o o 0 0 0 0 to to to to to to to to tc rA .x . .� . .... .� . .., .K .., . a a a cn a w 00 a\ Q) u b r. � � C O 3 3 ' 0 o 0 x x w as m En 3 4� 0 a ft r7 y o � U Q y 3� O y ^d V � N O �o a� U y H O C� O 3 O d w Q I�1 �3 w � N cl 5cl F� C4 3 �O W ci Ix fsr M 44 O Ri a O U O O U o 3Q) 0 0 z�b •� ¢ z o � b � -o 61 �g o a 1.0. 1.0 z °° °° z °° z z z 'N 'N 0 C4 ,� �+ .� ;Z N O O C's O O O A 0 .� V .. U V � 3 cd O 3 3 > > d C', •f �d " add Q zU >°:w►a3°�'4:z a3°�a.zz z ^ ^ ^ ^ ^ ^ ^ 00 00 00 00 0 �O 00 CA Cd ti Q U O U u r� V , u a-I V u1. u .N + N ' N Ly U t7 O cn cdoo tr 1/1 3-1 O O En O � O N 00 00 _ O O "�� U O _ .-+ O -� &.L* O Ugo����z'. .- z"0- U O Cz '3 Uw.b >w °"0 M >4°. C. C's 3 >w ° i U bOJO pq>4°TS -d -p to C4 u M 4- a o O v ai a C'4 ° � w o 4- GQ .b to O 0 UU �3 waa x M 44 O Ri a y 03 � v cs o � eU_ 3� O y V � � b4 C Car W d ea bA a� U y it y F i a� CC 3 it 0 d i7 Y� Lr y O c F �L �cc 3 O d �e W w M 0 N U c� a s O "C i2 OU cd O 2 U z z z C O N U .0 O Cd U U � ° 3 0 'z U 3�:'z z zz b4 bQ 00 00 00 00 00 00 �o 00 a :� cd O ti 0 U O ^' p U C O p O V 0 0 0 0 0 0� O o y O ti �+ O r+ 0 o y U N U U U ,U, v� c4 U3��~U3 t-9u c�ci!�a3 o� x oo x a o0 ' o Cd 0 cn bo �, z E� xWC7�x� wv0 1� M 0 N U c� a s m y as b b� 0� �U w� a� y as j V O y bcl .a a �ad PC G, W R, d m i c� as a� U y Sr � 0 O t~Q 3 O ii �. rA o =� 4.03� w � F cis 3 0 k W .r V Co ITO M O M O c� a >-d o o CZ ro o 1 a 00 00 z cl CA O V L" O OO U O O N p •N p O at 0 O ed co cl a)u > U. •3 •� •� U w a 3 w Z 00 00 00 U �U, N O O p 0 'p 0 O 0 at 00 00 O O O C) O O O y oA w 7:1 w ww~ „O U 3 U4w,.a b as O M 4r � to to P4 M4H 3 3 M O M O c� a W Well 1, 2, 3 Bldg — Views along Conduit Route for W123 -1 M Well 8 — Views Along Conduit Route for W8 -1 m Um an Im Well 8 — Views Along Conduit Route for W8 -6 n ON aw Fluoridation Bldg — Views along Conduit Route for Fluor -1 & Fluor -2 to W Fluoridation Bldg — Views along Conduit Route for Fluor -4 77 n vm .. Fluoridation Bldg — Views along Conduit Route for Fluor -7 & Fluor -9 0 No aw CCTF — Views along Conduit Route for CCTF -1 M ft Well 9 — Views along Conduit Route for W9 -1 & -2 e-- ,. Im Well 9 — Views along Conduit Route for W9 -2, -6 & -8 ON g. C we Well 9 — Views along Conduit Route for W9 -10 go m 0 Fm Mt Olivet BPS — Views along Conduit Route for MtO -1 rr. Monroe BPS — Views along Conduit Route for Monr -1 ow 0 to ii Highlands BPS — Views along Conduit Route for H1dPS -1 & -7 m Highlands BPS — Views along Conduit Route for H1dPS -1 & -7 (con't) OW 71 0 w ii Highlands Exterior Between BPS & Generator Building Views along Conduit Route for HldExt -1 to u. in 1W Highlands Generator Building - Views along Conduit Route for H1dGen -1 us Highlands Generator Building - Views along Conduit Route for H1dGen -1 (con't) 0 r n m or Highlands Generator Building - Views along Conduit Route for H1dGen -2 r7 0 i West Hill BPS - Views along Conduit Route for WHPS -1 ["7 W Houser Way BPS - Views along Conduit Route for HsrWy -1 i. Windsor Hills BPS - Views along Conduit Route for WndHls -1 60 Im to r7 No m Maplewood BPS - Views along Conduit Route for Mplwd -1 77 Rolling Hills BPS - Views along Conduit Route for RHPS -1 tr 77 i Tiffany Park BPS - Views along Conduit Route for TPPS -1 Fred Nelson BPS - Views along Conduit Route for FNPS -1 .. M South Talbot BPS - Views along Conduit Route for STPS -1 r South Talbot BPS - Views along Conduit Route for STPS -1 (con't) W to aw w. W ow "0 Springbrook Trt Bldg - Views along Conduit Route for Sprbrk -1 to Springbrook Trt Bldg - Views along Conduit Route for Sprbrk -2 FM err mo Springbrook Trt Bldg - Views along Conduit Route for Sprbrk -7 71 17 No Springbrook Trt Bldg - Views along Conduit Route for Sprbrk -9 71 go aw Well 5A - Views along Conduit Route for W5 -1 c-� W to Fm Well 5A - Views along Conduit Route for W5 -2 Ow 77 ii Well 5A - Views along Conduit Route for W5 -3 m m Well 5A - Views along Conduit Route for W54 Ow No Well 5A - Views along Conduit Route for W5 -5 rr Well 5A - Views along Conduit Route for W5 -6 Ow Well 5A - Views along Conduit Route for W5 -7 & -8 Im .. ri m mm No Well EW -3 - Views along Conduit Route for EW3 -1 rr Division 18 Measurement and Payment ow 18.1 Payment 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. r+r 18.2 Bid Item No. 1— Schedule A - 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 rr 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 .r equipment off site after contract completion, and provide 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 wr item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of the sum of Schedule A contract items. 18.3 Bid Item No. 2 — Schedule A - Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for renovating the existing pump station structure Ow complete as shown on the Plans and detailed in the contract specifications including: cast - in -place concrete housekeeping pads, renovations for ventilation system, masonry, grating and supports, miscellaneous metal work, interior door with window, exterior door, skylights, carpentry, waterproofing, patching, repairing, and testing. Price shall also include cost of demolition work as related to structural items. Payment shall be lump SUM. 18.4 Bid Item No. 3 — Schedule A - Finishes Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum. aw 18.5 Bid Item No. 4 — Schedule A - Heating and Ventilation Lump sum price shown shall cover the complete cost of providing all labor, materials and �r equipment necessary for the ventilation and heating system shown on the Plans and detailed in the contract specifications. Price shall include cost of equipment and installation of the ventilation fans and fan motors, louvers and dampers, heaters, thermostats and control panel. Price shall also include cost of demolition work as related to the heating and ventilation system. Payment shall be lump sum. irr J: \data \REN \101- 032 \0l - design \Specs \technicals.doc 18 -1 No 4/3/2002 3:50 PM Spring 2002 City of Renton Division 18 - Measurement and Payment N. Talbot PS Rehab & Other Mods 18.6 Bid Item No. 5 — Schedule A - p u E q i ment Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the equipment shown on the Plans and detailed in the contract specifications, including all equipment not listed in the other bid items. Price shall include cost of materials and installation of first aid kit, fire extinguishers, desk, dehumidifier, cable racks, and relocation of chemical metering pump. Price shall include cost of demolition work related to installment of proposed equipment. Payment shall be lump SUM. 18.7 Bid Item No. 6 — Schedule A - Mechanical Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the mechanical work shown on the Plans and detailed in the contract specifications. Price shall also include cost of demolition work related to mechanical items. Payment shall be lump sum. 18.8 Bid Item No. 7 — Schedule A - 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. The bid price for this item shall be based upon providing Siemens \ Furnas Motor Control Center (MCC) Equipment as specified. The Contractor shall provide Alternatives for the MCC Equipment, which meet the requirements of the Special Provisions, with ADD or <DEDUCT> prices for the Alternatives. Price shall include cost of materials and installation of all raceways and conductors for the entire project. Price shall also include cost of demolition work related to electrical or instrumentation items. Payment shall be lump sum. 18.9 Bid Item No. 8 — Schedule A - Automatic Control Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for replacing, relocating or adding the field instruments as shown on the Plans and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of automatic control items. Payment shall be lump SUM. 18.10 Bid Item No. 9 — Schedule A - As- builts Lump sum price shown shall cover the complete cost of providing all mark -up drawings 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, and operation and maintenance manuals. The price for this work will be $2,000. 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. 4/3/2002 3:50 PM 18 -2 ): \data\REN \101- 032 \01 - design \Specs \techrnicals.doc City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 18 - Measurement and Payment 18.11 Bid Item No. 10 — Schedule B — Mobilization, Demobilization, Site Preparation and Clean -up ON 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 sites; secure job sites; provide and maintain necessary support facilities; 4W obtain all necessary permits and licenses; prepare sites for construction operations; maintain sites and surrounding areas during construction; provide system testing, move all personnel and equipment off sites after contract completion, and provide as -built data; "i clean up sites 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 the sutra of Schedule B contract items. 18.12 Bid Item No. 11— Schedule B — Work at Well 1 -2 -3 Building The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Well 1, 2, 3 Bldg and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. fW 18.13 Bid Item No. 12 — Schedule B — Work at Well 8 The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special ,r Provisions Division 17 for Well 8 and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. to 18.14 Bid Item No. 13 — Schedule B — Work at Fluoridation Building .r The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for the Fluoridation Bldg and detailed in the contract �r. specifications. Price shall also include cost of demolition work related to installment of the new items. 18.15 Bid Item No. 14 — Schedule B — Work at Corrosion Control Facility r The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for the Corrosion Control Facility and detailed in the contract .r. specifications. Price shall also include cost of demolition work related to installment of J: \data \REN\ 101- 032 \01 - design \Specs \technicals.doc 18 -3 4/3/2(>U2 3:50 PM i Spring 2002 City of Renton Division 18 - Measurement and Payment N. Talbot PS Rehab & Other Mods the new items. 18.16 Bid Item No. 15 — Schedule B — Work at Well 9 The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Well 9 and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.17 Bid Item No. 16 — Schedule B — Work at Mount Olivet BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Mount Olivet Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.18 Bid Item No. 17 — Schedule B — Work at Monroe BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Monroe Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.19 Bid Item No. 18 — Schedule B — Work at Highlands BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Highlands Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.20 Bid Item No. 19 — Schedule B — Work at Highlands Generator Building The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Highlands Generator Bldg (and electrical run between Highlands Booster Pump Station and Highlands Generator Bldg ) and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.21 Bid Item No. 20 — Schedule B — Work at West Hill BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special 4/3/20023:50 PM 18 -4 J: \data \REN \101- 032 \01 - design \Specs \technicals.doc City of Renton Spring 2002 N. Talbot PS Rehab & Other Mods Division 18 - Measurement and Payment Provisions Division 17 for West Hill Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.22 Bid Item No. 21— Schedule B — Work at Houser Way me BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special to Provisions Division 17 for Houser Way Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.23 Bid Item No. 22 — Schedule B — Work at Windsor Hills BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Windsor Hills Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.24 Bid Item No. 23 — Schedule B — Work at Maplewood BPS rrr The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Maplewood Booster Pump Station and detailed in the contract rir specifications. Price shall also include cost of demolition work related to installment of the new items. 18.25 Bid Item No. 24 — Schedule B — Work at Rolling Hills BPS ar The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Rolling Hills Booster Pump Station and detailed in the contract r specifications. Price shall also include cost of demolition work related to installment of the new items. 4W 18.26 Bid Item No. 25 — Schedule B — Work at Tiffany Park BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Tiffany Park Booster Pump Station and detailed in the contract r specifications. Price shall also include cost of demolition work related to installment of J: \data\REN \101- 032 \01 - design \Specs \technicals.doc 18 -5 aw 4/3/2002 3:50 PM Spring 2002 City of Renton Division 18 - Measurement and Payment N. Talbot PS Rehab & Other Mods the new items. 18.27 Bid Item No. 26 — Schedule B — Work at Fred Nelson BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Fred Nelson Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.28 Bid Item No. 27 — Schedule B — Work at South Talbot BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for South Talbot Booster Pump Station and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.29 Bid Item No. 28 — Schedule B — Work at Springbrook BPS The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Springbrook Springs Treatment Bldg and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.30 Bid Item No. 29 — Schedule B — Work at Well 5A The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Well 5A and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 18.31 Bid Item No. 30 — Schedule B — Work at Well EW -3 The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the work shown on the Plans in Appendix B of Special Provisions Division 17 for Well EW -3 and detailed in the contract specifications. Price shall also include cost of demolition work related to installment of the new items. 4/3/2002 3:50 PM 18 -6 ]: \data \REN \101- 032 \01 - design \Specs \technicals.doc -P 0