Loading...
HomeMy WebLinkAboutContract 4i �;2- ■. Award Date: G OAS r t&4 C o. (._ L c- CAG 03 - 126 Awarded to: :P--I ve- w r� Bidding Requirements, City of Renton + Forms, Contract Forms, Conditions of m the Contract, Plans and Specifications OEM y� ar na City of Renton WETLAND MITIGATION BANK SITE FENCE PROJECT PROJECT NO. SWP-27-2171 MW City of Renton 1055 South Grady Way .. Renton WA 98055 General Bid Information: 425-430-7200 Project Manager: Raymond van der Roest 425-430-7392 ti GPrinted on Recycled Paper ■r CITY OF RENTON RENTON, WASHINGTON ! ' CONTRACT DOCUMENTS for the WETLAND MITIGATION BANK SITE FENCE PROJECT PROJECT NO. SWP-27-2171 March 2004 ! BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ��D J• S� Q � r EXPIRES ! CITY OF RENTON 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper ar EMERGENCY PHONE NUMBERS FOR CITY OF RENTON RESPONSIBLE OFFICER ' CY MORSE 30640 GREEN RIVER RD SE ' AUBURN, WA 98092 206-730-7747 ' JOB FOREMAN TROY MORSE 20121 101 CT SE KENT, WA 98031 ' 206-730-7746 BONDING AGENT CB&MS NICK FIX PO BOX 75715 SEATTLE, WA 98125 206-361-9693 �2, REMOVE SIDE EDGES FIRST. — --- - - —THEN. CREASE AND TEAR THIS STUB ALONG PERFORATION - - - An— DEPARTMENT OF LABOR AND INDUSTRIES I REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST. # EXP. DATE CCOl CONSTCL982D6 04/01/2006 EFFECTIVE DATE 03/26/2002 CONSTRUCT COMPANY LLC 1621 PEASE AVE SUMNER WA 98390 1-5-052-(XX)t8i1 1 Detach And Display Certificate Ci .. CITY OF RENTON BUSINESS LICENSE ;- 2004 'r�ICENSE NUMBER ISSUE.DATE : - LOCATION k ? s'� = Licensee has made application for a City of Renton business license in accordance with the 26716 4/20/2004 1621 PEASE AV 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 a applicable to the business activity licensed. Post CONSTRUCT COMPANY LLC this License at place of business. 1621 PEASE AV SUMNER WA 98390 City of Renton Licensing Division 1055 South Grady Way Renton,WA 98055 (425)430-6851 OP 3133 12194 r r r RECEIVED �. APR 2 '+ rir CUTILITY SYSTEMS N rr i CITY OF RENTON SWP-27-2171 Wetland Mitigation Bank Site Fence Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy ir. Scope of Work Project Location,Vicinity Map Instructions to Bidders .. Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal ' *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Standard Endorsement Form • ❖City of Renton Insurance Information Form 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 Regulations City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Traffic Control Information Standard Details Construction Layout/Base Maps 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 +.r corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid(yellow sheets) .. ** Submit with Bid or within 24 hours of bid(yellow) ❖ Submit at Notice of Award(green sheets) CITY OF RENTON 4W Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 ow r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proi 2003\1102 Final Specs\03-Forms-Scope.doc CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington, this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: ayor Council President attest: City Clert CITY OF RENTON SUMMARY OFAMERICANS K=DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to All.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance ffi , stang requirements, and in accordance with thd Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION-.WI'I FI HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and conunissions 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 DISABILTITES ACT-POLICY-Tie.City of Renton Americans With Disabilities Act Policy will.be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the- policies and guidelines as set forth in this policy (4) CONTRACTORS, OBLIGATION = Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: r Mayor Council President N Attest: j City Clerk r CITY OF RENTON Wetland Mitigation Bank Site Fence Project r SWP-27-2171 r SCOPE OF WORK r The work involved under the terms of this contract document shall be full and complete installation of the Project, as shown on the plans and as described in the construction specifications, including but not .� limited to: • brush clearing and tree removal along approximately 2,300 linear feet of fence line r • furnish and install approximately 2,300 linear feet of new 6-foot high chain link fence • two 20-foot wide double swing gates and one 6-foot wide gate • hydroseeding cleared and disturbed areas " • and cleanup and restoration. r The estimated project cost is $50,000 to $60,000. r A total of 25 working days is allowed for completion of the project. 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. r r r r r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs 3-04\03-Forms-Scope.doc �r z 1E 5W 10th St SW Grady W°1 SW 12th St. SW 13th SWIG. th St. SW 16th St S 15th St i T N V 5 17th St N c a m v o is f - S 18th e '• ' SW 19th St"' S 19th St 3 y a SW 21st St 3 Q° S 21St St J SW 23rd St J S 23d St N N u` = S 25th ST W � SW 27th St SW 27th 51 ' °-- � S 261 S S m �s _ c 5 28th Am S� g m P Rb T SW 29th St AN -- -- SW 30th St > S 31st LOC I N N v 5 32nd P. S 32 PI CwD S ,y1�32nd St SW 341 St @IVd Minkter SW✓4th St LL S 34th S U) _ vJ y �° i Y _� S 36th ti S 37th SI %SW 9th St 5W 39th St S 38th " � c e 2 v SW 41st Sl SW 41st St S 179th St o ; _,_.. SW 43rd St, SW 4✓d St oN 181st ' Yd�, c 5 S 182n1 .......,.. s 0 45th PI N ,e Aw S 186th St S 188th St Q S 188th St a 3 S 190th St S 190th St m° S SE 0th Sl !91 S 192nd St S! S 55th St ai +1/ PROJECT LOCATION -- 0'I 2000' WETLAND MITIGATION BANK SITE i N Scale; 1' = 2000' FENCE PROJECT r City of Renton Surface Water Utility 8/03 VICINITY MAP Wetland Mitigation Bank Site Fence Project LouSYf l6th�S . Slf 16th St b � o W 19th St. S 19th -- 6 SW 21st St. � O 6 SAP 23rd SL .� 0 w l' �! SW 27th St. SW 27th St. � � I — — ... SW 29th FNORTHERN.._'...-- SITE—,.- -- 30th St. i FENCE LOCATION SW s St. I SO E v < W t 1S t. SW 41st St. SW 41st St. 0 1000 2000 im� 000§00000m 1 : 12000 M +r INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. r No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. r 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. i 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the "' decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability ,.r to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. rr 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment ur A herein and as identified within Specification Section 1-07.18. M 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart aw type construction schedule for the project. 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. .. 15. Payment 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. i 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the rw successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems "• 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. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the r CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under " section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees r The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. Aw 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall r 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 material s. 21. Standard Specifications i All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental +� Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 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 i 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. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their r bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. nr 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted,as part of your bid, all documents marked in the index as"Submit With Bid"? ..r ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ,w ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? d= ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? i " E X A M P L E - SCHEDULE OF PRICES " This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount' column as a figure. Example: Bid Item #2, 200 Linear Foot x $1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the "Subtotal'column (example: $5,468.35). 4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax" column. Example: $5,468.35 x 8.8% = $481.21 5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column (example: $5,949.56). RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures). EXAMPLE ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars and 22 cents $ 3.22 $ 483.00 4. 2 Chain Link Gate Each $ One thousand two hundred dollars $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand three hundred dollars $ 2,300.00 $ 920.00 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,468.35 8.8% Sales Tax $ 481.21 TOTAL $ 5,949.56 07c-Example Sch Prices.doc CAG-03-126 CITY OF RENTON ' WETLAND MITIGATION BANK SITE FENCE PROJECT SWP-27-2171 ' CALL FOR BIDS ' Sealed bids will be received until 3:30 p.m., Tuesday, March 30, 2004, at the City Clerk's office, 7g' floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The work to be performed within 25 working days from the date of commencement under this contract shall include, but not be limited to: ' Brush clearing and tree removal along approximately 2,300 linear feet of fence line, furnish and install approximately 2,300 linear feet of new 6-foot high chain link fence, two 20-foot wide double swing gates and one 6-foot wide gate, hydroseeding cleared and disturbed areas, and cleanup and restoration. ' The estimated project cost is $50,000 to $60,000. The City reserves the right to reject any and/or all bids and to waive any and/or all ' informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of$25.00 ($22.98 plus $2.02 sales tax) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Daniel Carey at (425) 430-7293, 1055 South Grady Way, Renton, WA 98055. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. p Bonnie 1. Walton, City Clerk Published: Daily Journal of Commerce March 9, 15, & 22, 2004 CAG-03-126 CITY OF RENTON WETLAND MITIGATION BANK SITE FENCE PROJECT SWP-27-2171 CALL FOR BIDS _ Sealed bids will be received until 3:30 p.m., Tuesday, March 30, 2004, at the City Clerk's office, 7`h floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The work to be performed within 25 working days from the date of commencement under this contract shall include, but not be limited to: Brush clearing and tree removal along approximately 2,300 linear feet of fence line, furnish and install approximately 2,300 linear feet of new 6-foot high chain link fence, two 20-foot wide double swing gates and one 6-foot wide gate, hydroseeding cleared and disturbed areas, and cleanup and restoration. The estimated project cost is $50,000 to $60,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of$25.00 ($22.98 plus $2.02 sales tax) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Daniel Carey at (425) 430-7293, 1055 South Grady Way, Renton, WA 98055. .. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies r shall apply. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce March 9, 15, & 22, 2004 r ,,. 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 i Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor,vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM �• I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project,I will pay each classification of laborer,workman,or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Wetland Mitigation Bank Site Fence Project Name of Project Name of Bidder's Firm S ature of Authorized Representative of Bidder Subscribed and sworn to before me on this 30 day of h&aY&VI , 200 =�N11 40, �M�S ONF�Ais ii Notary blic in and for the Sta of Washington -Z�o�o JULY N.• Notary (Print) A E( p 1 AA-f SQ * : 9 SIC= My appointment expires: "1-- C(—61 2007 Bond No. T-042 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ 57. of Bid which amount is not less than five percent of the total bid. Sign here ' ` Know All Men by These Presents: That we, Construct Company LLC , as Principal, and Travelers asua ty and Surety & .paay of Am r;ra as Surety; are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of "Five precent of total bid amount* 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 Wetland Mitigation Bank Site Fence Proiect 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 30th DAY OF March , 20p 4 Construct Company LLC By: � Principad Travelers Casualty and By: , a. 'X� Surety Company of America Surety R.A./Fix, Attorney-in-Fact Received return of deposit in the sum of$ Travelers ' IMPORTANT DISCLOSURE NOTICE F O TERRORISM INSURANCE ' COVERAGE ' On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. rPlease note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 r POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, ,. County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys)-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: •• VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors-at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President M may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional W undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or rr by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by _ authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. u• irr 01-00 Standard) P IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 13th day of February 2003. '01 STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD �,WMYNgf Jr':Ty Apas GAsu.4� ,�,►��rr� T•"(]R O a HARTFORD, 9mi +~� 1982 o BY , f e ? CONN. ;ob �ar George W. Thompson ,1•••...�.°,�` `61 P ��y' `y • �`' Senior Vice President On this 13th day of February, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, them corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. .r �.Tl7 • s` My commission expires June 30, 2006 Notary Public Marie C.Tetreault r CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of -WIOW > 206q. pr, f;;w - Jr�ty A 9 p C IT 14 0 FIRTFD a HARTFORD, V 1992 o By CONN. CONN. o° z Kori M. Johanson v a j°• spa '`61 �N+ar 6�y . ►`'� Assistant Secretary, Bond CITY OF RENTON SWP-27-2171 WETLAND MITIGATION BANK SITE FENCE PROJECT TO THE CITY OF RENTON PROPOSAL 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.) Printed Name: C,D 1J S—\\Q.V�CT p , LL Signature: Address: 11021 'Qer,ge �•, ne� W a t � Names of Members of Partnership: Cv 00rse OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of rr With Main Office in State of Washington at r r� CITY OF RENTON WETLAND MITIGATION BANK SITE FENCE PROJECT SCHEDULE OF PRICES Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. FLump PROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT ANTITY (Unit Prices to be written in words) (figure) (figure) Mobilization bib Sum $ eve �Mv ��l dwo�� drpr� /i ro $S,Zau.y 0 $ D,2- o J 2. 1 Traffic Control Lump Sum $+vvo /I 6,1e kLAJAAv,,A kp/u,o $ 2,9ob.00 $ 2 ,a0o,o 3. 1 Erosion Control Lump Sum $ o,_o ++ a, '��'oo $ 1,°uu-oo $ 1,00c) -00 4. 350 Clear Fence Line, Remove Trees-Area A Linear Foot $ _�j_ 1-� ay,.&'. /( ,..) $ $5125o-00 5. 1910 Clear Fence Line, Remove Trees-Area B Linear Foot $_-two -k '4o/,t, $ 2• $ 6. 10 Topsoil Type C Cubic Yard ��d`��ta� $ t-t9. o' $ 7. 15 Select Borrow Ton $ fiwev�!-.a a�,� OL\"L `0 (vo $ Z�.bo $ ' 8. 2260 Chain Link Fence Type1 Linear Foot $ e\Q,.LQ,,, ad�% � $ $ 2i, U4t °o 9. 35 End, Corner, and Pull Posts For Chain Link Fence u Each $ 0V-Q_ �n� .r�nor� �1.� rJc�l AuC U�o� $ 1 00 $ 10. 2 Double 20 Ft. Chain Link Gate Each $_o"'t '%r- $ L000_oo $ Z000-0o 11. 1 Single 6 Ft. Chain Link Gate Each $ 11.1 161" 6,eA $ `I $ Lf34•0% 12. 0.50 Hydro-seeding Acre $-\- ,Yee moo..s" of �t�,p �, �a "'%� $3�5 DO_o0 $ 1,`15 0,00 13. 1 Restore Complete Project Lump Sum $ d,e r N° ao $ I, Odo - Subtotal $ 'S Sj 9 $O • 0 8.8% Sales Tax $ 4, 9 Z Ce.24 TOTAL $ Gtb, `I 010, 07-Sch Prices v02.doc SUBCONTRACTOR LIST SWP-27-2171 WETLAND MITIGATION BANK SITE FENCE PROJECT RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or r electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: +. A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. Name: C., M o Title: n r q ,p Signature: B. The following subcontractors) gubcontract amount exceeds 10 percent of the contract price: .. (list subcontractor and bid item) Bid Item (s) /� A Subcontractor Name " .. Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address •• Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. r Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. r CONSTRUCTCO. ' April 13, 2004 City of Renton 1055 S. Grady Way Renton, WA 98055 Re: Letter of Resolution ' Attn: Gre gg Zimmerman ' To Whom It May Concern: ., This letter here by states that Cy Morse and Heidi Morse are authorized to sign any contracts or official documents for Construct Co. LLC. If you have any further question ' please contact our office. Thank you, ' H Office Manager 2030 Dexttr Amuu,No�h117 1"ttGe, was"top& fv 253.826.2050 f 253.826.2048 CONSTRUCT-CO.COM 'Original' Bond No. 104 124 611 BOND TO THE CITY OF RENTON KNOW ALL MEN BY T14ESE PRESENTS: That we,the undersigned Construct Company LLC 1621 Pease Ave. Sumner, WA 98390 _ Travelers Casualty and as principal, and Surety Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation,and qualified under the laws of the State of Washington to became surety upon bonds of contractors with municipal corpot�paX�aysiosand nine jointly and severally held and firmly bound to the City of Renton in the peas! sum of hundred six & 24/100** S **60,906.24** dollars 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_ _ ,20 04. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and parsuant to Public Works Construction Contract CAG-03-126 providing for construction of Wetland Mitigation Bank Site Fence Project. tie principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept,the contract,and undertake to perform the work therein provided for in the manner and within the time set forth; NOW,THEkEFORE, 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 material,men,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. Travelers Casualty and Surety Construct Company LLC Company of America Principal Surety B r ,. �\ _ y' � 1 By S ignature Signature R.A. Fix, M art A Attorney in Fact Title Title Approved by Larry Warren 2/14/92 Mravelers �4� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARNMGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 '0' P/P 104124611 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, ,,. County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign,execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and .. other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies,and all the acts of said Attomey(s)-in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed. r This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: i VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in r the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional as""`undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY r COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: +� VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. r ■r (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 13th day of February 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD ` yJ',(Y Alias GASU4 U' Gm QoP'P � n a HARTFORD, < U' 1982 o BY cM g CONN. d` •cc �a George W. Thompson �•••v;`�, `61 y �dy `y . ►`' Senior Vice President • On this 13th day of February, 2003 before me personally came GEORGE W. THOMPSON to me known, who,being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2006 Notary Public *oft Marie C. Tetreault �r CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 7 th day of APRIL 20 04. y'ANMYNNpw J'L(v AiyaS G►•sug4 �f S yC � �9 0� Cf X11 rA. W HARTFORD, < z 1982�' o By QOP1N. co"" o ; Kori M. Johanson •v;`1 `b1 tidy `y . ►`' Assistant Secretary, Bond r r 8*1;e(1aXDP CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE L L L hereby confirms and declares that Name of contractor/subcontractor/consultant) I. It is the policy of C O N 7r V L4 c i C to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex,national origin, age, disability or veteran status. .• II. t���-C YZu('J, (o . LL L complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. r IL When applicable, CC).,\ S� %,1 L � ( c' will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. C' I^v ! 0,(C Print AgeniJ epresentative's Name r :� I (,'-v\ L .4 , Print Agent/Representative's Title C-1, IVNI__�__. r Agent/Represeittative's Signature t-( -- 12 -C 14 Date Signed r Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. r r r r r H:forms/envrmtaUenv i rpoUbh CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 2q 4A day of d4AAZ ,20_,9� . by and s between THE CITY OF RENTON, Washington, a municipal corporatio of the State of Washington, hereinafter referred to as "CITY" and Cc!1SAV-d (-0, t-L(,- thereinafter referred to as "CONTRACTOR." r WITNESSETH: I) The Contractor shall within the time stipulated, (to-wit: within twenty five [25] working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and .. transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as SWP-27-2171 for improvement by construction and installation of: Wetland Mitigation Bank Site Fence Project. 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 there over. 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. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any H:fonns/envrmtaVenvirpoVbh 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. .. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked _ upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid H:forms/envrmtaUenvirpoVbh 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 twenty five [251 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 thereof, which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. .. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs,progress schedules,payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this r` Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. H:forms/envrmtaVenvirpoVbh 11) The total amount of this contract is the sum of $60,906.24 Sixty Thousand,Nine Hundred and Six Dollars and 24 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. CONTRACTOR CITY OF RENTON ieA President/PaAner/Owner Mayor ATTEST Secretary Co . City Clerk Dba ConS�ro C� C L_ C- Firm Name check one 13 Individual 0 Partnership 0 Corporation Incorporated in Attention: If business is a CORPORATION,name of the corporation should be listed in full and both President and Secretary must sign the contract,OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. H:forms/envrmtat/envirpolft ent By: ABPI; 2063655014; Apr-13-04 16:54; Nape 2/9 c City of Renton Human Resources & Risk Management Department N. Insurance Information Form FOR: Wetland 1vlitlUtion Bank Site Fence Project PROJECT NUMBER:SWF-27-2171,CA-G-03-126 STAFF CONTACT:Daniel Carey Certificate of Insurance indicates the coveragtallimits specified in /Yes ❑ No contract? Are the following coverages and/or conditions in effect? ,eyes ❑ No The Commercial General Liability policy fort Is an ISO 1993 Yes ❑ No Occurrence Fonn or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CO 0443 Amendatory Endorscmcnt prvvlded? OYes [] No General Aggregate provided on a'per project basis(CO2503)7* 'Z Yes ❑ No AddifonaJ Innued wording provided?* [ Yea ❑ No Coverage on a primary basis and non-contributing basis?' ;z Yes ❑ No Waiver of Subrogation Clause applies?* � Yes ❑ No Saverability of Immst Clause (Cross Liability)applies? Yes ❑ No Nodce of Canedletion/Non-RnnQwe]amended to 45 days?* � Yes ❑ No 'To be shown on etnr�icafe of inwrance' AM R>Esrs RATING FOR CARRI}rR GL Auto A Umb Professional C a- -I--t y This Questionnaire is issued as a matter of information. This questionnaire is not an insw=ce policy and does not amend, encte d 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. Agency/Broker Completed By(Type or Print Nam O_SO :5-'v-4 Address f-Z— -7 Completed Jsy ) Name of person:to contact Telephone Number NOTE: THIS QU=ONNAIRE MUST RE COMPLETED FOR E,tCH VNE OF COVERAGE AND ATTACHFD TO CERTIFICATE OF INSURANCFi ACORD CERTIFICATE OF LIABILITY INSURANCE CSR SR DATE(MM/DD/YY) NST-1 1 04/15/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION American Business & Personal ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance, Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR L1050 5th Ave. NE Suite 201 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98125 Phone: 206-361-0600 Fax:206-365-5014 INSURERS AFFORDING COVERAGE NSURED INSURERA: OHIO CASUALTY INSURER B: CONSTRUCT COMPANY, LLC. INSURER C: Cyy & Heidi Morse TiL Pease Ave. INSURER D: Sumner WA 98390 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH Orr POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LTR DATE MM/DD/YY POLICY DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 �A X COMMERCIAL GENERAL LIABILITY BKO51180516 03/28/04 03/28/05 FIRE DAMAGE(Any one fire) $ 50,000 CLAIMS MADE ❑X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 X Stop Gap GENERAL AGGREGATE s2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY P JECT RO LOC AUTOMOBILE LIABILITY 7A ANY AUTO BK053180516 03/28/04 03/28/05 COMBINED SINGLE LIMIT $ 1 000 000 (Ea accident) r r ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ 7 X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) 7 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ T EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ I E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ OTHER 7 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CITY OF RENTON IS NAMED AS PRIMARY ADDITIONAL INSURED WITH A NON- CONTRIBUTORY CLAUSE PER FORM CG-8330 MASTER PAK BLANKET ADDITIONAL FORM, WITH WAIVER OF SUBROGATION AND PER PROJECT AGGREGATE APPLIES. WITH AN ADDITIONAL INSURED FORM CG2012. (ATTACHED) PROJECT: WETLAND MITIGATION FAX 425-430-7241 ATTN: DANIEL CAREY CERTIFICATE HOLDER Y ADDITIONAL INSURED;INSURER LETTER: Y CANCELLATION CITY02 9 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF RENTON 1055 South Grady Way IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Renton WA 98055 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE [Jim Miller C.P.C. 'ST 0-, 1.1- ACORD 25-S(7/97) ( ©ACORD CORPORATION 1988 EppLfCY NUMBER: BK05318051 6 Ologpl R IAL ,E`8NERgL LIABILITY CG 20 12 07 98 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR POLITICAL SUBDIVISIONS - PERMITS Phis endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE State or Political Subdivision: CITY OF RENTON (If no entry appears above,Information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) Section 11 - Who Is An Insured is amended to in- clude as en insured any state or political subdivi- 2. This insurance does not apply to: Bodily injury," "property damage," sion shown in the Schedule, subject to the a following provisions: personal and advertising injury" arising 1. This insurance applies only with respect to out of operations performed for the state operations performed by you or on your be- or municipality; or half for which the state or political subdivi- b• "Bodily Injury" or "property damage" in. sion has iaeued a permit. cluded within the "products-completed operations ha mrd". CO n 12 07 98 Copyright, Insurance Services Office, inc., 1997 Page 1 of t COMMERCIAL GENERAL LIABILITY CG-8330-12 03 1. BLANKET ADDITIONAL INSURED(Owners, Lessees Or Contractors) (Includes a Primary/Non-Contributory provision) Who Is An Insured-Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement.The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the"bodily injury,""property damage"or"personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A-Bodily Injury and Property Damage Liability, Coverage B-Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III -Limits Of Insurance of this policy,whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. COMMERCIAL GENERAL LIABILITY CG-8330-12 03 C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. D. As respects the coverage provided to the additional insured under this endorsement, Section IV-Conditions is amended as follows: 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an"occurrence"or an offense, that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or"suit"from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an"occurrence"by virtue of also being an additional insured on other policies,this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy,the following applies: COMMERCIAL GENERAL LIABILITY CG-8330-12 03 A. The last paragraph of 2. Exclusions of Section I-Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion"or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III- Limits Of Insurance. B. Paragraph 6. of Section III -Limits Of Insurance is replaced by the following: 6. Subject to 5. above,the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage"to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion"or sprinkler leakage incident. C. Paragraph b.(1)(b)of Condition 4. Other Insurance(Section IV—Conditions) is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of"insured contract"in Section V-Definitions is replaced by the following: 9. "Insured contract"means: a. A contract for the lease of premises. However,that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion"or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an"insured contract'; E. The following definition is added to Section V-Definitions: "Explosion"means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion"does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; COMMERCIAL GENERAL LIABILITY CG-8330-12 03 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control;or 4. Rupture or bursting caused by centrifugal force. 3. NON-OWNED WATERCRAFT Subparagraph g.(2)of Paragraph 2., Exclusions of Section I -Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments -Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. 5. PERSONAL AND ADVERTISING INJURY-ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V-Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral,written, televised,videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral,written,televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V- Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any"executive officer"director, stockholder, partner or member of the insured; and COMMERCIAL GENERAL LIABILITY CG-8330-12 03 (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I-Coverage B -Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury"arising out of oral, written,televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; C. Material Published Prior To Policy Period "Personal and advertising injury"arising out of oral,written,televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy period; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your"locations"owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway,waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE(PER PROJECT) The General Aggregate Limit under Section 111 Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for"loss"to property of others caused by your business operations. The most we will pay for this coverage is$500 each 'occurrence." The"loss"must occur during the policy period. The'occurrence" must take place in the"coverage territory". "Loss"means unintended damage or destruction. "Loss"does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any"auto"; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. COMMERCIAL GENERAL LIABILITY CG-8330-12 03 None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible,the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage"to personal property of others while in your or your"employees"care, custody or control or real property of others over which you or your"employees"are exercising physical control if the"property damage"arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage"of property at premises owned, rented, leased, operated or used by you; 2. "Property damage"of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the"property damage"is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage"of property caused by or arising out of the"products-completed operations hazard". C. Limits Of Insurance-The most we will pay for"property damage"under this Section 9. is $5,000 for each 'occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of"property damage"is an annual aggregate limit of $25,000. The Limits Of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible-We will not pay for"property damage"in any one'occurrence"until the amount of"property damage"exceeds $250. If the policy to which this endorsement is attached contains a"property damage"deductible, that deductible shall apply if it is greater than $250. E. In the event of"property damage"covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS COMMERCIAL GENERAL LIABILITY CG-8330-12 03 A. Paragraph 4. of Section II-Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to"bodily injury"or"property damage"that occurred before the entity was acquired or incorporated or organized by you. C. Coverage B does not apply to"personal and advertising injury"arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV-Conditions, Paragraph 2.a., that you must see to it that we are notified of an'occurrence"applies only when the'occurrence" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV-Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or"suit"will not be considered breached unless the breach occurs after such claim or"suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. COMMERCIAL GENERAL LIABILITY CG-8330-12 03 Knowledge of an'Occurrence,"claim or"suit'by the agent, servant or"employee"of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or"employee". 12. BODILY INJURY Paragraph 3. of the definition of"bodily injury"in the Section V-Definitions is replaced by the following: 3. "Bodily injury"means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded,the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the Declarations. All other terms and conditions of your policy remain unchanged. Includes copyrighted material of ISO Properties, Inc., with its permission. CG 83 30 12 03 ISO Properties, Inc., 2003 Page 8 of 8 w CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS `w MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations w • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage r. • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles err • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation aw • Statutory Benefits(Coverage A)-Show WA L&I Number _ (4) Umbrella Liability • 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, including Advertising activities) 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) Pollution Liability - the City may require this coverage whenever work under this Contract involves .. pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. w. Insurancepk.doc\ an no go LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: '*" Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 .r *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability +r. Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 ,., Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 r aw Insurancepk.doc\ no r.. ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON on Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. r 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) + 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate VW of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for I. two(2)years after completion of the project. in ar a. r.. 4W Insurancepk.doc\ r sm aw PREVAILING MINIMUM HOURLY WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 r Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Ir Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEYLEVEL $31.86 1N 5D BOILERMAKERS r JOURNEYLEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEYLEVEL $38.37 1M 5A CABINET MAKERS(IN SHOP) JOURNEYLEVEL $16.67 1 s CARPENTERS ACOUSTICAL WORKER $38.06 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $37.90 1M 5D CARPENTER $37.90 1M 5D CREOSOTED MATERIAL $38.00 1M 5D DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 1M 5D FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $38.10 1M 5D SAWFILER $38.03 1M 5D SHINGLER $38.03 1M 5D i STATIONARY POWER SAW OPERATOR $38.03 1M 5D STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEYLEVEL $38.94 1M 5D DIVERS&TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L �1e ASSISTANT MATE(DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN,HYDRAULIC $39.85 1B 5D 8L • MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 16 5D 8L DRYWALL TAPERS JOURNEY LEVEL $38.59 11.1 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEYLEVEL $18.69 1 Page 1 rr �1 i KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $48.51 1D 6H CABLE SPLICER(TUNNEL) $52.31 1D 6H CERTIFIED WELDER $46.79 1D 6H CERTIFIED WELDER(TUNNEL) $50.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $45.06 1D 6H JOURNEY LEVEL(TUNNEL) $48.51 1D 6H ELECTRICIANS-MOTOR SHOP , CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A ' CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS �. ALL CLASSIFICATIONS $11.60 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.18 1N 5D GLAZIERS JOURNEY LEVEL $38.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $39.93 1 F 5E HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $32.34 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 ' INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $33.50 1K 5B COOK $28.96 1K 5B DECKHAND $28.16 1K 5B ENGINEER/DECKHAND $30.61 1K 5B MATE,LAUNCH OPERATOR $32.05 1K 5B Page 2 KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANEGN OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $37.90 1M 5D IRONWORKERS r JOURNEY LEVEL $41.02 1B 5A LABORERS ASPHALT RAKER $32.34 IN 5D BALLAST REGULATOR MACHINE $31.86 IN 5D BATCH WEIGHMAN $27.18 IN 5D r BRUSH CUTTER $31.86 IN 5D BRUSH HOG FEEDER $31.86 IN 5D BURNERS $31.86 IN 5D CARPENTER TENDER $31.86 IN 5D CASSION WORKER $32.70 IN 5D CEMENT DUMPER/PAVING $32.34 IN 5D CEMENT FINISHER TENDER $31.86 IN 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 IN 5D r CHIPPING GUN(OVER 30 LBS) $32.34 IN 5D CHIPPING GUN(UNDER 30 LBS) $31.86 IN 5D CHOKER SETTER $31.86 IN 5D CHUCK TENDER $31.86 1 N 5D CLEAN-UP LABORER $31.86 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $32.34 1N 5D CONCRETE FORM STRIPPER $31.86 IN 5D CONCRETE SAW OPERATOR $32.34 1N 5D CRUSHER FEEDER $27.18 1N 5D CURING LABORER $31.86 IN 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $31.86 1 N 5D DITCH DIGGER $31.86 IN 5D DIVER $32.70 IN 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $32.34 IN 5D DRILL OPERATOR,AIRTRAC $32.70 1 N 5D DUMPMAN $31.86 IN 5D EPDXY TECHNICIAN $31.86 1 N 5D �r EROSION CONTROL WORKER $31.86 IN 5D FALLER/BUCKER,CHAIN SAW $32.34 IN 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $24.86 IN 5D construction debris cleanup) s FINE GRADERS $31.86 IN 5D FIRE WATCH $27.18 1N 5D FORM SETTER $31.86 IN 5D GABION BASKET BUILDER $31.86 1 N 5D GENERAL LABORER $31.86 IN 5D GRADE CHECKER&TRANSIT PERSON $32.34 1 N 5D GRINDERS $31.86 1N 5D GROUT MACHINE TENDER $31.86 IN 5D Page 3 +r 11D KING COUNTY wk Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $31.86 IN 5D HAZARDOUS WASTE WORKER LEVEL A $32.70 IN 5D HAZARDOUS WASTE WORKER LEVEL B $32.34 IN 5D HAZARDOUS WASTE WORKER LEVEL C $31.86 IN 5D HIGH SCALER $32.70 IN 5D HOD CARR I ER/MORTARMAN $32.34 IN 5D JACKHAMMER $32.34 IN 5D LASER BEAM OPERATOR $32.34 IN 5D MANHOLE BUILDER-MUDMAN $32.34 IN 5D MATERIAL YARDMAN $31.86 IN 5D MINER $32.70 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $32.34 1 N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, ' GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $32.34 IN 5D PILOT CAR $27.18 IN 5D PIPE POT TENDER $32.34 IN 5D PIPE RELINER(NOT INSERT TYPE) $32.34 1 N 5D PIPELAYER&CAULKER $32.34 1 N 5D PIPELAYER&CAULKER(LEAD) $32.70 1 N 5D PIPEWRAPPER $32.34 1N 5D ' POTTENDER $31.86 IN 5D POWDERMAN $32.70 IN 5D POWDERMAN HELPER $31.86 IN 5D POWERJACKS $32.34 IN 5D RAILROAD SPIKE PULLER(POWER) $32.34 IN 5D , RE-TIMBERMAN $32.70 IN 5D RIPRAP MAN $31.86 IN 5D RODDER $32.34 IN 5D SCAFFOLD ERECTOR $31.86 IN 5D SCALE PERSON $31.86 IN 5D SIGNALMAN $31.86 IN 5D SLOPER(OVER 20") $32.34 IN 5D SLOPER SPRAYMAN $31.86 IN 5D ' SPREADER(CLARY POWER OR SIMILAR TYPES) $32.34 IN 5D SPREADER(CONCRETE) $32.34 IN 5D STAKE HOPPER $31.86 IN 5D STOCKPILER $31.86 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $32.34 IN 5D TAMPER(MULTIPLE&SELF PROPELLED) $32.34 IN 5D TOOLROOM MAN(AT JOB SITE) $31.86 1 N 5D TOPPER-TAILER $31.86 1N 5D TRACKLABORER $31.86 1N 5D TRACK LINER(POWER) $32.34 1N 5D TRUCK SPOTTER $31.86 IN 5D TUGGER OPERATOR $32.34 IN 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $31.86 IN 5D VIBRATOR $32.34 IN 5D VINYL SEAMER $31.86 IN 5D WELDER $31.86 IN 5D WELL-POINT LABORER $32.34 IN 5D Page 4 KING COUNTY Effective 03-03-04 (See Benefit Code Key) in Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $31.86 IN 5D PIPE LAMER $32.34 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 r LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $3834 1M 5D MACHINISTS,(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER WELDER $11.10 1 $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 �s ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 r• TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER PAINTERS $11.56 1 JOURNEY LEVEL $30.77 213 5A PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.41 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.03 IT 5D 8L w BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $39.49 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.01 IT 5D 8L BACKHOES, (75 HP&UNDER) $38.64 IT 5D 8L BACKHOES, (OVER 75 HP) $39.03 IT 5D 8L on BARRIER MACHINE(ZIPPER) $39.03 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $39.03 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $38.64 IT 5D 8L BOBCAT $36.41 IT 5D 8L err BROOMS $36.41 IT 5D 8L BUMP CUTTER $39.03 IT 5D 8L CABLEWAYS $39.49 IT 5D 8L CHIPPER $39.03 IT 5D 8L COMPRESSORS $36.41 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $36.41 IT 5D 8L CONCRETE PUMPS $38.64 IT 5D 8L Page 5 r r w KING COUNTY Effective 03-03-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.03 IT 5D 8L CONVEYPRS $38.64 IT 5D 8L CRANES; THRU 19 TONS,WITH ATTACHMENTS $38.64 IT 5D 8L CRANES,_ 20-44 TONS,WITH ATTACHMENTS $39.03 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $39.49 IT 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.01 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $40.55 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $36.41 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $38.64 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.07 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.03 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $39.49 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.01 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.01 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $40.55 IT 5D 8L CRUSHERS $39.03 IT 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $39.03 IT 5D 8L DERRICK,BUILDING $39.49 IT 5D 8L DOZERS,D-9&UNDER $38.64 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $38.64 IT 5D 8L DRILLING MACHINE $39.03 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $36.41 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $38.64 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $38.64 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $36.41 IT 5D 8L GRADE ENGINEER $38.64 IT 5D 8L GRADECHECKER AND STAKEMAN $36.41 IT 5D 8L GUARDRAIL PUNCH $39.03 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $38.64 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $39.03 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $36.41 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $38.64 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $39.49 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $40.01 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.03 IT 5D 8L LOCOMOTIVES,ALL $39.03 IT 5D 8L MECHANICS,ALL $39.49 IT 5D 8L MIXERS,ASPHALT PLANT $39.03 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $39.03 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $38.64 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $39.49 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 IT 5D 8L OPERATOR PAVEMENT BREAKER $36.41 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $39.03 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $38.64 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $36.41 IT 5D 8L Page 6 rr KING COUNTY Effective 03-03-04 (See Benefit Code Key) 11R Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $36.41 IT 5D 8L PUMPS;WATER $36.41 IT 5D 8L QUAD 9,D-10,AND HD41 $39.49 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.49 IT 5D 8L EQUIP RIGGER AND BELLMAN $36.41 IT 5D 8L ROLLAGON $39.49 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $36.41 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $38.64 IT 5D 8L ROTO-MILL,ROTO-GRINDER $39.03 IT 5D 8L SAWS,CONCRETE $38.64 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.03 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.49 IT 5D 8L r OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRYALL $38.64 IT 5D 8L SCREED MAN $39.03 IT 5D 8L SHOTCRETE GUNITE $36.41 IT 5D 8L w SLIPFORM PAVERS $39.49 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.03 IT 5D 8L SUBGRADE TRIMMER $39.03 IT 5D 8L TOWER BUCKET ELEVATORS $38.64 - IT 5D 8L ri TRACTORS,(75 HP&UNDER) $38.64 IT 5D 8L TRACTORS,(OVER 75 HP) $39.03 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.03 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $39.49 IT 5D 8L TRENCHING MACHINES $38.64 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $38.64 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.03 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.03 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $36.41 IT 5D 8L w YO YO PAY DOZER $39.03 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A so SPRAY PERSON $29.79 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A r REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $46.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS r JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $38.59 1J 5B RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 go Page 7 M • KING COUNTY t Effective 03-03-04 (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL GLAZIERS JOURNEY LEVEL $26.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 t RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 t RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $46.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $25.58 16 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $35.63 1H 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $45.43 11 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 $31.52 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $46.19 16 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER(REPAIRER) $26.70 2B 5A ' JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 26 5A SPECIAL APPARATUS INSTALLER 1 $27.84 26 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A Page 8 KING COUNTY Effective 03-03-04 (See Benefit Code Key) IN Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $27.84 213 5A TELEPH'QNE EQUIPMENT OPERATOR(LIGHT) $25.91 26 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 213 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 213 5A TERRAZZO WORKERS&TILE SETTERS JOURNEYLEVEL $35.63 1H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $29.46 1H 5A TRAFFIC CONTROL STRIPERS JOURNEYLEVEL $30.40 1K 5A TRUCK DRIVERS r ASPHALT MIX(TO 16 YARDS) $35.91 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $36.49 IT 5D 8L DUMP TRUCK $35.91 IT 5D 81- DUMP TRUCK&TRAILER $36.49 IT 5D 8L OTHER TRUCKS $36.49 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 1u WELL DRILLER $17.68 1 r r s nn r Page 9 arM __,__,_, OVERTIME CODES .,,. OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. rr I. 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 r TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. w 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 TIMES 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 w MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE r 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 AND SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. �r 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. ra G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY. .. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rr L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ]. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS sw AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. ' A ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. r M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. s O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. a w HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 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). s E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). .r 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). rri H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND • CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). +r T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS -NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY.(9) C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). 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). 6. H. I HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERAN'S DAY 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(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-SI.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER I00'TO 175'-S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-SI.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE rrr D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75, LEVEL r B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00, LEVELS C&D:$0.50. N. .' WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. r r� rt jw ow m m r Forms and Publications - Washington State Department of Labor and Industries - L&I Pre'... Page 1 of 2 Nm C �A'V. Forms and Publications Prevailing Wage Online Survey Statement of Intent to Pay Request for Release Building better web with prevailing Wages Wage Claim Form you Affidavit of Wages Paid Complaint Report Form - "-- ---- Electronic filing How to obtain forms and Certified Project Payroll publications Provided by Google Prevailing Wage Home I Statement of Intent to Pay Prevailing Wages (F700-029- Wage Rates I 000) General Information i Forms and + ■ Completed by each employer when awarded a public works Publications contract Electronic Filing ■ $25 filing fee I View Approved Forms Scopes of Work ! Affidavit of Wages Paid (F700-007-000) Laws and Rules I ■ Completed by each employer when work is completed Debarred Contractors } ,.. ■ $25 filing fee Wage Surveys i Prevailing Wage Intent and Affidavit forms were revised February, 2002 Advisory Committee Effective January 1, 2003, only versions dated 2-02 and later Employment will be accepted Standards Construction ■ The notary requirement has been eliminated .. Compliance ■ The 4-part form has been reduced to a 2-part form Find a Contractor Clear instructions on the back of the forms Specialty Compliance i Home ( Electronic Filing L&I Home I Intent and Affidavit forms can also be submitted via the Contact Us Internet. Find out more about it. Certified Project Payroll (F700-065-000) Upon receiving a written request by any interested party, a contractor must, within 10 days, submit Certified Proiec�t Payroll (pdf format) records to the awarding agency and to the Department of Labor and Industries. WAC 296-127-320 Request for Release (F263-083-000) The prime contractor must submit the Request for Release form to the Contractor Compliance/Release Unit at L&I when the project is complete. Wage Claim Form (F700-039-000) If an employee has not been paid the proper prevailing wage, the employee is entitled to file a wage claim with the department. This involves filling out a form and providing information showing work hours and rates of pay. In a wage claim investigation, the employer has the right to know the r name of the claimant. RCW 39.12.065. Wage Claim Form (pdf http://www.ini.wa.gov/prevailingwage/f&p.htm 05/09/2003 Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage Y PAY PREVAILING WAGES (360)902-5335 Public Works Contract www.lni.wa.gov/prevailingwage 'H.���•",�' 25.00 Filing Fee Re uired •This form must be typed or printed in ink. Project Name contract" •Fill in all blanks or form will be returned for correction (see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPROVED`FORM WII,L BE MAILED TO TWS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City state ZIP+4 "EXAMPLE" Awarding Agency Project Contact Person Phone M ( ) OBTAIN LATEST FORMS FROM County where work wW be performed City where work will be performed THE STATE DEPT OF LABOR & IND. Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Do ou intend to use subcontractors? Do you intend to use apprentices? Ye No (J Yes (JNo Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. hourly pay fringe benefits of workers t i i Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Vignature Email address Phone number "�For L&I Use Only For L&I Use Only ( ) Check Number: ❑ $25 or T APPROVED: Department of Labor and Industries Issued By: By Industrial Statistician —J F700-029-000 statement of intent to pay prevailing wages 10-02 After APPROVAL send white copy to Awarding Agency. Canary copy-L&I Department of Labor and Industries a���rt AFFIDAVIT OF WAGES PAID Prevailing Wage (360)902-5335 Public Works Contract www.Ini.wa.gov/prevailingwage '� •°� $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for correction ( see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not Peden]or private) .. ak i�7G YC4�T.r7✓O�Jfkl� ii�JG�_��.; i�:1Wf'i#P���R�17�k 4�t+��Pr�c?:: :::::>::y : 'r Add. Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 "EXAMPLE" Awarding Agency Project Contact Person Phone# ( ) OBTAINLATEST FORMS FROM County where work was performed City where work was performed THE STATE DEPT OF LABOR & IND. Bid due date (mldly) Date contract awarded (rr"Y) Prime contractor(has contract with the public agency) Contractor Registration No Date work completed (m/d/y) Date Intent filed (m/d/y) Craft/trade/occupation and apprentices (For apprentices,give name, Number Total#hrs Rate of Rau of hourly registration#,trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea trade Hourly Pay fringe benefits Company name,address,city,state,ZIP+4 Indicate total dollar amount Q ..........-.........._..............-........ ...................... ............................. of your contract $ I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title ignature Er ail address Phone number %::tfar:I�itI;fat'�» ` ) Check Number: ❑$25 or $ CERTIFIED: Department of Labor and Industries Issued By: ,• '> By Industrial Statistician X. F700-007-000 affidavit of wages H-02 After APPROVAL send white copy to Awarding Agency. Canary copy-L&I CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project Wetland Mitigation Bank Site Fence Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors'employees for the period r from through , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name w By: Title: .w ,r rw Mw i ENVIRONMENTAL REGULATION LISTING 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 Contract or 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 on project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. A. 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. a. 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. r WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of NO emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. 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 40 protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is •• unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. i R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest .. debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. H:\DIVISION.S\UTIL.ri'IE.S\WATER\RICK\Springbrook Springs\BmSPEC.DOCJbh 111p REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES w' R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. •r R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. •• 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 sr 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. a. 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. r H:\DNISION.S\UTI Lrr[E.S\NYA7'ER\RICK\Springbrook Springs\BIDSPEC.DOCIM ■r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. 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. aw 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. «n W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design,etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). MW 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.) H:\DNISION.S\UTILrM.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOC/bh r . REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES FIRE PROTECTION DISTRICT r 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. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969,Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5)dwelling units). The above requirements will be applicable only where called for on the various road projects. w 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. >r~ rrr so �r H:\DIVISION.S\UTILITIE.S\WATER\RICK\Springbrook Springs\B1DSPEC.D0C/bh Cit y of Renton SUPPLEMENTAL SPECIFICATIONS �. for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction �Y � o Adopted May 19, 1997 v7AIF Washington State Department of Transportation 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 "ne 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_ qhis ir, delowA4 All replacement text or text being added is shown as underlined tyke. 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 I 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 Revision Dale.May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS .....................................................................................i Division1 General Requirements.......................................................•---................................................ 1 1-01 Deruiitions and Terms.............................................•........._............................................. 1 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_.............................................................................................. iz 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards................................ Division2 Earthwork.........................................................................................................................22 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation ............................._............:. 2-09 Structure Excavation......................................................................................................23 Division 3 Production From Quarry and Pit Sites and Stockpil ing.................................................................25 3 No supplemental specifications were necessary .......................................................................25 Division4 Bases................................................................................................................................25 AIN 4 No supplemental specifications were necessary.........................................................................25 Division 5 Surface Treatments and Pavements......................................................... .............................26 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................................................29 6-12 Rockeries............................................................................:.......................................29 Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains................. ...................................................................................................30 7-02 Culverts.....................................................................................................................30 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 a>t 7-10 Trench Ex c-,Bedding, and Bacldill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................•--.................................................._..........................39 Division 8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markets...............................................................................................40 8-10 Guide Post s..................................................................................................................40 8-13 Monument Cases..................................................................................._.......................40 8-14 Cement Concrete Sidewalks............... ..........40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical................ 41 .......................................... 8-22 Pavement Marking..............•--.........................................---....._.....................................47 8-23 Temporary Pavement Markings................•.....................---...............................................48 1- Page-RS-d Revision Date.May 19, 1997 Division9 Materials................................................................................................................... 49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materiak.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 r. Page-RS-iff Revision Date:May 19, 1997 1-01 Definitions sad Terms 1-01 Definitions and Terms Department shall also refer to the Department of Division 1 Planning/Building/Public Works Administrator Special Provisions(RC) General Requirements _odifications to the standard specifications and the slwcifcaaicituc and supplemental specifications an individual project. The special provisions may dthat �PIY to le 1-01 Definitions and Terms `�ri wOrk me s ifications do not cover. Such work shall Comply first g ith[be special provisions and then with any sPectficafions that apply. The SECTION 1-01.1 IS REVISED BYADDING THE FOLL OWING: Contractor shall include all costs of(10E9 this worst within the bid 1?— 4 1-01.1 C7QIIer 8l(RC] State(RQ d Whenever reference is made to the State Commission, The state of Washington acting through its representatives The State shall also refer to The City of Renton a Department of Transportation, Secretary of Transportation, _ -rid its authorized Owner, Contracting Agency or Engineer, rich reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include but administered by the City of Renton. are not limited to, the Proposal Form, the Connect Fort, bonds, insurance certificates various other certifications and aflida ' the SEC77ON 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract P An working Drawings, 131e THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Definhiow(RC, APWA) Change°rdGss. Dates(APWA) Act of god(RCS ,Bid OparinA Date(APWA) 'Act of God' means an earthquake, flood cyclone, or other The date on which the Con> =ing Agency publicly opens and cataclysmic phenomenon of nature. A rain,windstorm,high water reads the bids. or other naht al phenomenons of unusual intensity for the specific Award Date(APWA,RC) locality of the work,which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest respormble and responsive Bidder for the work. be consulted as an act of god. Contend Ereculioa Date WWA) Consulting Engineer(RC) The"date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contacting Notice to Proceed Date(APWA) _ Agency. The date stated in the Notice to Proceed on which the Contract Day(R time begins_ IMP Unless otherwise designated, day(s) as used in the Contract Contract Comple4 ion Date(APWA, RC9 Documents,shall be understood to mean working days. The date by which the work is cornumctually required to be Or Bqual(RQ completed. The Coffiract Completion Date will be stated in the Where the term 'or equal' is used herein, the Contracting Notice to Proceed. Revisions of this date will be authon7 d in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer,shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA,RC? The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) be erndrely borne by the Contractor. Any substance specified for use in the construction of the Owner(RC) project and its appurtenances which ewers into and forms a part of The City of Renton, or its authorized representative. Also the finished stru=m or improvement and is capable of be''ng so referred to as Contracting Agency. used and is furnished fbr that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply, comrnod`� ggjl meat. or roam fknmr d or fabricated profiles,cross-sections,and other details. product and does not perform labor at the Pro1�Sffe•a suppiter. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contractiii>i Agettcr' to the are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. The terms -Standard Drawings' or 'Standard Details' Notice to Proceed(APWA) generally used in sperm cations refers to drawings bound either The written notice from the Contracting AR or Figineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with thi Worst and establishing the date on whnch the Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the t Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure so label such materials or failure to timely respond after .rt,c Of SECTION 1-02.I IS DELETED AND REPLACED BY THE r for public disclosure has been given shall FOLLOWING: waiver b the submitting vendor of an claim that such ..�„ a materials are,in fact,so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing FOLLOWING. equipment, and organixation to do the work called for in the 1-02.12 Public Opening of Proposals Cormact Documents. The Contracting Agency reserves the right to Lake whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to pgstpone the fa the Bidder to perform the work satiscto ily. This action may date and time for bid opening. Notification to bidder will be by inchide a pre qualification procedure prior to the Bidder be addenda. furnished a proposal form on any contract or a preaward survey of SECTION I-02.13 PARAGRAPH I IS REVISED W� the Bidder's qualifications prior to award. AS FOLLO SECTION 1-02.2 LS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RC) FOLLOWING: a. The bidder is not prequalifxd when so required; 1-02.2 Bid Documents(APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PAR4GRAPH.1 Information as-to where Bid Documents can be obtained or TO READ. reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not proqualified for the work or to the fimll SBCTTON 1-02.4(1) IS SUPPL &LENTED BY REVISING extent of the bid; SENTENCE I,PARAGRAPH I TO READ. 1402.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data' and g echmcal reports accumulated by the 1-03.1 Consideration of Bids C APYYA Contracting Agency will be made available for inspection by the � r bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the F LZOW1NG,. Contracting Agency for award purposes and to fix the amount of the contrail bond. 1-025 Proposal Form(APWA) All bids wr71 be based on total stns of all schedules of prices_ The Enghx er reserves the right to arrange the Bid Forms with No partial bids wi11 be accepted unless so Stated in the cafl for bids Ahermatm,Additives,or Deductives.if such be to the advantage of or special provisions. The City reserves the right however to . the Contracting Agency. The Bidder shall bid on all Additives award aD or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMIOVTTE,D BY ADDING THE FOLLOWING: FOLLOWING. 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract, bond forth, and all other forms a nit• All prices shall be in legible figures and(amvt-words)written in execution, together with a list of all other forms or doc rnertts ink or typed.The proposal shall include required to be submitted by the successful bidder will be 1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the swam w the right of the decimal The number of copies to be exectned by the Contractor shall be place ght point), each unit price shall also determined by the Contracting_Agency. be written in words; where a conflict arises the written words shall ptm'ail. SECTION I-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-03.3 . Execution of Contract(APWA,RC) _1-02. Proprietary Information (RC) within 20 to calendar days after receipt from the City of the Vendors should, in the bid proposal identify clearly any forms and documents required to be completed by materials) which constitute '(valuable) formula designs Contracto , the successful bidder shall return the drawings, and research data' so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder expert exemption. The Department (or State) will give notice to the circunmstanees beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award t- Page-SP-2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED additional calendar days for return of the documents, provided the FOLLOWING: WITH THE Contracting Agency deems the circumstances warrant it. The Contracting Agency is protu-bited by RCW 39.06.010 1-04.4 Changes from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, die reduction alternatives but will evaluate such Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. salt the Contracting Agency to possess a valid City of Renton business SECTION 104.11 IS S(IPPLEMBNTBD AS FO license prior to award. LLOWS: When the Bid Form provides spaces for a business license 1-04.11 Final CIeanup RC twmber, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as rated on the Plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded faculties shall, at the atgttteer•s drsexctiOm, be Contractor's Registration and business lie mse be submitted to the carefuAy salvaged and delivered to the City shops Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such trteats shall be considered information and evaluation activities. incidental to the pu'otect and no oompcasadOn will be made.. The contract price for 'Finish and Cleamun,_hmip ;um., shall SEC170N 1-03.4 IS SIIPPL&MENTED BY ADDING THE � full e�omP�ion for all �, Wefmm� am rnanerials FOLLOWING TO THB FIRST PARAGRAPH required to perform final cleanup_ If this Pao item does not glipm 143.4 Contract Bond (APWA) in the contract documents then final dean up shall be considered incidental to,the contract and to other p>av itutt and do further 5. Be accompanied by a power of attorney for the Surety's sensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work sign official statements (sole proprietor or partner). If the Coatractor is a corporation, the bond imist be sired by the president or vice- t,unless accompanied by written proof of SECTION I-053 IS REVISED AS FOLLOWS the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings_gQ- corporation - (i.e.,corporate resolution,power of attorney or a lemr to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work..The drawings shall be on shects with 1-04 Scope Of the Work '14 by 3b� inches or on sbeets m multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05_.4 IS SUPPLEME?RED BY ADDING THE FOLLOWING- FOLLOWING: 1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) - The Contractor is erncamraged to provide to the Engineer prior to progress payments an estimate of hump sum work accomplished If the project calls for Contractor supplied surveying.-the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such regard to the actual pmentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5:I-11 and dwwb= auoraplishod and eligible.for payment unless anodier s ee�ific in these specifications as being provieed by the Engineer rxthod of cakulating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY the spexificatrons. THE FOLLOWING: SEMON 1-44.2 IS REVISED AS FOLLOWS. 1-05.5 Construction Stakes(RQ 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveyinS. the Special Provisions Specifications,and Addenda Contractor shah provide aA rewired S,ey work including sash (IC) wort as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere Aury inconsiueacy in the parts of the contract shall be resolved in these specifications as being provided by the I?1rgincet.AM following in this order of precedence a for this survey work shall be included in "Contractor Supplied by g p ( .g., 1 presiding over 2,3, 4,5.6,and 7;2 presiding over 3,4,5,6,and 7;and so forth): Surveying.*per lump storm. I- Addenda 1-05.5(1) General (APWA,RQ 2. Proposal Form 3_ Special Provisions The Engineer or Contractor supplied survivor wrU Provide 4. Contract Plans constriction stakes and marks establishing lines slopes, and graces 5. Arnendnrents to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and wilt °r°' 6. Supplemental Specifications. such work per Section 1-11 The Contactor shall assts full 7. Standard Plans responsibility for detailed dimensions elevations and excavanon 6.8. Standard Specifications slopes measured from the Engineer or Contractor atD r surveyor furnished stakes and marks. t- Page-SP-3 Revision Dart:May 19, 1997 1-05 Control of Work 1-05 COmtrtil of Work ' The Contractor shall provide a work site which has been with rmnor grade changes shall be slope staked to establish grade I prepAind to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contactor supplied surveyor informed of staking requirements and 1-05 Bride and Structure Surveys(APWA provide at least 48 hours notice to allow the Eaginecr or Contractor For all structural work such as badges and retaining wgl]s the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor or On an Stakes marks and other reference points including existing experienced team tin of surveyors der direct supervision of monumetation set by Contracting Agency forces shall be licensed surveyor. Tine Contractor shall ensure that required fiet�n I carefully preserved by the Contractor. The Contractor will be meawrements and locations thatch and fulfill the mtended Ian ch>roed for the costs of replacing stakes markers and dimensions. The Contractor shall provide all surveys tin` to amumentation that were not to be disturbed but were destroyed or complete the saucmm. except the followmg primary aahrvev mntrol damaged by the Contractor's operations. This charge will be which will be provided by the Engineer. I deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the stnictnre. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allege* due to error in the 3. A sufficient number of bench marks for levels to enable Fagineer's line and grade will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the Satisfactory vubstandating evidence to prove the error is frunished Drawin's• the roineer Three consecutive points set on Cue or grade X11 be The Contractor shall establish all secondary survey controls the minimum points used to determine any variation from a straight both horizontal and vertical, as neommy to assure proper fine or grade Any such variation shall, upon discovery. be Placement of all project elemnatts based on the primary control .d to the Engineer_ In the absence of Sucfi report the pow teed by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: t The Contractor shall provide all.surveys required other than 1_ Stationing +.01 foot i those to be performed by the Engineer. All survey work shall be 2- Alignmad +.Ol foot(between successive points) done in aomrdanoe with Section 1-11 SURVEYING STANDARDS 3. SaiwmUdIne Elevations+.01 foot(from plan devations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer,ter Section available to the Engineei all field books inUndmg survey 1-11.1(3). These field notes shall include all suhtvSy work iufotmation, footing devatioas cross sections and gnanti ties performed by tine Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the consnuction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dissensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the and become the property of the Coming Agency. 1-05.5 4 Contractor Supplied Surveying(r S tnpplied If the survey work provided by the Contractor dots riot meet When the contract provides for Contractor the standards of the Engineer then the Contractor shall. upon the Surveying the Contractor shall supply the survey wont required ,uoineer's written request, remove the individual or individuals for the project. Ile Contractor shall retain as a part of the F doing the survey work and the survey work w01 be completed by Contractor Organization an experienced tt�ni of surveyors under : the Fngithexr at the Contractor's expense. Costs for completing the � dutx� 1Om of a professional land surveyor hcensed by survey work required by the Engineer will be deducted from the State of Wash'mgton All survey work shall be done m monies due or to become due the Contractor. aocordm=with Sections 1-05.4, 1-05.5 and I-11. All costs for survey wort required to be performed by the Toe Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors dLUancies,and omissions to the plans that which comprise the improvement or be included in the bid item for pmng the Contractor 'ndlor Surveyor from to the 'Contractor Supplied Surveying' per lump sum if that item is project in a manner satisfactory to the Engineer. All effuM included in the contracts. discrepancies and omissions must be corrected to the satisfaction of the ngmeer before the survey work may be contimied- 1-05 Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor The Engineer Shall furnish to the Contractor one time only,or and perform his operations in a manner to protect all survey stakes 'Contractor supplied surveyor will provide as needed all principal from harm The Contractor shall inform the Surveyor of die line% grades and measurements the Engineer deems wry for Contractor's intent to retnove any survey Stakes and/or mts completion of the Worm.These shall generally consist of one initial before physically removing therm. �- A uuw AS-Built The surveyor shall be responsible for tnajnt-'^ set 1. Slope stakes for establishing grading, records for the project The Con tractor shall coordinate her 2. Curb grade stakes, operations and assist the Surveyor in Trnainta*ping aoctirate As-nuuh 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 foot.and If the Contractor and Surveyor fail to provide as directed, 4. Offset points to establish line and grade for underground the Engineer and/or these pUns and specifications aetira[e AS- utilities such as water sewers and storm drains (with offsets, 50' Built records and other work the Engineer deems nee max interval) Engineer may elect to`provide at Contractor expense__ cued to On alley construction projects with minor grade changes, the provide all As-Built records and other work as diretxed by the Engineer or Contractor supplied surveyor shall provide offset hubs Fnginecr. Tlic Engineer shall deduct expenses incttrred by tic on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Page-SP-4 Revcrion Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials proyided b y this Section nor shall the exercise of ibis ri ht diminish required for the full and complete survey work required to the Contactor 's fight to Pur=c any other ay complete the project and as-built drawings-shall be included in the additional remedy or damages with enmie for lump suits price for 'Contractor Supplied Surveying ' failure to perform the Work as required to the ntractor's 1-05.5 Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPI.&MBNTE,D BY ADDING TM (RQ FOLLOWING_ It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA,RQ prior to the backfdling of the trenches by centerline station, offset, and depth below pavement, of all existing utilities uncovered or If within one Year after the Acceptance Date the Work bv crossed during his work as covered under this project. the Contracting Agency, defective and unauthorim Work re It shall be the contractors responsibility to have his surveyor discovered the Contractor shall d written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accords with the work done under this contract per the survey standard of Section I- F4igmieer s instructions either correct such Wnrir or if stick Work I L. Major items of worst shall include but not be limited to' has been eyed by the Fzgtneer remove it from the Pmioct Site Manholes, Catch basins and Inlets Valves vertical and and replace it with non defective and authorized Work all wrTiart Horizoaml Bends, Junction boxes. Cleanotm, Side Sewers Street cost to the Contracting Agency. If the Cnmractpr does not j I fights dt Standards Hydrants Major Changes in Design Grade PrMNY comply with the written order to correct defective and Vaults,Culverts,Signal Poles,Electrical Cabinets. unauthorized Work, or if an emergency exists the Cor>tiang After the Completion of the work covered by this contract the Agency reserves the right to have defecttve and unmt iorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced mrsuact to Sec(j(m 1-05,g field book(&) containing the as-built notes and one set of white Owns s Right to Correct DefeWve and U Work.' prints of the project drawings upon which he has plotted the notes - Thu Contractor am=the above one year(tilxita[ipn shall not of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Avency•s rim under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs rtxnkiM from defective and WA location of the new work as he recorded in the field books) unaudmi ed wort discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the IMA time Period set forth in RCW 4 16 040 it's Aenmacy. limiting actions upon a contract in writing or liability expressed or All costs for as-built work shall be included in the contract ivied psi g out of a written agreement. item 'Contractor Supplied Surveying.' The Contractor shall warrant good title to all materials, supplies and eq24?ment purchased for or incorporated in the TES VACANT SECTION 1-05-8 iS REPLACED BY.• Work. Nothing conmined is this paragrapher however shall defeat 1-05.8 Contracting Agency's Right to Correll or impair the right of persons furnishing materials or labor to Defective and Unauthorized Work("WA) recover under am bond given by the Conhactot for- their Protection, or Any rights under any law permitting such Persons-ta If the Contractor fails to remedy defective or unauthorized look to fimds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Enghxw, or fails to perform any part of the Worst required by the The provisions of this paragraph shall be inserted in all Contract Documents the Engineer may correct and remedy subcontracts and material contracts, and notice of its provisions wort as may be identified in the written notice by such means as shall be given to all persons furnishing materials for The Work die Engineer may deers necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and die fast two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emerga!M following: siUtat ion, the Fnginca may have the defective and unauthorized 1-05.11 �nAl Inspection(APWA) Work corrected immediately, have the re jecxed Work removed and repLwed, or have Work the Contractor refuses to perform oornpleced by usher; Contracting Agency or other forces An 1-05.11(1) Subsu dW Completion Date (APWA) a�gr encY situation is any situation which in the opinion of the When the Contractor considers the work to 6e SlibsmntiallY Fingineer, a delay in its remedy could be potentially unsafe or complete the Contractor shall so notify the Pntrineer and request might cause serious risk of loss or damage to the public the Engineer establish the Substantial C' letion Date. To be Direct or indirect costs incurred by the Contracting Agency considered mbsWlially complete the following-conditions must be attributable to correcting and remedying defective or unauthorized ✓net: Work, or Work the Contractor failed or refused to perform shall 1 The Contracting Agency must have full and m nmaicted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and Engineer from monies due or to become due the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2 Only minor incidental work, replacement of temporary limitation, compensation for additional professional services substitute facility or correction or repair work remains to reach requmed, and costs for repair and replacement of work of others phkYsical completion of the work- destroyed or damaged by correction removal or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work. in subparagraph two above that remains to be compic ed in order to No adjustment in contract time or compensation will be reach physical completion The Engineer may also establib the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights r, Page-SP-5 Revision Date_ May 19, 1997 1-05 Control of Work 1-05 Control or Work If after this inspec ion the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the EnRhneer intended use the Engineer, by written notice to the Contractor, The costs for power, Ras, labors material. sunnliK will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational .°..a.n. the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the ra ready for its intended use the Engineer will by written notice, so being tested, unless specifically set forth otherwise in thr Bid notify the Contractor giving the reasons therefor. Form. _Upon receipt of written notice concurring in or decrying Operational and test periods, when required t the En in,..P� substantial completion whichever is applicable the Contractor shall not affect a manufacturers guaranties or warranties fbmid,..i shall pursue vigorously, diligently and without unauthorized under the terns of the Contract. interruption the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED w7TH THE C^mktim. The Contractor shall provide the Engineer with a FOLLOWING. revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations ender the establishes the Substantial Completion Date and the Contractor Contras before the Completion Date can be established. A coatida s the work physically complete and ready for Fins! Certificate of Completion for the Wort issued by the Contractittg Agency will establish the Completion Date and certify the Work as 1-05.11 F9n$I'inspection Date APWA complete. The Final Contract Price may theft be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice established and the Final Contract Price calculated: s1haU guest the Ere inter to schedule a final inspection. The 1. The physical work on the project must be�kte. Engineer win set a date for Final Inspection The Engineer and the 2• The for must furnish all documentation Sary 0 low the Contractor will then make a Final Inspection and the Engineer will C the Comma and required by law. necessary to allow the notify the Contractor in writing of all particulars m whist the Final CorntraettnR Agency f terrify the Contract as ootrlc l signed. I�noction reveals the Work inoompleoe or amble_ The A Certificate of Completion for the Work, signed by the for shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Wont The axasary to remedy the fisted deficiencies. Corrective work:shall acceptance of this thori a dor a Completion will not constitute be pursued vigorously diligently, and without intemrption until a°ceptana of unauthorized or defective work or material physical completion of the listed deficiencies This process will Failure of the Contactor to perform all of the Contractor's �nre until the Etigiticer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Cow Agency been unilaterally certifying the Contract complete so the Eng b ineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 109.9. 7 days after roceipt of the Written Notice Iisting the defcicncies, SECTION I-05.13 IS SUPPLEMENT M BY REVISING the Engineer may, upah Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant 1-05.9. 1-05.13 Superintendents,Labor,and Equipment of to Section Upon correction of an deficiencies, the Engineer will notify Contractor(APWA) the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That pmqualification pursuant to Section 1-02.1,the Contracting Agency date shall constitute the Physical completion date of the Contract, will take these performance under. RCW 47-as but sha11 not imply all the obligations of the Contractor under the theGe-reports into account. Cornract have been fulfilled. SBCTLON 1-05 IS SUPPLEMENTED BY ADDING THE 1-05-110 Operational Testing (APWA) FOLLOWING NEW SECTIONS: It is the intent df the Contracting Agency to have at the Compktiou Date a complete and operable system. Therefore when 1-05.16 Water and Power(APWA) the Wort imolves the installation of machi<uery or other The Contractor shall make necessary arrangements dDd shall tz� en hanical equipment; street lighting, electrical distribution or tear the costs for power and water necessary for the performance signal system;buildings•or other similar work it may be desirable of the Work. for the Engbrer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the No oral agreement or conversation with any officer ag59119l Contract Provisions for operational testing they shall be fully tested employee of the Contracting Agency, either before or after under operating conditions for the time period specified to ensure ••of the terms yr their acceptability prior to the Physical Completion Date. During obligations Lion of the contract,shall affect or modify is tnc and following the test period,the Contractor shall correct any items obligations contained in any of the documents comDt�— of workmanship, materials, or contras Such oral agreement or conversation shall be considered equipment which proves faulty, or sic that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding a u�on- controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. during this period shall be tested under the observation of the Engineer so that the Engineer may determine their suitability for _die purpose for which they were installed. The Physical Page-SP-6 Revision Date:May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misurut stood tax liability. SECTION 1 46. The Contractor shall include all Contractor id taxes in the 02(2) IS SUPPLEMENTED BY ADDING THE unit bid priers or other contact amounts. In some FOIl,OWING: however state retail sales tax will not be included, Sectron I-07. describes this exception. 1-06.2(2) Statistical Evaluation of Materials for desc�e Contracting Agency will pay the retained nom,. Acceptance if the Contractor has obtained from the W ;n- ��e only UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate rho on State PROVISIONS STATISTICAL EVALUATION WILL NOT BE wine that all OF RENTON. contract - USED BY THE CITY related taxes have been paid (RCW 60.28.050 The Contracting Agency may deduct from is payments to the Contractor any amount the Contractor may owe the Wasluri_grAn State Department 1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates o this contract or the Public not. Any amount so deducted will be paid into rt1C Proper state fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-87.2(2) State Sales Tait-R_ ale 171(APWA) WAC 458-20-171, and its related rules apply to building 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc. which are owned by a municipal corporation, or Political--sdAMT ion--of the state or by The Contractor shall indemnify, defend,and save harmless the the United States, and which are used prOuarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. Thu includes storm or combiwd sewer systems employees) against any claims that may arise because the within and included as a part of the street or toad drainage system Contractor for any employee of the Contractor or subcontractor or and power lines when such are Part of the road _ awl man)violated a legal requirement way lr shall system For wort; performed in such cases, the Co>tttactor-shall inctnde in eases of conflict between different safety regulations. the Washington State Retail Sales Taxes in the various unit Bid Item =m stringent regulation shall apply. prices, or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or sbatl be the sole and paramount administrative agency respoamble supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (W SHA). 1-07,2(3) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the other well known place at the Project Site,all articles necessary for constructing and repairing of new or existing buildings, or other ptovidmg first aid to the injured. The Contractor shall establish, structures, upon real property. This inducts,but is not limited to, publish,and make known to all employees, mveedutes for ensurimg the cnnstruction of streets, roads highways, etc., owned,by the immediate removal to a hospital, or doctor's care, persons, State of Washington; water mains and their appu tenances;sanitary intdnd'mg ernptoyees, who may have been injured on the Project sewer and sewage disposal systems unless such sewers and Site. Fanployees should not be permitted to work on the Project disposal systems are within,and a part of a street or road drai>age Site before the Contractor has established and made known system; telephone tdeeraph,electrical power distnlxtson lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole rtxponsibility for the safety, installing or attaching of any article of tangible personas property m eftiomey,and adequacy of the Contractor's Pte, appliances,and or to(tat property,whether or not snch pe-n;OW PTOPeny b medrods,and for any damage or injury resulting from their failure, a part of the really by virtue of installation. or improper maintenance, use, or operation. The Contractor shall For work performed in such cases the Con>;rador shall collect be solely and completely responsible for the conditions of the from the Contracting, Agency, retail sales tax on the full contract Prviett Site, including safety for all persons and property in the price. The Contracting Agency will auto_matically add this sales performance of the work. This requirement shall apply tax to each payment to the Contractor For this reason. the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the trait Bid Item repaired or implied doily of the Engineer to COnduiCL construiction pt ices Or in army other Contrail amoti ski n to Role 170. with review of the Contractor's performance does not, and shall not, be the following exception. intended to include review and adequacy of the Contractor's safety Exception- The Contracting Agency will not add in sales tax measures in,on,or tear the Project Site. for a payment the Contractor or a suboonmador makes on the SECTION 1072 IS DELETED AND REPLACED BY THE purchase or rental of tools machinery -^iiirifi1en t_ or consumaote taxes matt be FOIl.OW11VG: supplies not imrgrated into the project- S`� sales other contract in the unit Bid Item prices or in an d__ 1-07.2 State Sales Tax(APWA) amount. 1-07.2(1) GENERAL(APWA) 1-07.2(4) Services (APWA) The Contractor shall not coiled retail sales tax from the The Washington State Department of Revenue has issued Contracting ALchcy on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area_ The Contracting Agency will not adjust t, Page-SP-7 Revision Dale:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public , SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed S NTU over background girbidit„ w ear TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less,or have more than a rn 1-07.5 2) State Department of hand Wildlife"e€ a�'t increase in turbidity when the background turbidit„is more ( partm than 50 NTU; for other classes of waters refer to VAC 1 01 (APwA, SA) 045. The term turbidity means the optical property of sam..i_ If the work in (1) through (3) above differs little from what the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of ltt?ht cauwse r... for it at unit contract prices. But if contract items do not cover suspended nmatenal as expressed in Nephelometnc Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. 09.4. Discharges to a State waterway caused by agttrceate washing, drainage from aggregate pit sites, and stockpiles or dewatenng of ' pits and excavations shall not increase the existing turbidih,of the receiving waters. SEC77ON 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds, settling basins overflow weir, pohnaet water treatment, discharginA to ground RC surface by percolation, evaporation or by passing gravel Each Contractor, Subconu actor, Consultant, and or Supplier sated or fiber filters. shall complete and submit a copy of the 'City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance'. A copy of this exercised by minimizing exposed areas and slopes until verma>xrn document will be bound in the bid docurnents. measures are effective- The minimum exposed area and tdapes will be dermed in the Special Provisions.Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEALEVTED AS FOLLOWS: Other alternative methods for erosion control under certain 1-07.13(1) General(RC) situations may include netting,mulching with binder.and seeding. Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions the responsible for restoring damaged areas and for dean-rap of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes_ No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams,or State comtrucmd while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precanbons astable to the engineer, the contractor shall be able disposed on land for patntation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosob� Water shall be periodically tested for chorine residual. SECTION I-07.14 (APWA) IS SUPPLEMENTED BY 4 Vehicle and Equipment Washing- Water used for REVELING ALL REFERENCES TO °STATE, COMMISSION,- washing vehicles and equipment shall not be allowed to eater storm SECRETARY' OR `STATE' TO READ `"NTRACTING drains,streams or other State waters unless separation of petrolahm AGENCY." products fresh concrete products or other deleterious material is accomplished prior to discharge Detergent solution may be SECTION 1-07.1`5 IS REVISED AND SUPPLPMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washatg rs recommended Steam cletaning units shall provide a device for or'! 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA.-RC) 5 Oil and Chemical Storage and Handling' Handling and storage of oil and chemicals shall not take place adtaoent to If done according to the approved plan or the Engineer's waterways The storage shall be made in dike casks and batncls orders, temporary water pollutiorderosion control work will be with drip pans provided finder the dispens.14, area- Shut-off and measured and paid for pursuant to Section 3-09.41 04.1` through lock valves shall be provided on tanks Shut-off "t be the hump sum item for "Temporary Water Pollution/Erosion proceed on hoses Oil and chemicals shall be d_ - only Cotitrd.: ...,r.hr Tiotiteu. during daylight hours unless the dispensing area is�If no pay item appears in the contract for 'Temporary Water Disposal of waste shall not lit:allowed on oil and chemical spy PolltuionfErosion Control' then all labor, materials, tools and Fencing shall be provided around oil stora a Locks shall be equipment used to complete the work shall be considered incidental provided on valves,pumps,and tanks. to otter pay items in the Contract and no further compensation 6 Sewage if a sanitary ewer line is encountered and u shall be made. or relocation work is required the Contractor shall provtae In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line Sanit?rv_�sewer now this temporary work shall include but is not limited to,_the shall be pumped out collected and hauled bY or following water quality considerations: pumped directly to a sanitary system manhole for dim har°�1ne 1. Turbid Water Treatment Before Discharge: existing sewers shall'be maintained by the Contractor Motu Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bYPa • in discretion of the Engineer; for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a roP. turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units of a sanitary sewer line shall be removed from the Proj�aand over background conditions; for Class AA and Class A Waters, y Page-SP-8 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public deposited into refuse trucks for haul to a sanitary fill site other temporary obstacles shall be removed by the contractct and Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfill cd in their washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contract, , a , and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of 8.,.. Work done on treatment Pte• casements or rights-of-way. Damage to existing structures outside of caser,,..,.t arcs 1-07.16 Protection and Restoration of Property that may result from dcwatcring and/or other constructio under this contract shall be restored to their on !...,�7ty SBCTION I-07.16(1) IS SUPPLEMENTED BY ADDING THE condition or FOLLOWING: better. The original condition shall be established by photo taken and/or i hs nspection made prior to construction All such work 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the COntraCtnr franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all nsibi of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him Property- if damaged The Contracting Agency niay provide certain lands as in the went the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary immim the Contractor_ with the right of access to such lands. The contractor shall not shall so inform the Conbactmg Agency. The Co q��y unreasonably cnicumber the premises with his egnipmerit or will make the necessary repairs aril the cost of such repairs stroll be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is rrspo risible for ide�ify and Contracting Agency, any additional land and access thereo not doatmeffirng arty damage that is pre-exis. or caused by dmm or described that inay be required for temporary others.Rcstoration of excavation in City Streets shall be done in construction facilities or storage of materials. He shall construct accordance with the tfry of Patton neruh RestomAtorn all access roads,detour roads,or other temporary work as required RtgWn metes, which is available at the Public Works Department by his operations. The contractor shall confine his equipment Customer Services counter on the 4th floor, Ramon Municipal storage of material, acid operation of his workers to those areas Building,200 MiU Avenue South. shown and described and such additional areas as he may provide. SECTION 1-07.17 IS SUPPIVlID BYADDIIITG: A. General. All construction work under this contract on easements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities(APWA,RC) confined to the limits of such easements,rigbt-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disuntenee and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing snail schedule his work so that trenches across casements shall not penalties,the Contractor shall: be kft open during weekends or holidays and trendies shall not be 1. call the utilities uxkMrmmd location center for field open for more than 48 hours. location of the utilities; B. Structtira. The contractor shall remove such existing Call Before You Dig sr<uettrres as nsay be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structum which may be mag as a result of the work under this contract. C da ed its. Cultivated � and other surface 1-800-424-5555 i�rovarieius All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2 not begin excavation until all known underyound contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an cn=cnt or private right-of- Location and dimension shown on the Plans for existing Way, the contractor shall strip top soil from the trench or facilities are in accordance with available iafoninatian without construction ante and stockpile it in such a manner that it may be unooverinR or other verification N a utility is known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within ft area of the trees and shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor Shall t'i`er original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be If in the prosecution of the work it bew"Ies ne�rY to replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers. underdtauis pmt* additional cost to the Contracting Agency. In the event that it is utilities similar underground structures or pares thereof the nary to trench through any lawn area, the sod shall be contractor shall be responsible for and shall take all necessary carefully art and rolled and replaced after the traichcs have beat precatnions to protect and provide temporary ser x s for same. backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall at his own expense repair all daarage to means,of all earth and debris. such facilities or Structures due to this construction operation to the The contractor shall use rubber wheel equipment similar satisfaction of the City-except for City owned facilities which will to the small tractor-type backhocs used by side sewer contractors for be repaired by the utility department at contractor's expense or by all work, including excavation and backfdl,on casements or rights- the contractor as directed by the City. of- way which have lawn areas- All fences, markers mail boxes or L Pagt�P-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public I SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOILOPUNG. option of the City. 1-07.18 Public Liability and Property Damage � Contractor shall obtain and maintain the m ni nurn insurance coverage set forth below. By requiring such rain- Insurance Q insurance,the City of Renton shall not be deemed or constriirn State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. The Contractor shalt assess its own risks and if it doxtns following: appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07_!8(1)IS REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: ' 1-07.18(1) General(RCS (1) Commercial General Lability - ISO 1993 Forts or. The contractor shall obtain and maintain in full force and equvalem. Coverage will be witten on an occurrence basis effect from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503• General conyany(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicabk). Commissioner pursuant to RCW 48. • Explosion,Collapse and Underground Hazards The Contractor shall not begin work tinder the Contract until • Products/Completed Operations the rWuired ksumnce has been obtained and approved by the • Contractual Liability (including AMM!story Connracting Agency. Anson nc'e shall provide coverage to the Endorsement CG 0043 or equivalent which irxhxles Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage a0ittst claims for bodily injuries personal triunes, including • Contractors accidental death, as well as claims for property damages which • Personal/Advertising Inimy may arise from any act or omission of the Contractor or the • Stop Gap liability subcDamctor, or by anyone directly or indirectly employed by (2) Automobile liability including all either of them. • Owned Vehicles if warranted wort is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contact for work are in full force and effect during the (3) Workers'Compe�ation p rind of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&4fusuies Number declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work commennces.Faihure • Excess of Commercial General Liability and of the Contractor to fully comply during the tom of the Contract Automobile Liability. Coverage should be as broad as with the reguircumm s described herin wM be considered a material pay. breach of contract and shall be caused for mtmediate termination of (Sj- Professional U bility - (whenever the work tinder'this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, C-e.ard»techmml, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING_ cngineering advertising or computer p et the CONTRACTOR shall maintain professional tiability 1-07.18(2) Coverages(Rg covering wrongful acts errors and/or omissions of the A part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed CIO of Renton hmirance brformarion form the course of operations under this Contract- which details specific coverage and limits for this contract_ (6) The Contracting Agency reserves the ri ght to rellisest and/or All coverage provided by the Contractor shall be in a form require additional coverages as rosy be appropriam based on and mrAcrwrium by a company acceptable to the Contracting Agency. The City requires that all insurers• work performedC.e.polhrtion liability). l) Be licensed re Acs that a within the State of Washington CONTRACTOR shall Name CITY OF REMIT N• and-its 2) Coverage to be on an 'occurrence' basis (Professional officers ofFicials, agents. employees and vohuteus as Added O Liability and Pollution ooverage are acceptable when Insured (ISO Form CG 2010or eguivalem) The CONTRAC�R written on a claims-made basis). "Ile City may also require shall provide CTTY OF RENTON Certificates ^* tTQ1f7"m'd1lor proof of professional liability coverage be provided for np to�t of work. "Ile City reserves the rigs to reA ms., ro two¢)years after the wtnploxion of the project. copies of insurance policies if at their sole disc reek t is deehnoa 3) The City may request a copy of the actual declaration appropriate Further, all policies of imtrrance above page(s) for each umuance policy affecting coverages) shall: other required by the Contract prior to the date wort coatmences. 1) Be on a primary basis not contributory with lanY 4) Possess a minimum A.M. Best rating of AVII (A rating of utstuame coverage and/or self-insurance camp by C tl i A XII or better is preferred.) If any hmuance carrier OF RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause(Cross I iabilit The City reserves the right to approve the security of the l 4) Policy may rind be non-renewed, canceled an inr material insurance coverage provided by the insurance company(ies), terms, en changed or altered unless forty-five (45) days per�— conditions, and the Certificate of Insurance. Failure of the n Contractor to fully comply during the term of the contract with notice is provided to CI Y OF RENTON Not>ficatm these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by_et[ufied ? Page-SP-10 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPL"ENTAL SPECIFICATION SECTION I- no obligation or liability of anv kind n,n the 07 18(3) 'LJAHTS'WITH THE FOLLOWING: company tis agents or r resentahves 1-07.18(3) Lirnits (RC) c_ Amend the cancellation clause to state: 'Poli ma LUAM REQUIRED not be non-renewed canceled or Ott nail changed or Providing coverage In these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability In excess of to the City . Notification shall be prpvtaed to the City such lim wing its. The CONTRACTOR shall carry the follo by certified mail limits of liability as required below: For Professional Liability coverage only instead of the Commercial General h Llablity e4 ration language steed above the City will smept a ProductsComptrted Operations V.000,0pp.: anotifnent that the comsarltant s broker Will provide the Aggregate — required notification. i Each Occurrence Limit $1,000,000 SECTION 1-07-20 IS REVISED AS FOL.LOfi;S: Pine D&r age(AM injury $1,000,000 1-07.20 Patented Devices , Processes Fire Damage(Airy Ors fire) $50,000 ,Materials and Medical Payments(Any One Person) $5,000 (APWA) Scup Gap Lability 11,000,000 Grneral Aggregate to apply per prom The Contractor shall assume all costs arising from the use of (LSO Form CG2503 or equmalem) patented devices,materials.or processes used on or incorporated in s'Amomit may vary_based on project risk the wort, and agrees to mdesnnify; defend, and save hannnlecs -- AuconxAOe Liability The Contra�ing veacy and their wily 1PropertyDamage 1000000 duly authorized agents and employees from aII actions of any (E*a Accidcm) nature for. or on account of the use of any paten" devices, Worirrs'Compensation raterials,or processes. Statuary Dewfus-Coverage and A Variable SEC77ON I-07.22 IS SUPPLEMENTED BY THE FOLLOWING. (Show Washi�ton Labor and Irdustrics Number) Umbrella I iabt7uy 1-07.22 Use of Explosives(APWA) Each O c ntwe Limit $1,000,000 Gcnml Ap{regate Limit $1,000,000 Explosives shall not be used without specific authority of the ProductsCbrnpicted Operations $1,000,000 Engineer, and[hut only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) stria compliance with WAC 296-52 and such local laws, rules and Each Occurrence./IncidentlC7aim $1,000.000 Afgregax $2,000 f?00 regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Cornractor shall obtain, comply with, and pay for such professional liability coverage in effect for up to two(2)years after penny and costs as are weessary in conjunction with blasting completion of the Project operations- Ile Contractor shall promptly advise the CITY OF RFNTDN Wben the use of explosives is necessary for the prosecaaon of in writing in the event any general aggregate or other aggregate the Work, the Contractor's inatrance shall contact a special clause limits air- reduced. At their own expense, the CONTRACTOR permitting the blasting. will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CTIY OF RENTON a new Cerrificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE coverage is in fora. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under TY'affie R� SVPPL.EMF.NTAL SPECIFICATTON 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSVRANCE'. mud within the project limits and on street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the prom shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering irk CONTRACTING AGENCY the following: power sweepers and other pieces of equip!P521 as deemed 1) City of Renton Insurance information Form (attached necessary by the engineer, to avoid creating a nu"nee. herein)without modification Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project, and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1) 1- section. 07.18(2), and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust mud or unsafe practices and/or property damage to private Ownership will be [ratismrtte° a. Strike the following or similar wording: 'This to the contractor and prompt action in cerrecUng them Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder'. b. Strike the wording regarding cancellation notification to the City: -Failure to mail such notice shall impose Page-SP-11 Revision Date_May 19, 1997 1--08 Prosecution and Progress 1-08 Prosecution and Progress ' SECTION I-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHAIVGING ALL FOLLOWING_ REFERENCES TO 'COMMISSION THE SECRBTARy� OR 1-07.24 Rights of Way (APWA) "STATE"TO READ 'CONTRACTINGAGENCY. SECTION 1-07.27 (APWA) IS REVISED BY CHAN G I Street right of way lines, limits of casements, and limits of ALL REFERENCES TO "STATE" OR " -CRETARY" TO construction permits are indicated on the Drawings. The READ"CONTRACTING AGENCY." 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 1-08 Prosecution and Progrm to Bid opening, all rights of way and easements, both permanent ' and temporary, neecssary for carrying out the completion of the SEC77ON 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOI WV,7NG_ brought to the Contractor's attention by a duly issued Addendurn_ Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA) property other than public right of way, the Contractor Shan meet and fulfill all covenants and stipulations of any easement agrecnnent 1-08.1(1)Precorutrudion Conference(APWA) obtained by the Contracting Axewy from the owner of the private The Engine will furnish the Contractor with up to 10 copies Proputy. Copies.of the eascanent agreements are i0ChKW in the of the Contract Doettments. Additional dotwwx= may be Conrad Provisions or tnade available to the Contractor as soon as famished upon request at the cost of reproduction, Prior to practical afar they have been obtained by the Fngined. undertaking each part of the Work the iConmactor shall carefully VAxmcv r easements or rights of entry have not been acquired study and compare the Comract Documents and check and yerify prior to advertising,these areas ate so noted on the Drawings. The perdwnt figures shown therein and all applicable field Contractor slW1 not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer certifies to the Contractor actor that the right Contractor may discover. of way or casement is available or that the right of candy has been After the Conn-act has been executed, but prior to the received. If the Contractor is delayed due to ads of omission on the Contractor beginning the Work, a preconstractiou conference will part of the Cm acting Axentcy in obtaining easenumts, rights of be Geld between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be. be a breach of contract. 1_ To review the initial progress schedule; Each property owner shall be given 48 hours notice prior W 2. To establish a working tmdetstanding among the various emy by the Contractor. This includes entry onto wsemems and parties associated or affected by the Work; private property where private improvements must be Aatsted._ 3. To establish and review procedures for progress payment., The Contractor shall be responsr-ble for pmyWmg, widxnx notifications,approvals,mhmittals,etc.; expaue or liability to the Contracting Agency,any additional land 4. To establish normal working boars for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control;and pion facilities, storage of materials, or other Contractor 6__ To discuss such other related items as may be pertinent to needs_ However, before using any private property, whether the Wort adjoining the Work or not, the Contractor shall file with the Tex Contractor shall prepare and submit at the RE209 i n Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all hrnp sum items; owner of cacti property disturbed or otherwise interfered with by 2 A preliminary schedule of working drawing wbmidais.,and reasons of construction pursued under dds contras.The smtmom 3. A list of material sources for approval if applicable, shall be signed by the private property owner,or proper authority 4. A Proiect Schedule. acing for the owner of the private property affected,stating that pertu s"non has bem granted to use the property and an necessary 1-08.1(2)Subcontracting (APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for w least 30 percent of the Awarded Contract Price. 5W;re The statement shall include the parcel number, address,and date of computing this percentage however,The Contractor maY subtract signtamm. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any the Completion Date will be established. work on item the contract provisions specifically desil ntaY be first exduded from the Awarded Contras Price. The Contractor shall not subcontract work 'Amess of tier unless the Engineer approves in writing Each mnlCSt to subcontract shall be on the form the Engineer provttlts. If me 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 ires 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 shah_ rot, the names of any contracting firms the subcontractor pr_opt t—o Page-SP-12 Revision Daft_May 19, 1947 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Colleaiyey, these lower tier Permission to work between the hours of 10:00 ray and 7.00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10.00 .m, am total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subirt to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work noise or structures, the following work may be performed by lower tier hours may be revoked at any time the Contracwr the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regtdauons or comphinu are 1. Furnishing and driving of piling,or received from the public or adjomrng prevent, ing 2_ Furnishing and installing concrete reinforcing and post- the noise from the Contractors operations. 'The Cow scan tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such mission subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays ho i�ta.,S or oduer th The Engineer will approve the request only if satisfied with than e agreed upon normal straight time workm hoists Monday the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the worst.Approval to subcontract shall not: forth by the Contracting Agency or EAgineu Tlese conditions 1. Relieve tie Contractor of any responsibility to carry out the may include but are not limned to. regutrtt>Q t1,e En ineer or vach contract, assistants as the Engineer may deem nectssary to be present daring 2. Relieve the Contractor of any obligations or liability tinder the Work; requiring the Contractor to reimburse �e Coutratxing the contract and the Contractors bond, Agency for the cost of engineer salatits paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such tuner considering tote the subcormaaor, or Work performed on Satumdays and holidays as working days with 4. Cotrvey to the subcontractor any rights against the regards to the Contract Time;and considering multiple wwt Shifts Coatractitig Agency. as multiple working days with respoci to ContYaci Time toga The Contracting Agency will not consider as mbcontracting: though the multiple shifts occur in a single,244wxw period, (l)purchase of sand, gravel,crushed stone, aushed slag, bawbed Assistants may include, but arm not limited tae =wy crews- concrete aggro, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab; »teal sled, other off-site fabricated hems, and any other inspectors and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates Heir preen ee, plums;or(L)delivery of these materials to tie work site in vehicles owned or operated by such plants or by recognized independent or 1-08-1(4) Reimbursement for Overtime Work of commiemial hauling companies. Contracting Agency Employees("WA) However, the State LAI may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shftft on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard-Specifications, uxh work of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work -820y. an inspector will be present,and a survey crew may be required at The Contractor sban certify to the actual amounts paid to airy the disaetiort of the Engineer. The Contractor shall xehnburse the Disadvantaged, Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were suboontraaors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engiw= to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that die subcontractor be removed. SEC71ON 1-08.4 IS DELETED AND REPLACED BY ME The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the contract. FOLLOWING: 1-08.1 Hestia of Work(APR'A) 1-08.4 Notice to Proceed and Prost�on of the Work (APWA) Except in the case of emergency or unless otherwise ar'rn'ed pp by the Contracting Agency,the normal straight torte working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 841 our period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m. of a working day with a nuidmunn I-hour been approved and filed by the Owner The C ontractor shall riot hmch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been ' oy hour working period for the contract shall be established at the the Engineer The Contractor shall cOMRxrice coon precwutruction conference or prior to the Contractor commencing activities on the Project Site within ten eras of the Notice to the Work. Proceed Date The Work thereafter shall be prose��drtrgeffiy, If a Contractor desires to perform work on holidays, vigorously, and without unauthorized inte�mn tint" phn- Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m.on any completion of the work Tltere shall be no volunt?-ry shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor with^�n prior appro I of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual •obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time_ on the working day prior to the day for which the Contractor is requesting permission to work. Page-SP-13 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and payment ' SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION I 48.9 IS REVISED PER SECTION 1-05.11. FOLLOWING: - _1-08.5 "Ilene For Completion (Contract Time) (APWA, 1-08.10 Termination of Contract (APWA) SECTION I_-08.10(1)IS SUPPLEKBNTZD Br REV14nyn .r. REFERENCES TO `STATE TREASURER, DgPAR .OF The Work shall be physically completed in its entirety within TRANSPORTATION' IN THB the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ `CONT'RACTTNGAGBNCy CE Engineer. The Contract Time will be stated in `working days" shall begin on the Notice To Proceed Date, and shall end on the SECTION I-08.11 IS A NEW SECTION: Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Fgnt-piment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all tirnes be nsble for the holidays: January I, adequacy, efficiency,and sufficiency of his and his subcontractor. emorial Day. July 4, Labor Day, plant and equipment. The Owner shall have the rigs to ��nc9 November 11.Thanksgiving Day, the day after Thanksgiving,and of the contractor's plant and equipment in the Derfonnartof Christmas Day. When The day before Christmas shall be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and-equiptatut shall be day after Christmas shall be a holiday when Christmas Day oars considered as extra wort and paid for aceordnagly on a Monday. Wednesday, or Thursday. When Christmas Day occurs on a Saturday. the two preceding working days shall be Neither the Owner nor the engineer mte any .restonsi'bilit r� at am time, for the security of the site from the time t�actor•s observed as holidays,�When"Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shalt be observed as holidays. the engineer and the Owner. The CDntraetor tdtall emDbv � When holidays otter than Ctrish'nas fall on a Saturday, the measures as additional fenamg barricades, and wab*meu wrvice preceding Friday will be canoed as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipmen L 'Ilse Owner will be non-working day. The Contract Trine has been established to allow provided keys for all fenced,secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work(RC) which periods, work is atxicipated to be performed. Each The contrauar shall clue his personal attention to and steal! mA ending working day,Physical with the Notice shall Proceed Date supervise the work to the end that it shall be pry faddully, and ead'mg will►the Physical Completion Date, slhaq be t3targed to and when he is not pepppally present on the work site,he idtall at the Contract Time as it occurs except a day or part of a day which all times be represented by a oornpete>tt svperiintCnder�who shag is designated a nonworking day or an Engineer determined have full authority to execute the same and to supply materials unworkable bF day. toots, and labor withatt delay, and who shall be the legal The Eugincer will furnish the Contractor a weekly nkt:port showing (1) the mmber of working days charged against the representative of the contractor. The contractor shall be liable for Contra" .l.-mre for the preceding week. (2} the Contract l>me in the faithful observance of any instructions delivered to him or to working days' (3) the member of working days retaining in the his authorized representative. Contract Time- (4) the number of nonworking days, and (5) any partial or whole days the Engineer declared unworkable.the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's turfed approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLL.OWING.- - and the fifth day of the week in which a 4-10 shift is worked would ordinarily be surged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged-as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date of each report in which m file a written gives to the Inspector t>a the protect at the time of ddiverY of protest of an alleged materials for each truckload delivered Pay quantities will be discrepancy in the Contract Tune as reported Otherwise the prepared on the basis of said tally tickets delivered to ttte ETectOr report carer will be deemed to have been accepted by the Cotracor as at the time of delivery of materials. Tickets not receipt by the cores Inspector will not be honored-for payment. The requirements for scheduling the Final LR�aon and Completion, items are specified to be paid by the ton, the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers- Duplicate tickets shall be prepared to aocomPam each truckload of material delivered to the project• T1z tickets shall bear at least the following information: 1. Truck Number- 2. Truck tare weight(stamped at source) 3. Gross truck load weight in torts(stamped at source). 4. Net load weight(stamped at source). 5. Driver's name and qte_ Page-SP-14 Revision Dote.May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6- Location for delivery. LABORATORY" TO READ "CONT7tACTING AGENCY'S 7. Pay item number. MATERUL LABORATORY.' 8. Contract number and/or name. The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REEWED BY THE lump stun Bid Item. The breakdown shall list the hens included in FOLLOWING: the lump simn together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump stun Bid. The unit 1-09.9(1) Progress Payments(APWA) price values may be used as a guideline for determining progress Pro mss payments for co leted work paymerus or deductions or additions in payment for ordered work and material on hand changes. The detailed cost breakdown of each lump stun item shall will be based upon progress estimates prepared har the .,M� e be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be estahtishM __"'the Conference. preconnruction meeting. °' Within 3 days after the progress estimate cutoff date thin not SBCT70N 1-09-2(AP WA)IS SUPPLEMENTED BY REVISING more often than once a month) the Co»acxor that( submit to the ALL REFERENCES TO `MATERIAL RECEIVER'719 READ Engineer for review an Application for Paymmr 'ENGINEER_' signed by the Contractor, ooverutg the work nl filled out the eted prior to the SEC77ON 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Pavmr�shall be FOLLOWING. accompanied by documentation sappo"in, the Contractor-S Application for Payment. 1-09.3 Scope of Payment(APWA, RQ If payment is requested for materials and eau not Unless modified otherwise in the Contract Pwyisiotu, the Bid incorporated in the work,but delivered and storod at approvtd sides pursuant to the Contract Dom me its the Application for Payment hems fisted or rdereacod in the `Payment"clause of each Section shall be accompanied by a bill of sale, invoice, or odder of the Standard Spedfications, will be the only items for which documentation warranting that the Contractor bas reoeb ed the cot ton will be made for the Work described in or specified matenals and equipment and eyukam that the materials and in that particular Section when the Contractor performs the equipment arc covered by appropriate anarance or other specified Work.Should a Did Item be fisted in a`Payer"clause arrangements to Protect the F=iMWS interests therein. - but not in the Proposal Form,and Work for that item is performed The initial progress estimate will be made not later than 30 . by the Contractor and the work is not stated as included in or days after the Contractor commences the Work,•and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be requirrd to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made.during progress of the 04.1. then payment for that Work will be made as for Extra Wort Work are tentative, and made only for the purpose of determining pursuant to a Change Order. progress payatem. The progress estimates are subiect to change at The words`Bid Item," •Contract Item,"and'Pay Item"and any time prior to the calculation of the Final Payment per similar terms used throughout- the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the 'payment' clause in the Specifications relatiM to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the appro ximate Item price cover and be considered compewation for ce ta-M work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2_ Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3 Materials on Band 90 perms of invoiced cost of Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area ViPrwV-0d-bY-M- clause of any particular Section of the Specifications shall be considered as induding all of the Work ngoued, specified, or q Change Orders entitlement for approved extra cost or described in that particular Section. Payment items will generally be fisted generically in the Specifications, and specifically in the completed extra work is will e r by the F accordance the bid form. When items are to be `furnished- under one payment Progress payments will be made in accordance progress estimate less: item and "installed" under another payment item, such items shall 1 Five(5)percrAg for retained percentage_ be furnished FOB project site, or, if specified in the Special de. 2 The amount of Progress Payments Pry ma Provisions, delivered to a designated site. Materials to be AgeacY for 3 Funds withheld by the Contra 'furnished," or 'furnished and installed" under these conditions, disbu rge new in accordance with the Contract I)ocaiments. shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items arc incorporated into the Work or, if such items are not to be incorporated into the work delivered to the applicable A acceptable performance or an admission m die Contradin$ Coouacting Agency storage site when provided for in the AgerPa that is work has been satisfactorily completed Payments will be made by warrants, issued by ft Con Specifications. Paym-m for material 'famished,' but not yet Agency's fiscal officer,against the appropriate ftirtd source for the incorporated into the Work, may be made on monthly estimates to project Payments received on account of work Pe Ormed b a the extent allowed. subcontractor are subied to the provisions of RCW 39.04-250. SECTION 1-09.8(AP WA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO -HEADOUARTERS' MATERIAL 1- Page-SP45 Revision Date.May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment , 1-09.9(2) Retaimge(APWA,RQ 1-09.9(3) Contracting Agency's Right to VVltl�ld I Pursuant to RCW 60.28 there will be retained from monies and Disburse CerUln Amounts(ApR.A) earned by the Contractor on progress estiunates a sum not to exceed In addition to ironies retained pursuant to RCW 60 cur �+ra 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12nd, a RCW 39 76 the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engfix= to.wnthhold the State with respect to taxes imposed pursuant to Title 8z, RCW due or deduct an amount from any payment or pa ymutte due enttt which may be due from such Contractor, and (2)the claims of any Contractor which, in the Engineer's opinion, may be,u a person arising under the Contract. cover the Contractmg Agency-s costs for or to remi t., o Monies reserved under provisions of RCW 60.28 shall, at the following situations. option of the Contractor,be: 1. Damage to another contractor when them isdenr , 1. Retained in a fiuW by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees orcharees to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contnan� loan association(interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engisr 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05,6) Contracting Agency. Wben the monies[reserved are so be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City persormel per stunt of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage;or haerest on the bonds=and securities may be paid to the Contractor b. Lack of oon>stnwtion progress based upon the Engineer's as the interest ate. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired ea--ilia indicates the Work will not be complaed within the Contract 15me. When calculating an anticip a time overrun, the Enzin= will at make allowances for weather delays,approved unayokbble delays least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount widibeld under this contract. The Contractor in choosing option (2)or (3) agrees to subparagraph wall be based 'upon the ligaidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services,brokerage chases or both. and further agrees to of days the Contractor's aMroved progress nxhedule,in the opahion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may,exceed the Contract percentages in securities. The Contracting Agency may also,at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retsinatte. Contractor's other obligations tinder the contract, incoding but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the Mowing conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect storey stakes. . been obtained from the Washington State Department of Revenue markers etc or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage_ unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Man 's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testis and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such a Failure to subunit wbeUy payrolls Latent W Pa Y. retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employes of dawns together with a sum determined by the Contracting Agency the Contractor or subcontn"cctor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover I-07.9. attorney's fees. f Failure of the Contractor to D13 workei s benefits (I"u1e Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as rcguirtd by Section 1-07.10. minimum limit provided by law. g Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10. the Contractor is responsible for of a progress schedule per Section 1-08.3. Pubmitting to the State I,dcI a "Request for Release"form in order The Contractor authorizes the Engineer to act as went for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld ptnrSUant to deparment with respect to the payments of industrial insurance this section W a party or patties who are untitled to pa medical aid premiums. The Contracting Agency will ensure the Disbursement of such finds if the Engineer elects to do so will be Washington State Employment Security Deparment and any made only after giving the Contractor 15 calendar days Pnor applicable Contracting Agency department or organization are written notice of the CotUradinR Agency's intent to do so and of notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1 no legal action has commenced to resolve the v alnd the claims,and 2. the Contractor has nor protested such disbursement- Page-SP-16 Revision Date.May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws ordin Contractor in accordance with this section will be made. A regulations — Federal, State or local — that alfect attees and payrncrn made pursuant to this section shall be considered as The date the Contracting Agency unilaterall st i the contract paynxmt made under the terms and conditions of the Contract. The Pr ess r Estimate constitutes the final Final Contracting Agency dull not be liable to the Contractor for such 05.12). date Section I_ paymrnt made in good faidi. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS. written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.90 Final Payment (APWA) Failure to submit with the Final A pplication for Payment&sal Upon Acceptance of the Work by the Contracting Agency the ch information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engines. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.11(3)IS DELETED AND REPIACLD BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other dean claims in stated amounts as may be 1-09.11(3) 'nme Limitations and Jurisdiction specifically excepted in writing by the Contractor (APWA) 2. for all things done or furnished in lion with the This coming shall be and in WOHU - terpreted in accordance with the laws of the State of Washington.Mw vemte of am claims 3. for every act and neglect by the Contracting Agency,and or causes of actions ailsmg from tars contract tdrOf be claims the 4. for all other claims and liability relating to or arising out of the Work- Superior Court of the county where e work is performed. A PaYMCM(MOnddy, final, retainage, or otherwise) shall not For convenience of the parties to teas tract, it is mutnalty release the Contractor or the Contractors Surety from as agreed that any claims or louses of action which the contractor has obligation required tinder the terms of the Contract Documents or against the Contracting Agency ansurg from this Wn"Ict shall be the Contract Bond; nor shall such payment constitute a waiver of brought within 180 days from the date of Final Accept anoe of the contract by the Contracting Agency. The parties and=tand and the Caatr�ting Agency's ability to investigate and act upon agree that the Cont-actor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shat! be a complete bar to any such claims or Contract;nor shall such payment preclude the Contracting Agency causes of action. from y=vering damages,setting penalties or obtaining such other It is further mutually agreed by the parties that when any renneBef re may be permitted ac law. claims or causes of action which a Contractor asserts against the Before the Work will t accepted by the Contracting Agency Contracting Agency arising from this conaact are filed-with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court. the Contractor shalt. the Fiigineer E amounts.paid to certified disadvantaged (DB) permit the Contracting Agency to have timely access to any records minority g in the or women business enterprises mo deemed teary by the Contracting Agency to assist in rating Participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid m the DB,MBE,or WBE subcomraciors re gardless of tier. On Fedetally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit cettifYmg that tht Contractor has not extended any loans gratuity SECTION I-09.13(2) (RC) IS SI/PPLEMI;NT'8D BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO aTEURSTON COUNTY' Specifications. the Co>ttractor WITS THE WORDS°KING COUNTY" fins, refuses. or is unable to sign and return the Final Program Euimate or any other domnents.required for SECTION I-09.13(3)IS SUPPLEMENTED BY ADDING: die final acceptance of the contract the Contracting Agency 1-09.13(3) Procedures to Pltrsue ArbittgtiOn(RC) reserves the right to establish a completion date and unilaterally The fnidirigs and decision of the board of arbitrators shall be aooept the contract. Unilateral acceptance will occur only after the ovrieyed nary within Contractor has been provided the opportunity, by written request fural and binding on the parties unless the a from the Engineer, to voluntan7y submit such do==ts If 10 days. challenges the findings and decision by s�and filing voluntary compliance is not achieved formal notification of the a petition for review by-the superior court of KITR County, impending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are ltmrted to from the Engineer to the Con tractor whit[will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents The 1. Are not responsive to the questions submitted; 34-calendar day deadline shall begin on the date of the postmark of 2 Is contrary to the tams of the contract or any component the certified letter from the Engineer requesting the teary thereof; doaiments. This reservation by the Contracting Agency to 3 Is arbitrary and/or is not based upon the apple_ ica�ble facts unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration The completed in accordance with Section I-08.5 or for contracts that board of arbitratots shall support its decision by setting forth in are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or Page-SP47 Revision Dates May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffie Control The arbitration shall be conducted in accordance with the If the Engineer requires die Contractor to furnish additional statutes of the State of Washington and court decisions governing channclizing devices pieces of equipment, or services which�:.tiId such pied not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or and the contractor unless it is the board's majority opinion that the may be established to pay for such ricers. Further lrmitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items to the bid Proposal. they are not by the contractor. specified in the SpecW Provisions as incidental---the accumulative cost for the use of each individual channelizm device piece of equipment, or service must exceed 00 in total 1-10 Temporary Traffic Control ' cost for the duration of their_need. In the event of disrxu Engineer will determine what is usually anticipated by a vrudent SECTION 1-I0.I IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by aereed IiPLIC Drice FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General C required as a result of the Contractor's moddtw~ation to the ttaflic ' When the bid proposal includes an item for 'Traffic Control " control plans)appearing in the contract shall not be coveted by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10 including, but not limited to: If the total cost of all the work under the contract in�or 1 Furnishing and maintaining barricades, flashers, decreases by more than 25 percent,an equitable adLntment Will be construction signing and other chanrelvation devices, considered for the item-Traffic Control"to address the increase or unless a pay item is in the bid proposal for any fic decrease. device acid the Special- Provisions specify* SECTTON 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor,equipment,and supervisory 1-10.2(1)Traffic Control Supervisor Q(SA) personnd for all traffic control labor, 3 Furnishing any necessary vehicle(s) to set up and remove Super:,.;isecr=Tthe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties for the project. The TCS shall be certified ins&-a worksite traffic contro 4 Furnishing tabor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic . The TCS shall assure that t131 control devices unless a pay item is in the bid proposal to pcFfaFm all the duties of the TCS are performed during the duration specifically pay for this work,and of the contract 5 Furnishing labor, material and equipment necessary for 2. Ensuring that corrections are made if traffic control cleaning up, removing and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6 Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 7 Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. •-Tbe traffic control plan shall include The T=611A 1101=t 29 2 02egtF "Offt;A descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor and subconu2 xors, shall be by the TCS is mandatory. submitted at or before the preconsuu:tion coderence, and SECTION I-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 1-10.2(2) 'Traffic Control Plans TTQ 8. Contacting petite faro 911 and ambulance services to that traffic notify them in advance of any work that will affect and The Contractor shall be'responsible for assuring control is installed and maintained in vonformance to established traveled portion of a roadway. standards The Contractor shall continuously eyalL we 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take Proms action to traffic duri»g peak traffic periods 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m. or as specified in the special SECTION 1-10.3(3)HAS BEEN REVISEDAS FOLLOWS= provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Cons"dion Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) well as any other appropriate signs prescribed by the Engineer-or If no bid item 'Traffic Control' appears in the proposal then required to conform with established standards, will be furnished all work required by these sections will considered incidental and Contractor their cost shall be included in the other items of work. —1- Page-SP-18 Revision Date.May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item -Traffic Control- will be considered for an table Class A or Class B construction signs adjustment per Section 1-04.6 only when the total comma rice increases or decreases by more than 25 percent 11 ethct—costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum nail contras price �ha11 be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot cah(s),pilot car bid proposal. drivcr(s),and the appropriate pilot car sign(s)for any one-pilot SECTION operation. Any necessary flaggers will be paid under the ON I-70.3(!7 IS REVISED AS FOIlOWS: item for traffic control labec. 1-10.30 One-Way Piloted Traffic Centro!Through " Construction Zone The Lum p Sum unb contract price iM,%eur-shall be fun pay for all costs for the labor provided for performing those Control :Me Conuzaccing Agc;iq, will Cum", withoui cQ&t to the construction operations described in Section 1-103(1) and as authorized by the Engineer The Lump Stan unit contiaci price pall be full pay for all costs for performing the work described in Section 1-103(3) and Section 1-103(4 This payment will include all labor, equipment,, and vchUcs necessary for the initial acquisition, the initial installation of Cm Class A signs,and ultimate return of all Con Contr-aclor-Furnished One-Way Piloted Tr>�"ic Conh�vl. The furnished A$�'Y- Contractor shall furnish the pilot cars)and drivcr(s)for the pilot car control area. Any necessary flaggers shall be furnished by the Contractor ag P;Q44dcl in sectign 1-10.3(1). "T-4:245C Gonuoll slip G;V;Goh-PC*day. The Lump Sum unit contract price email be full pay for all costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" uFWg an Eaffi,,--r, DELETE SEC77ON I-10.4 AND REPLACE WITH:- All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Ltd 1-10.4 Measurement(RC)(SA) Sum unit contract price for"Traffic Control Supc;wsieF_^ u No specific unit of measurement will apply to the lump sum lump Pia item of"Traffic Control". for-pm;cidiag the work d==-bcd in Section 1 10 3(9) Rpo SECTION I-10.S IS REVISED AND SUPPLEMEMI:D AS FOLLOWS. 1-10.5 Payment(RC) be d Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the folbwing bid inure when mare included in the proposal -Traffic Control,'hump!arm The lump sum contract price shall be full pay for all costs not " covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price mall bc fUp fiunishing, installing. maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10-3 °f conformance with accepted standards and in such a manner as to maximize safety,and minimize disruption and inconvenience to the I,abeF� public-. Progress payment for the lump sum item -Traffic Control' will be made as follows: 1-11 Renton SllTVeglI1 Standards a. Wben the initial warning signs for the begtmiing of the project and the end of construction signs are installed 1-11.1(1) Responsibility for sury_CY—S (R-9 and approved by the Engineer 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land stuv__� b. Payment for the retraining 70 percent of the amount under the provisions of Chapter 18.43 RCW. ccordance m ry bid for the ite win be paid on a prorated basis in All surveys and survey reports shall be prepared to a accordance with the total job progress as determined with the requirerpents established by the Board of ReMES!!�on for Professional Engineers and Land Surveyors under the Pro vmons of by progress payments. Chapter 18.43 RCW. t Page-SP-I9 Revision Dale:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the fidd notes coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(57 Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the Juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points t„ used will be shown on the survey drawing per RCW 58.09.070- p�jsically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a , Class A survey revealed in Table 2 of the Afuumwn Standard A corner or other survey point established by or under the Ddail RegWrements for ALTA/A(SM Land Tick %ayeys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land office comparable classification in future editions of said document_ The and its successor the Bureau of Land MartagemrnR including angular and Iknear closure and precision ratio of traverses used for section subdivision comers down to and kncludmg one` survey control shall be revealed on the face of the survey drawing, sixteenth corners; and as shall the method of adtusunent. • Any pexmanenu[ly motnumiented boundary, right of way The horizontal component of the control system for surveys aligrurne�,or horizontal and vertical control points established ,.dam global positioning system methodology shall exhibit at(east 1 part in 50,000 preasi n in line length dependent error analysis at a by any governmental agency or Private stuvcyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot _Geodetic Control Subcommittee Standards for GPS control surveys corners. as defmod in Ge&ndne Geodetic Acauncy S7andards do Sptct)'iQatioru for Using GPS Relative Positioning redrnrqucs dated 1-11.1(6) Control or Base Line Survey(RC) August 1 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said docurnew.. construction Pwiects that will crate permanent sumcmm such as The vertical component of all surveys shall be based on roads sidewalks bridges utility lines or apptutenanoes, signal or NAVD 1988, the North American Vertical Datum of 1988,_and light poles or any non-single family building. CbOW or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. The benchmark(s)used observed for staking or 'as-butting' while occupying one:etch will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing moat . the project in a permanent manner that vnU remain intact recognized and on record with the City of Renton. The Control or 8uo0girout die duration of the Project- Sotmce of elevations Base Line Survey shaft o=yy each momiment in turn, and shall (bettclumartcy will be shown on the oirawirnQ as well as a descnptton satisfy all applicable requirements of Section 1-11.1 bereia. of any bunch marks established. The drawing depicting the survey shall be neat, legible gaud drawn to an appropriate scale North orientation should be clearly 1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted- The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-Half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King C *nY Recorder is Those surveys dependent on retracement of a plat or short plat require5h it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photograp is molar of the drawing will be submitted to the City of Renton and upon their review and arxeptance t the spec 1-11.10 Field Notes (RC) requirements of the project, the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required the survey drawing E" be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the orngunal or a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the 91X of Rtidon station occupations and what measurements were trade at each The survey drawings shill meet or exceed the tech-trc"ents of point. WAC 332-130-050 and shall conform to the 011_g Re II—s Every point located or set shall be identified by a number and p�Standards American Public Works AssoaW=_ bO� a description Point numbers shall be unique within a complete shall be used whenever possible and a legend shall job The Preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not_`at at pane and point set on that page. Example: The first point sex or each use. found on page 16 of fidd book 348 would be identified as Point An electronic listing of all principal points shown on the No.348.16.01 the socond point would be 348.16.02,etc. drawing shall be submitted with each drawin g' The Iisunn h uta Upon completion of a City of Renton project either the field include the point number designation (gorrespend'D° with that in notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point, and_ n u'g' used by the surveyor will be given to the City. For all other work, ruing and elevation (if applicable) values all in ASCII f0�t, surveyors will provide a copy of the notes to the City upon request_ on IBM PC compatible media. Page-SP-20 Revision Date. May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(7 Precision Levels(RC) 1-11.1(12) Monument Setting and Referee.I.,R rt,. Vertical Surveys for the establishment of bench marks shall All `"' property or lot corners, as defined in 1-11.1 satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at' t the corner point per C- order or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impra�— 1-'er•- order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness Control Committee. marker shall be set In most cases this will be the exteation of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationcti n between stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the survey or lat of P necol'd, a "T■ 4 in lead on the extension of the lot side lines have been set in the 1-11.1(11) Radial and Station —Offset Topography curbs on the extension of said line with the chub.' In all other RC cases the_corner shall meet the requirements of won 1-11.2(j) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1 shall meet All points oocupied or back sighted in developing radial the requirements of section 1-I LIP) hereuh. If the rnonthment topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-I I.1 herein. mommtent shall be set below the ground Sw fine and mMaiaed The drawing and electronic listing requi"mxnts set forth in within a lidded case kept separate from the montnnent and flhtsh j section 1-11.1 herein shall be observed for all topographic survem with the pavement surface,per seahon 1-11.2(3). In the case of right of way centerline m all points of 1-11.1(9) Radial Topography(RC) curvature(PC),Points of tangency 0).street intersections,tenter Elevations for the points occupied or back sagMed in a radial points of eui de sacs shag be seL If the point of ugmeeboa, PI, topographic survey shall be determined either by 1)spirit Leveling for the tangos of a carve fall within the paved portion of the right wilt misdosme not to exceed 0.1 feet or Federal Geodetic Control of way,a mommhent can be set at the PI instead of the PC and PT Cotmnittee third order elevation accuracy boas, OR 2) of the curve. trigonometric kvefung with elevation dnTerences determined m at For all non corner monuments set while under contract to the kart two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdrvW= circuit not to exceed 0.1 feet. of property, a City of Renton Mommaent Card.(hunMed'by the city)identifying the momma point of intersection(PI), point of 1-11.1(10) Station—Offset Topography(RC) tangency (PT), point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument, street imersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monum nt,a minimum of two reference points and HAD 83/91 Control Committee specifications as to the turn poirrts and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey(RC) 1-11.2 Materials All improvements required to be 'as-n&* (past construction survey)per City of Renton Codes, TTTLE 4 Building Regulation 1-11.2(1) Property[Lot Corners(RC) and TTILE 9 Public Ways and Property, must be located both manner horimDoWly and vatically by a Radial survey or by a Station offset Comers per 1-11 ter shall be marked in a permanent survey. The "as-bw'h' survey must be based on the same base line such as 1 R irx�t diameter rebar 24 a►cttes in kagth.dtuabie metal or control survey used for the ommuction staking survey for the plugs he caps tack in lead etc and permanently manned or tagged iahprovematts being 'as-bells'. The 'as-bw'h' survey for all with the survey's identification=rmmber The spedfie rmttu�e of subsurface improvements sbould occur prior to hack fi o,no Close installation. marker used can be determined-by y the surveyor as the time of insWlation i cooperation between the installing contractor and the 'as-builtmg' surveyor is therefore required. 1-11.2(2) Monuments(RCS All'as4milt'surveys shall satisfy the requirements of section as set 1-11.1(1) herein and shall be based upon control or base line MoCity nLs en 1 I1 1(S) shall meet t�1��� forth in City of Remon Standard Plans page surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for 'as-built' shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11 —�Q "as-built' drawings which includes a statement certifying the MOntmteat Case and Cover Materials shall meet the requirements of secrete 9-22 and City accuracy of the'as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(67 herein shall be observed for all 'as-built' surveys. 1- Page-SP-21 Revision Date_May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment ' Division 2 Earthwork quantities and changes will be comnnt d _ r manually orb means of electronic data rocessm " b Earthwork use of the average end area method. Any charhges to t,,, L as directed by the Engineer that would alter these I shall be calculated b the Engineer and submitted to the t o for his review and verification. aOr 2-02 Removal of Structures and Any excavation or embankment beyond the limits' the Plans unless ordered b the Eg user shall m Obstructions All work and material required to return these be d for. original conditions as directed by the Engineer, shah to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS a ,dcz, FOLLOWS- by the Contractor at his sole expense. All areas shall be excavated filled and/or backfulled as necessary to comply with the grades shown on the Plain t.,au . ?x023(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading shall begin during the Curbs(R 7 placement I and the compaction of the final laver. In cut sections fine .Pie,s In removing pavement, sidewalks, and curbs, the Contractor shall begun within the final six (6) inches of art Final i!radino shall. shall produce a nirface which is smooth and even without abrupt 1. Haul broken-up pieces changes in grade. to some off-projcd site. Excavation for curbs and gutters shall but atlished by I C buried Within the right of way M'" -9 amine accurately to the cross Sections grades and elevations shown. Care shall be taker not to excavate below the eel S. When an uteri where pavement has been removed is to be fides. The contractor shall maintain all excavations fret from opened to traffic before pavement patching has been completed detrimental quantities of leaves, brush sticks, trash and other temporary mix asphalt concrete Patch shall be required, debris until final acceptance of the Work. Tearormy_patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation,to grade and inches immediately after back0ling and compaction are complete before Placement of fills or base course, the t;shbgrade under the and before the road is opened to traffic- MC cold mix or MC hot midway shall be yroofroUed to identify any soft or loose arras mix shall be used at the discretion of the Engii>cec. which may warrant additional won or excavation and N pavements, sidewalks, or curbs lie within an excavation replacement. aid and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or Protection will be paid for as part of the quantity removed in excavation. If to kem the subgrade free from standing water. tact Acceptable excavated native soils shall be used for fill in the meadmed as a separate item in the proposal,they will be measured area requiring fills_ Cane shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the Vied in the quantity calculated for excavation. impaction Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING- organics and debris and have a maximum particle sae of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment_ native materials from becoming saturated with water. The 2. 'Saw Cutting',per lineal Foot. measures may include sloping to drain, compacting the native 3. 'Remove Sidewalk-. Per Square Yard materials, and diverting runoff away from the mamriaft. If the 4. 'Remove Club and Gutter' per Lineal Foot. Contractor fails to take such preventative measures any Costs or 5. 'Cold Mix',per Ton delay related to drying the materials shall be at his own expense. 6. 'Remove Asbhalt Concrete Pavemcpt 'per square yard If the native materials become sanirated, it shall be the 7. 'Remove Cement Concrete pavement.'per square yard responsibility- of the Contractor to dry the materials. to the 8. 'Remove existing -pec optimum moisture conterrL If suflment acceptable native soils are All costs related-to�he removal and disposal of structures and not available to complete construction of the roadway embankment, Obstructions including saw cutting excavation, backfillmR and Gravel Borrow shall be used. tens ovary asPhah shall be considered incidental to and included in If subgnde trimmer is not required on the project, portions other items unless designated as specific bid items in the proposal specified. Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determi� e 2x03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment Gravel Borrow meeting die muircuuots of Section 9-03.14 of the Standard Specifications shall be used- SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation, the Contracior. borrow excavation and unsuitable foundation excavation - by the Page-SP-22 Revision Date-May 19, 1997 2-04 Haut 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2_06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPMWENTF_D BY ADDING T8E FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS: 2x03.5 Payment (R 2-06.5 Payment (RQ (RQ Subgrade preparation and maintenance including watering shall be considered as incidental to the Payment will be made for the following bid items when they construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or I sum 1. 'Roadway Excavation" or "Roadway Excavation—Area contract bid prices. 4 A(B, C,etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2_09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED By ADDING subgrade, that part below the 2-foot depth shall be paid for as THE provided in 9"ea-1 04.4 Item 3 of this payment section. In this FOLLOWING: , case, ap items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation haul and disposal of The unit coring, price per cubic yard shall be foil pay for all unsuitable materials such as peat, rnu� swa_mmy or unsuitable excavating. loading, placing, or othcrwise disposing of the material. materials mchx1ing buried!ogs and stamps. 04 &WIl app!31, except when the p-3, item ir. shawa ar, incb-ding 209.3 Construction Requirements b24--l- Lq that Quo t_The unit contract price per cubic yard shall include haul. SECTION 2-M3a)D IS REVISED AS FOLLOWS- 3. 'Unsuitable Foundation Excavation".per cubic yard. 2(f9.3(1)D Disposal of Excavated IiiaterFaI(RC) The unit contract price per cubic yard for "Unsuitable Aff costs for disposing of excavated material within the project Foundation Excavation" shall be frill pay for excavating. loading. and i of the material. limits shall be included in the unit contract price for structure disposing excavation, Class A or B. �hovq; -; including hall! In The unit contract price per cubic yard shall include haul_ 7. "Embankman,Compa"ioA', pc;:cubic ya;­' R04 P231 fQr handliAg 2; thC digl)0631 rke A.,43, wch dispgr-1 &h-ll If the contra, includes structure excavation, Class A or B, including haul, the unit contra, price shall include all costs for loading and hauling the material the full repaired distance= :me BA&GOr.will be the Cole judge Qf;be ft=al quantili"needed, otherwise all such disposal costs shall be considered incidental to When ambnPkinewr -;v m2de by Method Payment for the work. embankment compaction will not be made as a separate item.All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 209.4 Measurement (RQ 2_04 Haul Gravel backfilL All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the SECTION 2-04.5 IS REVISED AND SUPPIIrMENTED AS Plans or by the ton as measured in conformance with section 1-092. FOLLOWS: Gravel backfiH used for pipe bedding shall be incidental to the installation of the pipe or paid for as other gravel back511 unless a 204.5 Payment (RQ specific separate pay item is included in the contract for gravel backfill for pipe bedding. iA-111,14,1;A the Pf9pognie SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: All costs for the hauling of material to from or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Struaure Excavation Class A% per cubic yard. "Structure Excavation Class B", per cubic yard- -Structure Excavation Class A Inc]_ Haul".per cubic yard. "Structure Eircavation Class B Incl_ Haul", per cubic yard. The unit contract price per cubic yard for the bid items listed as I 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 item, of work if -Structure l xcava,nn_—°L Page-SP-23 Revision Date:May 19, 1947 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 bacidill material for the extra excavation at the Contractor's expense. AM 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 Faccavation}1 per Cubic Yard tx per Ton". . When Rravd backfill is paid by the ton,the Contractor shall take tare to assure to the satisfaction of the Engineer that such per ton backfill is only beinit used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard, EvideDm 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 fckets- 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. t- Page-SP-24 Revision Date:May 19,1997 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 4 No supplemental specifications fications were No supplemental specifications were necessary for Division 3. necessary No supplemental specifications were necessary for Division 4. f- Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete pavement ' Division S (2) S'.-mplar for compliance of g;aduiga Surface Treatments and Pavements sarupivs-teWhen a sample from uncompacted mix is needed _ ulC Contractor shall ensure that the samples can --be obtained in 5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712. +;bate SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hauling�ebiciQ. FOLLOWS B_ Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot-i& defined as 5-04.3(8)A Acceptance Sampling and Testing(RQ the total quantity of material or wort; duced for 1. General. Acceptance of asphalt cement concrete shall be pro edch expected to occur mix ss—provided under--+statistical--ez a nonstatistical acceptarice. formula (JMF) Only one lot per JMF is e Determination of-statistical-eF nonswistical acceptance shall be based on proposal quantities and shall consider the total of all bid iu=involving mix of a specific class_ Dense graded mixes(asphalt concrete pavement Classes A. B. E, F, and G) be evaluated for quality of gradation on-a dailylot basis by the Contractor. This gradation analysis shall be 11te JMF based on WSDOT Test Method 104 and the results delivered to the is de in Section 9- Contracting Agency by noon of the following working day. This 03•8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance Wly' changes to the JMF without prior written approval of the with Suction 9-03.8(6)A 2.-a:td Aasphalt content stint be tested at Engineer. asphalt the ERngineer's discretion if the Compaction Pay Factor(Section 5 mquea ii; approved, Al of;he mWuial prodli-ed up to thm g;me of 043(10)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpfle 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 t2%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 am-within the ranges listed ahoy then Sampling and testing for nonstatis6cal acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, «..fr {.� oi...i..•.t".i f .....,I:n. Of 9,-2,I24:.. ....i. T e-r:.... ,.,:tl 1.e 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 11' D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance se"ing for compliance of 2. Aggregates. _Aggregates will be accepted for sand Will use the Nuclear Asphalt Gauge Procedure. WSDOT Test equivalent and fracture based on their conformance to the Method 722-T. When sample testing of gradation is n requirements of Section 9-03.8(2). Aacceptance testing for compliance of gradation will use the Qutc 04-14a600. - Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted f" Procedure; WSDOT Test Method 723-T. taste--based on dwiF-conformance to the r E. Reject Mixture requirements certification fi Section 9- (1) Rejection by Contractor. The Contractor +nay. prior to 02.1(43). Testing of asphalt properties to assure certification shalt sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of With new, material at no expense to the Contracting Agency. Any the asphalt cement changes, a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated for evaluated and approved. 43_ Asphalt Concrete Mixture acceptance. A- Sampling (Z) Rejection -b � g y Engincer Without Testing (1) A sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch load, or section of roadway 25 tons of mix produced in each production shift. Page-SP-26 Revision Date.May 19, 1997 S-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement snatasisl that appears dcferAive in gradation or asphalt coment SECTION 5-04.03(I0)A IS SUPPLEMENTED gp ADDING , content. Material rejected before placement shall not be THE FOLLOWING. incorporated into a_ytbo pavement. Any rejected section of 5-043(10)A General(RC) compacted v ill b shall be removed. The Contractor shall not use vibration when co a No payment will be made for the rejected materials or the A.C. Line (Ttansite) is in place (re ctin on a removal of the materials unless the Contractor requests that the ter to City of rejected material be tested. If the Cconttactor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested,a minimum of three representative samples A.C.lines.) will be obtained and tested. Representative samples to be removed SECTION S-04.3(70)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thiclatess 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 defmition of a sublet described in Section 5-04.3(8) The specified level of relative density shall be *aa 0.:75, compea"Xion f0F the Fojec4ed raix *411 be at CR (CPR of ngt Ugg than 3.00 moban I 035 widi an addition of 10 p6F"rA of the unit d"d ce,. t 06 2 » of 924-.0 cc�tattce of the initially referatce maximum'^dcnsity" P of the rejected sagactod material will use the acceptance trampling and 14ctlted 70S._he reference maximum density shall be determined testing mdhods. If the material does not fall within the job mix as that developed in the job mix formula Qga"-M irtgavnrsgo formula tolerances of the ma" "Cent five and all costs acted with sampling,testing and reartoval shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with[ stew material at no expanse to the Contracting determined through the use of WSDOT Test Method 705 by the Agetocy. If the material_ falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolaattces, the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adittustment of Section 5-04.3(10) 4o --of rhrce €r a nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations (3) A ka;d;g S%iblol In addition to the determined by m within-each density lot U&&.The Engineer will a copy of the or throe laxidom saalpl" of the &USPOGA M-164-1 AA411 be Obtained results of all acceptance testing performed in the field as soon as the results are avatlabl Pavement compaction below 89 percent of the reference maximum density shall not be accepted Relative densities lfa ling between 89 percent and 92 percent shall be subject to the price adiostineats of Section 5-- 04.5(1)B. Accep4an"of CTIZ go dctannins'! For compaction lots falling below a CTF of 1.00 P3Y- and thus subject to price reduction or rejection. cores may be used as an alternatives to the nuclear density gauge tests. s attar-P auiag.-When the Contraairtt Agency i�N CO1�and the psegress: level of relative density within a sublot is less than 92.0 Pte• t2be costGoAuactine Ae for dig-coru►g and testing shall be borne by the Contractor.When the Contra b- Tr legsth-a 0.75 _Agency requests cores and the level of relative density wrthtn a sublet is greater than 92.0 percent the cos' for coring and testing shall be borne by the Contracting Agency. 4i° S&Woa 1 06'7(2)B 11"Jag. llip-Ac;nl 1nC;QA&;;'Q raragraph 1, Isom 3, V5 PQ;: core ...hti the Go;:@ FaRAu chall be-15 parcaal- ral-cive density within� lot h-&not basil-C� At the start of paving, if requested by the Contractor' a compaction text swion shall be constructed. as directed by the Engineer, to determine the compactbility of the mix design- Page-SP-27 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ' Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALI7T ASSURANCE p�CB a ig ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (924 percent SEC77ON 5-04.5(1)A IS DELETED AND REPLACED of the reference maximum density FD WITg I THE FOLLOWING: A4vtbod-70S). If a compaction test section is.requested, a Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC 11six proven_ Following determination of connpactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt con Contractor does not request a test section, the mix will be pavement produced and having all constituents falling sdthln considered compactible. the limits of the job mix formula shall be accepted at the t Asphalt Concrete Classes A. B, E, F, and G constructed contract price. If the constituents of the mix fall oatslde the under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be-' lea. basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of 11 mture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOW& density,shall be used on all subsequent paving. Asphalt Concrete Cl D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC ass compacted to the satisfaction of the Engineer. Compaction(RQ In addition to the randomly selected locations for tests of the For each sublot a Couqiaction N density, the Engineer may also isolate from a normal lot any area Factor will be that is suspected of€fieing defective in relative density. Such determined based on the relative density of the tests. lbe isolated material will-m include an original sample location. A following table lists the Cornpaaton Pay Factors and their minimum of throe S randomly located dmsity tests will be taken. associated relative density. The isolated area will then be evaluated for price adjustment in accordance with this n. considering it as a separate_atrblodat SECTION 5-04.5 IS REVISED AS FOLLOWS: Relative Density Compaction Pay Factor 5-045 Payment (RCS (average of three tee 'Misr and/or Driveway Asphalt Cone. Approach Cl. _'. 292.0 1.00 per Ma.__This iten,_when included in the contract, includes asphalt 91-5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 90.0 0.85 89-5 0-80 pair)for. derc6bed in c.w: n� cn�n 89.0 0.75 ar t Page-SP-28 Revision Date:May 19,1997 b-1L MOCKertes o-ll Rockeries Division 6 and have a stable appearance. The rocks all be careful,.-laced by mechanical equipment and in a manner Such chat 1tv 4... :�udi Structures axes if the rock shall be at right or eular 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 SECTTON 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below fin mmb a manner t hat there will be no movement between the two. After SeWT119 a 6-12 Rockeries course of rock all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient 6-12.1 Description (RC) arch square probe. The work desm-W in this section, regardless of the type of 6-12.3.1 Rockery Backf-W (RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-112 inch minus crusthed art or fill slopes and furnishing and conshuaing rockeries/rock rock or gravel conforming to section 9-019(3) ThjS mt will retaining wall where shown on the plans or wbere directed by the be placed to an 8 inch minimum thickness between the entire wall engineer and the art or fill mateftal. The badJ!U matetral will be laced in lifts to an elevation approximately 6 inches below the Course of 6-12.2 Materials(RC) rocks placed. The backfill will be placed after each eourse of rocks. Any backfill material on the bearing surface of the rock Rock walls shall be formed of larger pieces of quarried basalt, course will be removed before setting the next course andesite or other igneous rock. Individual pieces of tuck shall be sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe(RC) weighing 50 to 150 grams and tested for soundness with sodium . A 4 inch diameter perforated pve pipe snap be placed as a suipbam in accordance with aashto t104, the loss tluough a one- footing drain behind the rockeries as sbown in the gan&W plartst inch 6eve after 6 cycles dWl not exceed 35%by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectanpilar as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No gone shall be used which does not extmd drrougb the wall. The inspector will have the authority to miect any defective The rock material shall be bard, sound, durable and free from material and to suspend any work that is bem>: improperly done, wea8raed portions,seams,cracks and otter defem. subject to the final decisim of the . All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and mprtscnm&c samples of the shall be repaired or replaced at no additional cost to the Owner. materW stall be approved by the engineer before delivery to the site. 6-12.4 Measurement(RC) The rock walls shall be constructed of one-man rocks, (85 to Measurement of the finished rock wall for payment will be 300 pounds) each 10' in its least dimension; two-man rocks, (300 made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13' in its kart dimension; drree-man rocks (800 to 1,200 pounds) each 16' in its least dmteasion; four-man the nearest square yard. rocks(I_rM to 2,200 pounds)each 18' in its least dimension. The 6-12.5 Payment(RC) rocks shall range uniformly in size for each classification specifies. 'Ibe four-mean rocks shall only be used for the first course of Payment will be made under the item `rock retaining wail s rock in walls over 6 feet in beight. per square yard. The unit price per square yard shall be full compensation for 6423 Construction Requirements(110 the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required- to complete the itrstallatton, as to segregate the rock by the sae ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth below subgrade in excavation sections,or not Icss than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the art or fill section. Rode 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 stall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final coarse of all rockeries. 'ne 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 1- Page-SP-29 Revision Date:May 79, 1997 7-01 Drains 7-04 rm ' StoSewers DivWon 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe,pipe arch, or end sections it shall be understood that steel is zinc coated with Asphalt T I Sanitary Sewers, Water Mains, and (galvanized) or aluminum coated (alurnintzed) co r�trIIent I Sated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete steel or aluminum are referred W in Section 7-02 it shall be understood that ref 7-01 Drains also made to PVC. erence is SECTION 7-01.2 IS REVISED AS FOLLOWS. 7-01.2 Materials R 743 Structural Plate Pipe, Pipe Arch, Arch, i and Underpass Drain pipes may be concrete,zinc coated(galvanized)Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: I shod with Asphalt Treatment 1, corrugated aluminum alloy. polyvinyl ddoride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials_TQ option tuseed unless of the Contractor tess the Plans specify the type to be Materials shall meet the requirements of the following sections: SECTION 7-01.3 IS-REVISED AS FOLLOWS: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment I 905 6(8)7-013 Construction Requirements C� Corrugated Aluminum 9-05•6(g) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible clastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or.ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS: jointed with snap-on, screw-on. or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment IT Q- PVC underdrain pipe shall be jointed using either the flexible payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvem cemrnt as each of the following bid items that are inchrded in the proposal: described in Section 9-04.9, at the option of the Contractor unless 'St. Str. Plate Pipe_ Gage In. Dian per linear odherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment L PE or ABS drainage tubing underdrain pipe shall be jointed with `St As Prate Pipe Arch_Gage I�_In Span", l scrap-on. ed by he or wraparound awpling bands, as per linear foot with Asphalt Treatment I. rttommrnded by the manufacturer of the tubing. 'SL Str. Plate Arch_Gage Ft. In span",per SECTION 7-0I.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment L FOLLOWING: `Structure Excavation Class B",per cubic yard. 7-01.4 Measurement(R Q "Structure Excavation Class B Incl.Haul",per cubic yard. If no bid item for Structure Excavation Class A or Structure When the contract does not include 'structure excavation Excavation Class B, including haul, is included in the schedule of Class B"or"Structure excavation Class B including haul"as a pay prices then the work will be considered incidental and its Cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. `Shoring or Extra cons act pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECTION 7-04.2 IS REVISED AS FOLLOWS. 7-02.2 Materials_RQ 7-04.2 Materials_(Rg I Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated acv z Asphalt Treatment I Coated of Plain Concrete Culvert Pipe 9-05.3 1 _ � �� � Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Section Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4(g) Steel End Sections. Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Alu minuet End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) 1- Page-SP-30 Revision Date- May 19, 1997 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, [Wets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY FOLLOWING: FOLLOWING: ADDING THE 7-04.3(1)B Pipe Bedding,SR 2 7-05.3 Construction Requirements Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6' over and 6' under the exterior walls of the ladders. p SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS_ SECTION 7-04.3(2)A IS REVISED AS FOLLOWS.- 7-05.3(1) Adjusting Manholes and Catch Basins to Grade G 7-04.3(2)A Survey Line and Grade C The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new deviation. From that point, the specificatio ns. existing strucatre shall be raised or lowered to the required SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation - FOLLOWING: 7-04.3(2)G Strum Sewer Line Connections Rg All connection not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre martufaatrrrd tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gnvd shalt approved by the Engineer Any other method or materials be constructed to a point approximately eight inches below the proposed for use in nuking connections tdmU be subject to approval subgrade and covered with a temporary wood cover. P.xistim by the Engineer. manholes shall be art off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SEC77ON 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of die street work. After placing 7-04.4 Measurement RRQ the gravel or crushed stone surfacing, the manholes and manhole castings shall be consnucted to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjust, the void_ of linear feet will be measured from the center of manhole to around the manhole shall be baclfrlled with materials which result center of manhole or from the reenter of catch basin to center of in the section required on the typical road way section, and be catcb basins and similar type structures. thorough*compacted. SEC770N 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement- Manholes catch basins and FOLLOWS- similar structures shall be constructed and adjusted in the tame mamrer as outlined above except that the final adjartment sdtall be 7-04.5 Payment C made and cast iron frame be set after forms have bcen placed and checked. In placing the corncrete pavement extreme care shall be The unit contract price per linear foot for storm sewer Pipe of taken not to after the position of the fading in anY way. - the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted complete the installation, mchtding adjust went of inverts to until the pavement is completed at which time the center of tact manholes. When no bid item 'gravel backfill for pipe bedding'is manhole shall be carefully relocated from tefe prevlOaslY included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pave"mt shall be art in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to parmit removal of additional payment shall be made. the cover. The manhole shall then be brMaht to proper tide '14gziag Sto;m Sower Pips". per line-r-foot utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract pri ces and wedged up to the desired grade The avph Concrete pay"421 for other items. shall be curt and removed to a neat circle the Wameter or wnrca shall be equal to the outside diameter of the cast tton frame P1ls two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Conrxete Shan be placed so that the entire volume of the excavation is fmlaced nun tv within but not to exceed 2 inches of the finished pavement tea"' On the day following placement of the concrdte the W .0 or the asphalt concretezpavement and the outer edve of the castor swat` be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampirs and a Patenrn� roller. The complete patch shall match the xi sung Payee surface for texture density, ao uniformity of grade The jotnt�ween n►� Page-SP-31 Revision Date.. May 19, 1997 7-09 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement R covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per cacti. Measuremeru of manhole heights for payment purposes will be the distance from plastered. Adjustment of inlets- The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no further compensation shall be made Adjustment of existing structures and miscelaneous items such manner to the above for manholes. On asphalt concrete paving as valve boxes shall be measured by Adjust EustIng projects using curb and gutter section, that portion of the cast iron _ape frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials includin all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment to accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details_ below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame. The existing per cach.. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the same material as that required for new inlets The inside of the inlets shall be mortared 7-05.5 Payment(RRQ and plastered. 'AdjustAQauhele Existing per each. Monuments and Tast iron frame and cover: Monuments and m The unit contract contract price per each for 'Adjust ornnncnt castings shall be adjusted to grade in the same manner Existing "shall be full as for manholes. for all costa to make the ad' including y Valve box castings:Adjustments of valve box castings shall be necessary made its the same manner as for manholes. of adjeectnt areas in a manner acceptable to the Engineer. `Structure Excavation Class B',per cubic yard. SECTION 7-05.3(Z)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul',per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes(RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the arcs inlet If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation- Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its frost should be included manhole filled with sand and compacted to 90 percaut density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking 'Conned to Existing Catch Basin,'per each, the upper part of the manhole may be mixed with the sand subject 'Comma Structure to existing pipe,'per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-053(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS HOLLOWING: 7-08.3(1)C Pipe Zone Bedding(RCS (SA) 7-05.3(3) Connections to Ong Manholes_(R_2 Hand impaction of the bedding materials under the pipe Where shown on the plans,new drain pipes shall be connected haunches will be required Hand compaction shalt be aeoottrolished to existing line, catch basin, nub inlets and/or manholes. The by using a suitable tamping tool to firmly tamp btgftZ ma" contractor shall be required to core drill into the structure, shape under the haunches of the pipe Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlu7ce displacement of the pipe during the camps Lion effort. mariner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and cuo Plans,additional structure channeling will be required. further compensation shall be made. A 'Connection to existing' item will be allowed at any SECTION 7-08.3(2)S IS SUPPLEMENTED AS FOLLOWS: connexion of a new line to an existing structure, or the connection of a mew structure to a existing line. No 'connection to existing" 7-08.3(2)E Rubber Gasketed Joints RC .will be aemptted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or nub inlets. carefully to avoid laocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense, before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints arc forced labor,materials and equipment required. home. Sufficient pressure shall be applied in making the joint to enure 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 permined. Any pipe damaged during joining and joint 1- Page-SP-32 Revision Date:May I9, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. An o.,eu s in Contracting Agency. the pipe_line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each days operation or whenever the Pipe pushing the pipe and damaging the pipe or joint system_ Any openings are left unattended. The use of burlap woad M 'titer damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to uafoneseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short nuns which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Sauce most exceeding 10 percent. Pipe which is laid on a downhill ode shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnisW by deflected and straightened, such movement shall be held to a the following pipe to prevent movemem minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight SECT70N 7-08.3(1)!IS AN ADDED NEW SECTION: been the changes to alignment and at uniform grade between changes in grade. For concrete pipes with elliptical rrinfortxmcrn 7-08.3(2)J Platdag PVC Pipe RRQ the pipe shall be placed with the minor axis of the reWorcemeut in In the trench, prepared as specified in Section 7-02.3(1)PVC a vertical positron. pipe shall be laid beginning at the lower end, with the bell aid Immediately after the pipe joints has been made proper gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6'below the bottom of the pipe to 6'above the top_of pipe manufacturer to verify proper gasket p!ac the pipe. When it is necessary to cornett to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED By ADDING THE madded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)A Serve Line and Grade 7.08.3(2)G Sewer Line Conntxtions (RCS Survey Unless otherwise approved by the Engineer,an connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05-5 and 141 hubc will be pmvidod by tho saddle secured to the sewer main with stainless steel bands. When &agiaas;�in a manner consistent with accepted per• the existing main is constructed of vitrified clay, plain or T be Contractor slW1 transfer iiine and grade into the trerch reinforced concrete, cast or ductile iron pique, the existing main where they shall be tarried by means of a laser beam using 50 foot shall be core drilled. rnurimurn intervals for grade staking. Any other procedure shall Connections (unless booted connexions have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-dn-lled, and shall ID; &309 gFade line &UPPQ149d on AFMIY wt batter bo2rdr -9 have an 'O' ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville 61-11 be in;m—one time r-hader ch-11 be con backed 'PA collar or use a conical type fleuble seal equal to );oro-N,Seal. PVC pipe connection shall consist of tee nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPL EMFFJU73D AS FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-08.4 Measurement(SA) 7-08.3(2)B Pipe Laying (RC) Gravel badcfdl for foundations. or gravel backfill for Pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations,shall be measured by the calculations from measurements on the top of the pipe, orb cubic yard,including haul,as specified in 2-09,or by die TON_ lookinng for ponding of 1!2' or less, which indicates a -Concrete for plugging existing pipes will be measured by the condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to cOmpletay larger size, pipes)shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters- Computatron for elevation,unless otherwise approved by the Engineer. corrugated metal pis will be based on the nominal diameter- Alt pipe, fittings,etc.shall be carefully handled and protected Excavation of the trench will be measured as sttucMe against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haW, equipment small be acceptable to the ENGINEER. Pipe shall no_t by the cubic yard as specified in Sexton 2-09. When excavation below grade is necessary, be placed directly on rough ground but shall be supported in a excavation will be measured to limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placemenc�under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired, or a new undamaged pipe shall be Punished and Shoring or extra excavation class B will be measured imtalled. specified in Section 2-09.4_ The CONTRACTOR shall inspect each pipe and fining prior to installation to insure that there are not damaged portions of the pipe. Any defective,damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench- Page-SP-33 Revision Date:May 19, 1997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe lostaUstion for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-085 Payment I (SA) 7-113 Construction Details (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: 7-113(4) Laying of Pipe on Curves 'Gravel Backfill for Foundations%per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FO -Gravel Backfill for Pipe Zone Bedding", per cubic yard.,.or ZLOWS: Ton. 7-11-3(4)A Ductile Iron Pipe (R ) 'Commercial Concrete'.per cubic yard. Long radius (500feet or more) curves, either horizontal or 'Structure Excavation Class B', per cubic yard. vertical, may be laid with standard pipe by deflecting the joinM if 'Structure Excavation Class B Incl.Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewaterirtg and balling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that 'Shoring or Extra Excavation Class B',per square foot. can be used. The amount of deflection at each pipe joint when pipe if this pay item is not in the contract, then it shall be is laid on a horizontal or vertical auve shall not exceed one half of incidental. the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SEC77ON 7-11-3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-113(4)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over) RRCC) SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measurement-(RC) Tgg 777Zg AND TEXT OF SEMON 7-1130 HAS BEEN Meannrmeztt of bank tun gravel for trench bacffill will be by REVISED AS FOLLOWS: the epic yard measured by the calculation of neat lines based on maximum teach width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fitlirrgs with accordance with Section 1-09. Polyethylene Encasement Gg Whepe chown in the Rift Me Contractor shall lay ductile 7-10S IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene etncasemenL Pipe and polyethykne 7-10.5 Payment_T '1 encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all 3- "RlcmloA,-IaaqRRA-cemeatof:llpm,it-bie&gnte;i�l", Pg anoes, such as pipe laterals, couplings, finings, and cubic yud, 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 mall be repaired in accordance Payment for 'removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material' will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment ration will be made. shall be allowed. 4. "Bank Run:Gravel for Trench Backfill'. per cubic yard 711-3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or tom REPLACED BY THE FOLLOWING The unit contact,price per cubic yard or ton for'Bank Run Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe C furnish, place: and compact the material in the trench. Also Steel pipe shall not be used. induded in the unit cowact price is the efisposal of excess and unusable mawW excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. 'Foundation Material' ,per ton or cubic yard. FOLLOWS: Payment at the unit contract price for 'foundation material' 7-11.3(9)A Connections to Existing Mains (RC? shall be full compensation for excavating and disposing of the The Contractor may be required to perform due connection unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Conti or material per Section 9-30.7130). shall not operate any valves on the existing system r _ pe;:miscion of the . Water sysu= personnel tvnll operate all valves on the existing system for the contractor whim tred- No work shall be performed on the co, ions unless a representative of the water department is present to * me 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 connectigns: Page-SP-34 Revision Date:May 19, 1997 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 registering I gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water[Haas. The City reserves the right 2_ The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection_ All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of piRcline'in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in w4. disposal of unuuitaWe materials, shoring, de-watering, foundation PSI 6' 8' 10' 12- 16' 20• 24' material. at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 • 255 3.18 3_82 connection by the City. The Contractor shall provide all materials 400.0 0_90 I_20 1.50 1_80 2240 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 _ 1.69 2.25 2.81 3.37 plans including but not limited to the required filtimgs, couplings, 275 0.75 1_00 174 1.49 1_99 2.49 2_99 we spools, shackle materials to complete the connections. Tho 250 0.71 0_95 1.19 1.42 1_90 237 2 AS 1 Contractor shall Provide and install concrete blocking, polYwrnp 225 0_68 0_90 1.13 135 200 0.64 0.95 1 A6 128 1_80 2.25 270 .70 2.12 255 the piping at the connections,backfill and surface restoration at the locations shown on the plans for the connecmns to the cursing *If the pipeline under test .contains sections of various water mains. diameters, the allowable leakage will be the sum of the computed The City will ant the existing main and assemble all materials_ leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SEMON 7-113(11)IS SUPPLEMMNT'ED AND REVISED AS The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hoar as determined by the formula 7-113(11) Hydrostatic Pressure Test (RC) L- p A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system: These may in which obtained from the City by completing the required forms_and L = Allowable leakage.gallons/hour nsakW required security deposits. There will be a charge for the N - No.of joints in the length of the tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in int.P-Si be expelled completely from the pipe valves and hydrants. If P = Average test pressure during the leakage test,psi permanent air vents are not located at all high points,the contractor shall install corporation cocks at such points so that the air can be "laing the 15 Minwe&a"P949" expelled as the fine is filled with water. After all the air has been SEC77ON 7-11.3(12).4 SHALL BE REVISED AND expelled, the corporation cocks shall be dosed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and"Poly-p !(RQ The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be [lac adR2ty_ under pressure for a minimum of 24 hairs to allow the escape of pigged to remove any solids or-contaminated material that may the OW air and allow the lining of the pipe to absorb water.The State will have become lodged in the pipe.if furnish the water necessary to fill the pipelines for testing purposes of the ra"-r-tlne main cannot be 'poly-Pigged-,-_den a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2S fps in normal system operation. the main. The test shall be accomplished by pumping the main up to the The 'Poly pig' shall be equal to Girard Industries Aqua- required pressure,stopping the pump for a minimum of two haws, Swab-AS 2lb/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the 'Poly-pig" runt" The Poly-per the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end• visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup pipe, fluching water shall be sterilized by the addition of chlorine to a Decblorination of all water used for disinJ - shall be concentration of 50 mg/1_ accomplished in accordance with the City's standard derail• water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried m the txtst�nv accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water way_ made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep [unit pumping through a positive displacement water meter with a sweep unlit hand Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Moms SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: i REPLACED WITH_ Tiebolt: ASTM A242, type 2, zinc plated or two alvanized. SST 7.5/8 for 2 and 3 mechanical m— u� 3/4 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4' to 12' mechanical joints, ASTM A_325, type 3D ex t tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be mcreased to 40 n.,.. �d lbs. minimum for 5/8 and 60 000 lbs. minimum for 3/4' �nnr SEC77ON 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat lot hardness specifications. SST 753: 3/4 for.14 to?4' iinechanical F 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77. 3/4• s,,,,e i Treated water shall be retained in the pipe at least 24 hours SST 7, except 1 eye for 7/8 rod. same ASTM specificar:.,.. but no tong than 48 hours. After this period, the chlorine residual SST 7- at pipe extremities and at other representative points shall be at -least 25 mg/I. T ienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4j ASTM A563, grade C3, or zinc plated. S8: 518 and 314" ACTn,r SECTION 7-11.3(I2)N HAS BEEN REVISED AS FOLLOWS: A563, grade A,zinc plated or hot-dip galvanized Trecoupling:used to extend continuous threaded rods and are r, 7-113(12)N Final Flushing and Testing(RC) provided with a center stop to and installation, zinc plated or Before placing the line$ into service,a satisfactory report shall hot - be galvanized. SS10: for 5/8" and 3/4' tieods ASIM A563 be received from the local or State health department or ve grade C3. S10: for 5/8'and 314'tieruds.AS1M A563 grads A apprrn�ed testing lab-on samples collected from representative Tierod-continuous threaded rod for to desired potent in the tests obtained e b Samples will be collected and zinc plated or hot-dip galvanized. SS12: 5/8' and 3/4" diameter bacteriological tests obtained by the Engineer. ASTM A242, type 2; ANSI B1.1. S12- 518' and 3/4"diameter SECTION 7-11.3(13 HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher. round flat washers, zinc plated or hotdrp galvanized. SS17:ASIM A242,F436. S17: ANSI B18.21_1 7-113(13) Come Thrust Bloclt3ng and Dead-Man Installation: Block(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horb=W or vertical angle points. Conform to The City of Renton together to prevent joint sgiaration- Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. All fmings to be blocked shall be wrapped with 8-tuil polyethylene Torque nuts at 75-90 foot pounds for 314'nuts. LL-tall tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. anxwd joints. The forms shall be stripped prior to backfilling. Joint resit-AWshackle rods), where required, shall be installed in aeoordanoe with section 7-11.3(15)- Provide concrete dead-mart blocks at locations shown on the Pipe Diameter Number of 3/4' plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required rods,installation and removal of formwork. — Blocking shall be cornmercial concrete (hand mined concrete 4' .....................................2 is trot allowed)and poured in place. 6'...........................................2 8' .3 SECTION 7-11.3(15)IS A NEW ADDnTONAL SECTION: 10'...........................................4 12'.................... 7-11-3(15) Joint Restraint Systems (RC) 14'...........................................8 General: 16' .8 VYhere shown on thEylans or in the specifications or required by 18'...........................................8 the engineer,joint restraint system(shackle rods)shall be used. all 20'...........................................10 joint restraint materials used shall be those manufacmred by star 24---.-.......................................14 national products, 1323 holly avenue PO box 258 Columbus Ohio 30............................................(16-7/8' 43216, unless an equal alternate is approved in writing by the 36................... ..._........... ..--•--(24-7/8' engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten) ASTM A242 heat- is treated,superstar'SST'series. Where a manufactures mechanical joint valve or High superstar SST* er steel(oor tea), ASTM A242,superstar supplied with slots for "T' bolts instead of holey '= ffanl;ed valve �,series. with a flange by mechanical joint adapter shall be used histcadds Items to be galvanized are to meet the following requirements: to provide adequate space for locating the tiebolts. ASTM A153 for galvanizing iron and steel hardware. Where a continuous tun of pipe is requited to be r�i_ * no run of restrained pipe shall be greater than 6D feet ink ASTM A123 for galvanizing rolled pressed and forged steel go fittings Insert long body solid sleeves as required on shapes. longer runs to keep tiered lengths to the 60 foot maximum_- y—c used in continuously restrained runs shall be mechanical joint r and tiebolts shall be installeA as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts tienuts 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FO with koppers bitomastic no. 300-m,or approved equal. -OR'S- Where poly wrapping is not required all tiebolts, tieluts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOW&. tiecouplings, tierods and tiewashers may be kalvanized as specifi ed in the preceding paragraph or plain and painted m the entirety with 7-12.3(1) Installation of Valve Marker Post g koppers bitum Where required, a valve marker post shall be astic no. 800-m,or approved equal. furnished and Tiebolts, tienuts, tiecouplings, ticrods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of--way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. ��€ h. "'ll's W,Fkag:posm 44 be Painted SECTION 7-11.413AS BEEN SUPPLEMENTED AS FOLLOWS: by the Enginse 7-11.4 Measurement (RC) 130AGiled Utith black pa;--* GA die fice Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)LS NEW SECTION: included as separate pay items. If not included as separate pay item in the contract, then thrust blocking and dead-ratan blocks 7-12.3(2) Adjust ExMng Valve Box to Grade(Rg shall be considered incidomal to the installation of the water main Valve boxes shall be adjusted to grade in the same manna as and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Restton Meaa ntmem for payment for connections to existing water Standards. Valve box adtustnxros shall include but not be limited maims will be per each for each lion to existing water to,the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SEMON 7-11.5 IIAS BEEN REVISED AS FOLLOWS: final finished grades. Zhe final installation shall be made m accordance with the applicable portions of Section 7-12. 7-115 Payment(RC) In the event that the existing valve box is phrg-eed or blocked with debris, e Contractor shall use whatever means necessary to '_Pipe for Water Main and Fittings_In. Dian.', per the such debris, leaving the valve installation in a fully Lineal foot. operable condition. The unit cona2ct price per linear foot for each size and kind Tlie valve box shall be set to an elevation tolerance of one- of _Pipe for Water Main In. Diam.' shall be full pay for fourth inch(1/4)to one-half inch(12')below finished grad_e. all work to complete the installation of the water main including but not timited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING 7HE pipe and fittings, back filling, concrete thrust blocking, installation FOLLOWING: of poh"hylene wrap, deaning by poly-pigs, vertical crosses for 7-12.4 Measurement insertion and re noval of poly-pigs, teatporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the piptlIDe, Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per tad, if included as a separate nay item in the Contrail; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans,and cleanup. Hydrant auxiliary gate valve will be _included in the 'Concrete Thrust BlockW and Dead-Man Blocks% per cubic measurement for hydrant assembly and will not be included in this aii measurement item. The unit contract price bid for 'Concrete'thrust Blocking and - Dead-Man Block' Shall be for the complete cost of labor, SECTION 7-12.5 IS DELSTFD AND RBPIACED h�'!TH TSB materials, equipment for the installation of the concrete thrust FOLLO'Gate Valve from• blocks and dead- man blocks, including but not limited to te V Valm 4 intch to 10 inch in diameter and Valve excavation, dewatering, haul and disposal of unsuitable materials, Box,' per each. woe, reinforcing sleet, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor egttiptnerht and material to blocking and dead-man blocks shall be considered incidental to the and install the valve complete in P on due watt matte installation of the pipe and no further compensation shall be made. including trenching ipinting bl in9 of valvo par> - "Connection to Existing Water Mains',per each. disinfecting hydrostatic testing cast-iron valve box and extensions The unit contract price Per each connection to existing water as required valve nut extensions adtttstrnent to final grade. mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault,_ each. materials required for the connections to the exist watt mains. The limit contract price per each for the 12- gate valve ing assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on die water main, including trenching jointing blocking of valve t'^1-P assem—°� cast-iron casting and cover, ladder rung a risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete V2u1 er each. L Page-SP-37 Revision Daft:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and accessories fbutterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts(orily if h.r.i and material to furnish and install the valve complete in place on outside right-of-way). y are the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfesting, hydrostatic testing, concrete vault, cast-iron with Section 7-113(15). casting aa cover, ladder, concrete risers as required, adjustment SECTION 7-14-3(3) IS SUPPLEMENTED BY ADDING ` 'Blow-off assembly,'per each. FOLLOWING: TSB ■ The unit contract price per each for each blow-off assembly I shall be for all, labor, equipmem and material to complete the 7-14_ is Resetting Existing Hydrants installation of the assembly per the City of Renton Water Standard Thus work shall conform to Section 7-24.3(1). A11-1 h-��ts shall be rebuilt to the approval of the City(or replaced with a new Detail,latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets t:K F 'Air-Release/Air-Vacuum Valve Assembly,` per each. the type required for a new installation of the same typo The unit contract price per for air-releaselair-vacuum valve assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly inclodmg but not limited FOLLOWING: to, excavating, tapping ft main, laying and jointing the pipe and finings and appurtenances, bacldrlling, testing, flashing, and 7-14.3(4) Moving Existing Hydrants RQ disinfection,metier box and cover,at location shown on the plans, All hydrants shall be rebuilt to the approval of the Cty(or and per City of Renton Standard Detail,latest revision nThmced with a new hydrant). All rubber gaskets shall be replaced 'Adjust Existing Valve Box to Grade(RC),'per each. with new gaskets of the type required for a new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. Grade' above rhall'be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOIYS: tools and equipment necessary to satisfactorily Complete the work as defined in the Conte Documents, including Al incidental 7-14.5 Payment RQ wort If not included as a separate pay item in the ContraM but required to complete other work in the Contract,then adjustient of Payment will be made in accordance with Section I-W.1, for valve boxes shall be considered inc�to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly',per earls_ T7ue 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 valve, painting. diwiafi�c:;Ag, J-3,drQ&Ur;c scs;ing, We boxer. -Ad- required for the complete installation of the hydrant assembly as marke;:P"t spocified. The pipe oonuhecxing the hydrant to the main shall be considered incidental and no additional payment[ shall be made.T 7-14 Hydrants "Resetting FAisting Hydrants".per each. 7-143 Construction Details (R 7 Tlie unit contract price per each for `Resitting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7.74.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant). FOLLOWS: shackling. blocki g, painting. and guard posts and ring to the main. The new pipe connecting the hyd_k to the main Shall be 7-14.3(1) Setting Hydrants_RQ considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed portion of the hydrant shall be painted with eraotwo field coats.7tic . Guard posts shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract- Any hydrant not in service shal l be identified by covering with "Moving.Existing Hydrants',per each. a burlap or plastic bag_a2ppU2g by the Engineer. The unit contract price per each for 'Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing spedfications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant. including new tee, rebuilding(or replacement Witt a new Renton standard details.Hydrant and ritard posts shall be painted hydrant), shackling. blocking, painting. and MR0 uo5ts and in accordance with the water standard detail. Upon completion of reconnecting to the main. Tt,e new pipe eO�ne ct*M the hydranc_to the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional Da � specifications and guard Posts painted with two coats of shall be made Now pipe for.hydmau coApoct preservative paint NO. 43-655 safety yellow or approved equal. Guard posts shown on the plans shad Fire hydrants shall be of such length as to be suitable for be incidental to the contract_ installation with connections to 6'. 8' AND 10' piping in trenches 3 - 1R feet deep unless otherwise specified. The hydrant shall be designed for a 4-12 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fie hydrant assembly shall include: cast-iron or ductile iron teee(MJ x FL),6'gate valve(FL x MJ) 6' DI spool (PE x PE) 5- 114' MVO fire hydrant (MJ connection) 4' x 5' Stortz adapter, Page-SP-38 Revision Dale:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sever, 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED By ADDING THE FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection Once the television inspection has been completed the 7-15.3 Construction Details(RC) contractor shall submit To the Engineer�rneer tare WrrttPll reports of the deo Pipe materials used to extend or replace existing water service Inspection plus the video tapes. Said vi and compatible with the City's viewing and recordin to,be in color lines shall be copper. stems The Where instalation is in existing paved streets, the service lines City system accepts 1/2 wide high 9MLiU YHS y_,es, The tares well be run at standard speed SP(1 S/16 I.P$ shall be installed by a trenchless percussion and impact method (boo-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails, regular open trench methods may be used. FOLLOWS. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of 7-15.5 Payment(RC) completed installation measured along the invert and will include Payment will be[Wade in accordance with Section 1-04.1, for die length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from die center of manhole to center of 'Service Connection_In.Diam.',per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for 'Service Connection_ structures- - In. Diana" shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection. hxhtding but not limited to, excava' or Section 7-17.3(2) will be the number of linear feet of completed bogging).tapping the main,laying and jointing the pipe and fittings installation actually tested. and ate, backfilling, testing, flashing, and disinfection Measurement of 'Bank Rum Gravel for Trench BackM of the service connection. Sewer" will be determined by the cubic yard in place,measured by the neat line dimensions shown in the Plans, or by die Ton on truck 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-1_7-2 HAS BEEN REVISED AS FOLLOWS. FOLLOWS: 7-17.5 Payment RTC 7-17.2 MaterialS�RC2(SA) Payment will be made in accordance with Section 1-04.1. for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal_ Rigid Flexile -Plain Conc. or—�Z.� wer Pipe _ In Diam.', per linear Concrete ADS Composite foot. 3AU46.4 Clay PVC(Polyvinyl Chloride) _Cl_._Reinf. Conc. Sewer Pipe_ In Diam.', per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In.Diam.-.per linear foot. sections. -Ductile Iron Sewer Pipe_In.Dian',per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) _Ui Di2ai ' Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the W,Uified Clay Saw*;Pipe gos-9- kind and size specified shall be full pay for furnishing.hauling,and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Ira[Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material• and ADS Composi;e Sower Pipe 9 0534 adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with -type, class. and -Testing Sewer Pipe',per linear foot. thief. Lettering shall be legible and permanent under normal The unit contract price per linear foot for 'Testing Sewer conditions of handling and storage. Pipe- shall be full pay for all labor, material and equipment SECTION 7-17.3 IS SUPPLEMENTED BY ADDING T$B required to conduct the leakage tests required in Section 7-173(2). (11 If no unit price for 'Testing Sewer Pipe' is included it shall be FOLLOWING: considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities Removal and Replacement of Unsuitable Material", per (RQ cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material"shall be full pay for all work trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A. trap until the new systern is placed in service and then to remove it. -Bank Run Gravel for Trench Backfill Sewer", per cubic Any cmMtruaion debris which enter the existing downstream Yard, or Ton. system, shall be removed by the contractor at his expense and to The unit contract price per cubic yard or Ton for "Bank Run Gravel for Trench Backfitl Sewer" shall be full pay for all work th W to satisfaction of the Engineer. hen the first manhole is set it's furnish,place, and compact material in the trench. outlet shall be plugged until acceptance by the Engineer. -Television Inspection-,per Lump Sum. 1- Page-SP-39 Revision Date:May 19, 1997 9-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalk Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING Tgg FOLLOWING: Miscellaneous Construction 8-13.5 Payment -Reset Existing Monument"per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction be incidental unless included as a pay item in the Schedule of SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that ' SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE are included in the proposal: 'Raised Pavement Marker Type 1 per eachhund" FOLLOWING: 'Raised Pavement Marker Type 2'.per eachlhundmd. &14 3(4) Curing(RC7 'Raised Pavement Marker Type 3- "• per eaclhtamdr�d. The Contractor shall have readily available sufficient `Recessed Pavement Marker".per eachhundrrsd. protective covering, such as waterproof paper or plastic membrane The unit contras price per eachhuwl.Fsd for'Raised Pavement to goer the pour of an entire day in the event of rain or other Marker Type 1". 'Ratsed Pavement Marker Type 2". and'Raised umuitable weather. Pavement Marker Type 3- In.- and -Recessed Pavement The Contractor shall be responsible for barrica&ng Marker'shall be full-pay for all labor. materials, and equipment patrolling, or otherwise protecting newly placed concrete, necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE Control is listed in the FOLLOWING: contract as a separate pay item- 8-14.4 Mea:shrrement(RQ 8-10 Guide Posts when the contract contains a pay item for "Curb Ramp, Cement Concrete,' the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawauting, removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials indudiM existing pavement and"sidewalk, crushed FOLLOWS: surfacing base materials and all other worst~ materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description(RQ each price for 'Curb Ramp Cement Concrete"unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown m If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete,- but the plans call for such insm1lation, then supplied surveyor- quant:,tirc chats hr measured with and paid for under the bid Items for Curb and Gutter and for Cement Cotuaete Sidevralk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete. the 2)2gMq FOLLOWS: shall be included in the pay item for 'Miscellaneous and/or Concrete.' Driveway 8-13.3 Construction Requirements Asphalt = SECTION &m.S IS SUPPLEMENTED BY ADDING THE The monument will be furnished and set by the Engineer or FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a proiect, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to consumcdon. 'Curb Ramp,Cement Concrete,"per each_ After construction is complete, the monuments shall be [e- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SITPPLZ41ENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and dispOs'al- 5-13.4 Measurement regardless of the depth required for constructing die sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price pq square yard for 'Cement Corte• Sidewalk impacted by contraction shall be considered incidental to the l and the per each contract price for Curb Ramp,Cenhcrht Concrete." contract unless specifically cal led out to be paid as a bid item. Page-SP-40 Revision Date:May 19, 1997 8-17 Impact Attennator Systems 8-20 Illumination,Traffic Signal Systems,and Eioctrical 8-17 Impact Attenuator Systems City rrserves the right to make additions or deletions to the trench which prove necessary for the compaction of the oroierr TEE STATE AMENDMENT IUD SECTION 8 I7 IS The minimum width for the trerich will be at the o lion of the SUPPLEMENTED BY THE FOLLOWING_ contractor. Trench width will however, be of sufficient size so that all of the necessary conduit can be installed within the d the 8-17.5 Payment(RRQ specified while maintaining the minimum cover Trench backfill material in roadway and sidewalk areas shall if no pay item is included for temporarcy impact attenuators be compacted to 95% of the material's maximum dens' then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. per pay item for 'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS. 8-20 Illumination, Traffic Signal Systems, 9-.20.30 Foundations_Q and Electrical 8-20.2 Materials 02 -4(14)C. Where obstructions prevent constriction of planned SECTION 8-10.2(3)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall eruct an effective foundation FOLLOWING: satisfactory to the Engineer. The comb-4ISA 8-20.2(1) Equipment List and Drawings(RC) P!12&Cho anchor bolt ch-b b- The Contractor shall submit for approval six sets of shop ground line. drawings for each of the following types of standards called for on The eanftactor shall provide an material for and construct the this project: foundations for and to the dimensions specified in table 1 blow I. light standards with or without pre-approved plaits. The anchor bolts shall match that of the device to be-installed 2. Si m�- gnat standards with id without standards. plaits. All excess materials are to be removed from the foundation 3. Coi�»nation Siginl and lighting standards. 4. Metal Strain Poles. constniction site and disposed of at the contractor's expense - Concrete shall be placed against undisftabed earth if PossiMe Disturbed earth or backfill material shall be acted=to-95 Percent of the material's maximum density Before p g the The Contractor also shall submit either on the signal standard concrete the tractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a ymrf - like manner. Concrae shall be promptly cleaned fmm the exposed SECTION 8-20.3(2) HAS BEEN SUPPLANTED BY portion of the anchor bolts and conduit after piacemew. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device 8-20.3(2) Excavating and Bae1d'ii)ing R thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the cortract Table 1 plats or as directed by the engineer. 'Type of device Dimensions The ognt actor than have approved compaction equipment on site before beginning any excavation; compaction shall be Surd Light Pole 4-Deep x 3'Sq or Dia. Performed at the tilts of the initial backfilling of the trench unless directed o Signal Pole tip to 40'mast arm 7-Deep x 3' Sg or Die. otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit tuns shall be done in a neat matmer Street Light Control Cabinet Set Detail Sheet with the trench bottom traded to provide a uniform Made. No Special Base See Detail Sheet work shall be coveted until it has been examined by the engineer backfill material used for fill around and over this conduit system All concrete foundations shall be constricted in the manner shall be free of rocks greater than two inches in diameter to a depth of six inches above tine conduit. specified below: Trench within the roadway area shall use select trench backfill L Where sidewalk or raised islands are to be constructed as a phut of this project, the top of the foundation shag be made which shall consist of 518th met minus crushed surfacing top flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or shat) schedule of prices and directed for use by the engineer The source 2 Where no sidewalks are to be installed,the(race for the top and quality of the material Shall be subject to approval by the of the foundation shall be as specified by the engneer.{See engineer. Trench backfill within the sidewalk area shall be made specified with acceptable materials from the excavation subject to the detail shat) Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental W the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The 1- Page-SP-4I Revision Date:May I9, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electric', SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: Ail conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions- 8-20-3(5) Conduit(RQ All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within lecatiop". continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size box- shall be as indicated on the wiring and conduit schedule shown on p—_ Conduit to be provided and installed shall be of the tvrx utilWar. indicated below: 6- All F2dh-c Is 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 pSTU standards shall be used when the conduit is to be placed or&spice rQ4 an L11-11 Consist of a 10 foot length Qf galv�Aizqd within the roadway area. All joints shall be made with stria compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION B-20.3(6)IS SUPPLF-MENTED BY ADDING THE 10 r4ot leng4h of GoAduit 1=y be 'Astalled an-44'6U FOLLOWING: 8-20.30 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:"Ligh ing' 2. Signal only: "Signals' 3 Traffic sigffil and street lighting:'TS-LT' ell ad-!;aMev 4. Telemetry only- 'Telemetry'n'tem2te to ealwanized ace Inscriptions on iunction boxes performing the same function, i e street lightu� traffic signal or both, shall be consistent throughout the project All junction boxes shall be msWled in conformance with provisions contained in the standard plans and ;114 detail sheets- hall ngt bg The unit contract price per each for 'Type I' or MV--W junction box shall be full compensation for ftirnichmo same and for all costs of labor, material, tools, and altripm nt R550M to provide and install the junction bozos including excavattoa= bacldillutg and compaction all in accordance wtih p—lans-L specifications and detail sheets. If allowed in the7'lans or if obstructions arc encountered in is juon boxes shall have galvanized steel lids and frames mill or drilling operations, the Open ire Contractor will be allowed w Au junction boxes and associated concrete 219 t�anu be install conduits by open trenching. Open trench construtxion shall installed on compacted sub grade which shall include six inches of conform to the following: 5/8th-inch minus crushed surfacing top co<use material 1. The pavement shall be sawcut a minimum of 3 inches under and around the base of the junction box- Concrete shall be deep.The cuts shalt be parallel to each other and extend I fast one promptly cleaned from the iupption box frame and ltd. (!)foot beyond the edge of the trench. The unit contract price per junction box shall include 2. Pavement shall be removed in an approved mariner. installation of 518th-inch minus crushed surfac top course and as 3. Trench depth shall provide 24 inches minirnam cover 4 thick Class 'B'ctsne�concrete Pads""the ri 0Ox over conduits below the roadbed. and 18 inches blow finished as per the plates specifications and detail sheets. d e grade in all other areas.. combed surfacing and the concrete pad shall be incidental unit price per junction box and no furthtx cornpensatnon will be made unless the contract includes separate pay items for crushed 5. Trenches located within paved roadway areas shall be surfacing'and/or for"concrete pad.' restored per the Renton Standard Detail. ntr€eileuw t- Page-SP-42 Revision Date:May 19, 1.997 8-210 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrieal SECTION 8-20.3(9) IS REVISED AND SUPPLF.MENTFsD AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the 8-20.3(9) Bon service connections. Electrical energy used prior to completion of Bonding,Grounding(RCS 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 StWA C'ty, Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 veil 2 wire, 60 cycle A.C.(traffic signal service only) go comb-c4am ca"GA for. ;a 2. Type 11,system shall be single phase 240 volt,2 wire 60 cycle A.C. (strut lighting non contaaor individual comtroilcd photo-cell with no neutral wire) 3- Type III system shall be single phase 1204240 volt, 3 wino 60 cycle A.C. (street lighting con imttraffic Signal, grounded neutral service The power service point shall be as noted on the plans and eond�. shall be verified by the electrical servtctn_ g unity, Identification of the equipment grounding conductor shall The service cabvet shall be- marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code.Grounding of the neutral shall be series C using stencils and black enamel alkyd gl=Pam shall be accomplished only at the service. conforming to Federal Specification-TT E-489. SECHON 8-20.3(ll)IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-203(11) Meld Test(RC) 1 f All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m on which dearical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday. weekends, cmier dad metallic Around rod 518' in diameter x 8'0' in length holidays,or the day preceding a holiday. complete with a 18 AWG bare copper bonding strap located in the nearest iunction box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a sigtral/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diatrteter x 8'0" in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the Dearest junction box with a bare copper bonding soap sized contractor and rainspeucd prior to requesting signal turn on in accordance with the plans,specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered ul are to be included with the system or conductors. Ground straps electrical service to the intersection has been prOYldCd and has are also miscellaneous items unless a separate pay itern is provided bees energized by the electric utility. in the'Schedule of prices." 4 A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(70)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be comaplete per Plan FOLLOWS. before requesting signal turn on date !V^y del�n1 of channelization prior to turn on must be approved by the 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only- exact 6 City forces shall provide post and maintain Proper signin location will be determined in the field. warning of new signal ahead. 8-20.3(13) 111umination Systems Sect-on 910-6(3). - mote; bace in"alled in -GGGr-d'P0r.Q with SECTION 8-20.3(13)A IS REVISED AND SUPPLE61ENTED AS FOLLOWS. 8-20.3(13)A Light Standards(RQ (SA) Page-SP-43 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical - -8-20 Illumination,Traffic Signal Systems,and Electrical All poles and davit arms shall be designed to n,.wii a fuminaire wcipht of 50 lbs_ or more and to withstand caused by wind loads of 85 m-p.h. with gust factor of 1-3 All poles shall maintain a minimum safety factor of 4 38., slip plftgs mad the keeper.plWe on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure- full threads. Davit Amu: The davit style aim shall incorporate a 5'9' radius lend I as measured from the centerline of the shaft. The outer rtion 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 itches to fit the hunmatre specified. The Dole end of I the davit arm tube shall be fastened seettrely to the top of the shaft producing a flash joint with an even profile. Anchor Base: ■ the irregularities. A one piece anchor base of adequate strength shape and ' 6. Anchor bolts damaged after the foundation concrete is placed size shall be seared to the lower end of the shaft so that the base shall not be repaired by bending or wel ding.The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Frigineer for of the shaft at its yield point. The base shall be provided with four approval prior to..making any repairs. The procedure is to sloued or round holes to receive the anchor bolts. Nut covers shall include remov'tny-the damaged portion of the anchor bolt, be provided with each pole. cutting threads--ion the undamaged portion to remain, the Anchor Bohr installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnM and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bops shall 7. The grout pad shall not emend above the elevation of the meet the requirements of Section 9-065(3) and 9-06.50. The bottom of the slip base. anchor bolt yield point shall be capable of resisting the beadmg installed plumb, f I degree. morn)of the pole shaft at its yield point T7te contractor shall assure that all anchor bolts conform to the -- Sssadasd Plaits._ recommended ASfM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer A I existing founduions, 1he anchor. wim,pole,grout pwl, and data on pole bmoling moment, anchor boh fabrication data,_test leveling a= gb,ll be removed- Canduisr ch-11 bo cut to results and any other data that may be required to confirm that the awbor bolts meet these specifications. Mtscellancous Hardware: All hardware(bolts nuts, screwsj washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Ideruification for poles): iRstalled with gop of bolt F7 to 3 in-her -bove the The contractor shall supply and install a combination of feuadatien. 4-digits and orte letter on each pole, whether individual htminaire or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facim roadtmg 4 The pole rh-11 be cot and plumbed; and wacham mar, =1 traffic Legends shall be sealed with transparent film, resistant to dust,weather and ultraviolet exposure The decal markets shall be 3 inch square with gothic gold, white treflectotiz 42 in h legend on a black background The LD number will be assigned to each All ;iew light 4=ad-r-dr ch-11 have an mole at the end of the contract or project by C!!Y 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 All new light standards shall be membered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be-provided with a 4' x 6- flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a thatching metal cover secured vvrtn shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-EA89. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contactor shall provide a equipment has been installed thereon. After pole is enstalled ana minimum burial of 10 perceru of the total pole length plus 2 feet plumbed nuts shall be lightened on anchor bolts nciny ntvner S17ea and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers Pipe ' The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be P_emtten- on the side away from traffic. A grounding lug or nut shall be Tools shall be of su ient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mom grout an° Page-SP-44 Revision Date.May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systejns tg� Dry pack mortar grout shall consist of a l:3 mixture of All new OpUcom Priority System oorru>onPm� shall„ Portland txmrnt and fine sand with lust enough water so that the Series or a roved I. The Contractor ��[ " "C mixture will stick together on being molded into a ball by hand 1 one CODV and will not exude moisture when so pressed. A one half inch of the manufacturer's software on on disks. Controller drain hole shall be left in the bottom of the grout pad as shown on cabinets shall have the 562 harness wired into the cabin; bY the the standard detail. filter. SEC77ON 8-20.3(15) IS SUPPLEMENTED By ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING. 8-20.3(15) Grout 8-20.3(14) Signal Systems g After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sins noted on the plans. All a dry pack mortar grout trowled to a smoothh fmish mnfn..,, multi-conductors ttsed for the signal system shall conform to the contour of the pole base plate. Dry paw mortar taut shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1.3 mixture of rtland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless _molded into a ball by hand and will not exude..,r,t ;re � terminal connector, and all solid wires terminated at a terminal pressed. A one half itch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail -- terminals shall be installed with a tool designed for the installation SEC17ON 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers wire FOLLOWS: azam,etc., will trot be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement C appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the as shall be permitted unless otherwise indicated on the plans. All P illumination system , traffic signal condoctor runs shall be attached to appropriate signal terminal — _ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply, but measurement rement w be for the sum total of all items be the splices for detector loops at the nearest i»nction box to the for a complete system to be furnished and installed loops- Conduit of the kind and diameter specified in the Schedule of SBCI70N 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RQ length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20304)C Induction Loop Vehicle Detectors RD AL bid item. 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as desm-bed in OO on type CO°nectors- Section 8-20.5 or as described in the contract schedule of prices SECI7ON 8-20.3Q4)D IS SUPPLEMENTED BY ADDING THE for special provisions. FOLLOWING. SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS- Cable(RC) 8-20.5 Payment The Contractor shall keep records of field testing and shall famish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: S9070N 8-20.3(I4)E IS REVISED AND SUPPLEMENTED 'Illumination System lamp stem. AS FOLLOWS: `Traffic Signal ___", lip 8-20.3(14)E Signal Standards C sum. 3. Disconnect connectors complete with pole and bracket The lump stmu contract price for 'Illumination System_- cable shall be installed in any signal standard supporting a and -Traffic Signal asd luminaire. — _ be full pay for furnishing all labor, materials, tools, and equipment necessary for the 9 the 116 Q 112 construction of the complete electrical system. FnodUYmg existing 14. The signal standard and its fabrication shall conform with systems, or both, as shown in the Plans and herein spe�red all current Washington State Department of Transportation Signal including hin ing excavation, bilkies irtg, concrete foundatiotu. conduit, Standard Specifications and current pre-approved plans by v tom• restoring facilities destroyed or damaged d� WSDOT. construction, salvaging existing materials, and for making all required tests. All additional materials and labor. not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to complete the proper sized sockets, ones end or box wrenches Use of pipe electrical system,shall be included in flue hump ruin contract price. 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)- slbwxr, band;, Page-SP-45 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ' The unit per each price for(14)"Service cabinet' shall be full compensation for furnishing and installing the fully equiPPed cabinet and for risers, standoffs and any other materials- labor or costs asset ated with providing electrical service as requ>rrd t...a._ coaduit ic include" On a% Pat4- of 'A electrical utility the contract plans details and spewlcauom and not rho-n'r not included as separate pay items to the contra schedule of MGhe pr ices. egtta � _.........Signal head......,' per each. All costs for installing conduit containing both signal and ........Signal head mounting hardware," per lump sum illumination wiring shall be included in the contract prices for the The lump sum price for (16)'....Signal head mountin signal system. hardware' shall be full compensation for suPplY� and Ilino All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware ill illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,...'x...'x...', and mountin The unit prices for the items listed below shall be full hardware,'per each. . compemation for furnishing and installing each item and for all '2/c shld loop retum cable,'perl"tnear foot. labor, materials tools equipment and testing necessary and/or '3/C shld pre-emWion cabte,'per linear foot. iuidental for the full and complete installation as per the contract ...-pair ddd inuxconnoct cable,'per linear foot. pans detail sheets and*hest specifications. 'Traffic signal controller and cabinet,'per each. 'Trench and Baddll .......' wide by.........' deep, ' per The unit contract price for 'Traffic Signal Controller and linear foot. - Cabinet' shall be full eomensation for furnishing and iastalting a The unit contract=_price for (3) 'Trench and Backfhll' per fully equipped,wired and operational controller and cabinet. 1'mear foot shall be full compensation for excavating, loading, 'Traffic signal win,'per lump sum. hauling and otherwise disposing of the waste materials for 'Signal standard,'type...,with...-foot toast arm,'per eacit. backfilling and compacting backfill material to specified density 'Induction loop vehicle detector.'per linear foot. . and for the restoration of the trench to its common or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engincer all in vehicle detector' shall be measured by the linear feet of full depth accordance with the plans specifications and detail sheets. sawctd required for installation. The unit price shA be: full 'Select Trench Backfill ' per ton. (4)'Select Trench Backfill' compensation for full and complete installation including wire, shall consist of 518' minus crushed surfacing top course and the sealant and all other labor, tterials,tools and equipment required trait per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading hauling and disposing of crx=fim6ons and detail sheets The unit price shall also include. waste materials. providing and installing conduit s tub-outs and soldered splices, '........Foundation, .........per each.; dices to loop return cables unless separate pay items are included -Type....Junction box,'per each. s in the contract schedule of prices for these other items. Saw cutting *The unit per each price for(S)'Foundation'and (6)'Junction shall be considered incidental to the loop installation whedw.or not _ Box' gall be full compensation for full and complete installation there is a separate pay item in the coa tact for sawatttmg. per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 eats item in a finished concrete pad which shall be incidental linear feet Sawcutting for loop'Home rims'shall!be done sucb as unless a separate pay item is induded in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of 'Concrete Pad.' proper locating of loop retum 'Stttb-out' by direct rrntmg of 'Concrete Pad,"per square yard. "home runs' and by combining up to 4 pairs of loop wires in a Measurement for.(7)'Concrete Pad' shall be by the square single 'home run' sawcut. Loop and 'Horne Run' layout shall be rts yard of surface a enclosed 'inclusive of and not subtracting for approved by the Fngineer before sawcutting takes place- — the area of the junction box or foundation enclosed and shall be full .......Splice kit,"per each. compensation for full and complete installation as per the plans "Emergency Vehicle pre-emption detector,'per each- specifications and detail sheets. "Opticom discriminator card," per each. Schedule 40 Conduit, P.V-C."per linear foot-* 'Detector amplifier,'per each. Schedule 80 conduit,P.V.C., ' per linear foot.` 'Street light fuse kit,'per each. s The unit contract price for conduit shall include all conduit, 'Pedestrian push button with sign, "per each. couplings adapters elbows bends reducers, bell ends bushings, 'Pedestrian push button post,'per each. and arty other material labor or equipment nepessag to complete 'Pedestrian signal pole 'Type I 10-fee4'per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole,'per each. from end of conduit to e of conduit its measured from the top of The unit per each price for 'relocate existing ----oole'shall be end grade along the middle of the trench line and adding a vertical full compensation for removing the pole from__-39IL rneasurcment at the end of each conduit run equal to the design foundation removing and salvaging or re-hlevtallmg exnsung depth of the trench. No payment shall be made for additional equipment plugging holes as required and imtall�nv the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools_ s of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard......... per each. complete the installation and make the electrical e ' watt...Luminaire and lamp,' per each. operational all in accordance with the plans specifications and detail sheets. ... watt...Luminaire and lamp with photocell,' per each_ " "Remove existing per each. ......AWG....copper wire,"per linear foot. 'Service cabinet, ' per each. t Page-SP-46 Revision Dale.May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for 'Remove existing foundation' Traffic I,"_Legerw shall be full compensation for full and complete removal and A WHITE marking conformi hauling and disposal of the foundation_ $repessisausing alphabetical letters.. 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high.,See contract plar►S and detail slicers_ 8-22.1: Description(RQ SECTON 8-22.3(5)IS REVISED AS FOLLOWS: Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) A BROKEN YELLOW tine 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip"pattern shall be based on a 49-feet 24-foot unit consisting within a-404eet 24-foot length of skip stripe shall not excel ply t of 2-34-feet 9-foot line and a-38-feet 15-foot gap. Skip center or minus 1 inch. I stripe is used as center line delineation on two lane or three lane. SECTION 8-22.30 IS REVISED AS FOLLOWS; I two way highways. Double Yellow Center Stripe 8-22.30 Installation Instructions (RCS Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-ind�space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations_an" and for channelization raadt S A SOLID WHTTB line, 8 inches wide, used-as-f"vAay to delineate turn lanes SECTION 8-22.30 IS A NEW SECTION: from through lanes, for traffic islands, and for lash marks. Hash $22,3(7) Removal of Traffic Markers mark stripes shall be placed on 45 degree angle and 10 20-feet (RC) apart- — The work to remove all old or cordlitd m stripes lines Lane Stripe buttons, or markers as required to complete the channelization of A BROKEN WHITE line, 4 inches wide, used to the protect as shown on the plans or detail sheets shall be delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further broken or "skip" pattern shall be based on a-40-fooa4-foot unit compensation shall be made unless a separate pay item or items are consisting of a 10 foot 9-foot line and a-34-feet 15-foot gap. provided for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that en p. The broken or 'skip" pattern shall be based on a 2445-foot unit consisting of a 93400t 8-22.4 Measurement (RQ (SA) line and a 154 gap. AL 1?3ss S The measurement will be based on the travel distance-paquusd A- tr i� of a marking system capable... GG4:9AEp L oach 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 32-iacb-fires. head defined as a unit Traffic lottaralegends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. gap. Measurement for paint/plastic stripe line removed shall be by Two Way Left Thin Stripe the linear foot of ...... wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for 'remove existing traffic markings' unless sl)ecdvd BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item.If not specified as a setxirate pay space.The broken or`skip" pattern shall be based on 2120-foot 24- item, then removal of exiting traffic foot unit consisting of a-I4-foo4 9-foot line and a-X"oat 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SVPPLEMENTED AS Crosswalk Stripe A SOLID WHITE line,-1,2 8 inches wide and laet fe FOLLOWS: long, installed parallel to another crosswalk stripe with a 6 feet 8-22.5 Payment (RQ and parallel to the direction of traffic flow and centered in pairs on lane "Painted CeseApproach Stripe",per linear foot. lines and the center of lanes. See detail sheet_. Stop Bar "Painted Traffic 1,aa"t,.5Qend",per each. A SOLID WHITE line,-f$ 12, 18 or 24 inches wide -Plastic Traffic 1 etrerLegcnd",per each. unless as noted QUwPAis.a..iA on the Contract plans. 'Remove Paint Line------ wide,- per linear foot_` Page-SP-47 Revision Date:May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings "Remove Plastic Line....... Wide,* per linear foot.* 8-23 Temporary PaTement Markings "Remove existing traffic markings,"per lump sum.' •The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED T gR WITS 'Remove Plastic Line' and the lump sum contras price for FOLLOWING: 'Remove existing traffic markings' shall be full con4)emation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RRQ and detail sheets. If these pay items do not appear in the contract 1f no pay item is included in the contract for irtstallati�.,., �. schedule of prices, then the removal of old or conflicting traffic m removal of temporary pavement rnarkmgs them aall ,, bb costs ace ,: .� markings required to complue the charmdization of the protect as with these items are considered incidental to other shown on the plans or detail sheets shall be considered incidental to rams in the other items in the contract and no further compensation shall be contract or included under "Traffic Control,' if that item is , made. included as a bid item. ' The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. f, Page-SP-48 Revision Date:May I9, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for pyment m3Y be PrOduced for use on a Dirmo.0 until the - approved mix formula has been a roved b the en ineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03 8 and retrain within the limits set forth in 9-03 8 --'-lhe determination of the job mix formula shall be the res ,..r,E,-, the Contractor. of 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures more than one JMF is prohibited. Each strip of pmt ced from SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement laced during a working shin shalt Pa P g g shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete 9-00(A) Recycled Materials(RCS specified unless there is a need to make an adjustment toin the JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in wfit!Pg by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of vine= operations applicable requirements described elsewhere in the contract and shall include as a minimum. specifications. Should recycled materials be utilized the City a. Percent passing each sieve site. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Shotild a change in sources SSG770N 9-02.I(10)IS A NEW SECTION: of materials be made, a new IMF must be approved by the 1�0) Loop �Q Engineer before the new material is used. Unless sXecified 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 lob Aro"Ace or approved equal), shall meet the penetration flow and resilience specifications of ASIM D3407 and shall be installed with an approved applicator in conformance with manufacturer's The contractor shall request and obtain approval from the a¢u,241Z Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances-its_ detector loops and shall submit manufacturer artsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall atxxptanoe shall conform to the following tolerances: only be insW ed in thortwglily dean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawart area, encapsulate the loop wires and adhere to the exceed the broad band pavement_ specification limits specified in Section 9-03-8(6). 9-03 Aggregates Aggregate ing 11, Broad band specification 3/4 5/8', i/2 ,and limits Section 9-03.8(67. SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8 sieves Aggregate passing 1/4' sieve t 6% 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve t 5% 666 I. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve f 4% conformance to the project job mix formula (IMF)_ jigp the Aggregate passing No_'200 sieve t2%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 (Reycied AsPhalt Combining ratior, -0,1 Cho the completed raix 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. PqPC4Mt'gV of -0 be -dled The Ad1z Shur ordes: of the Q4ginew: No t Page-SP-49 Revision Date:May 19, 1997 9-04 joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits ' SECTION 9-05.7(3) IS DELETED AND REPLACED By THE FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints t72t'h I Joint assembly design shall be reinforced concrete bell and Adjugtmenw spigot type incorporating a fully retained single rubber asket in accordance with ASTM 0361 or AWWA C302. Rubber et in material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: , 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. -GleFance. rb-11 be within ;he Fang, of the br-0-1 b'AA SEMON 9-05.9 IS REVISED AND SUPPLEMENTED AS C269PA. FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) die pecificatieas. Tk manufacturer of spiral rib storm sewer pipe shall fiudsh 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.II IS A NEW SECTION Specifications.The Fnginee r may require additional information or tests to be performed by the Contractor at no expense to the Stale. 9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral rib storm sewer pipe dhaD fir Butyl rubber shall conform to ASTM D2000,MI BG 610. be tmsbed with pipe ends cut perpendicular to the longitudinal -- axis of the pipe Pipe ends shall be art evenly.Spiral nib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. op Conduits SEC77ON 9-05.4 IS REVISED AS FOLLOWS 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) 03:75 inch 4-- '19-incli aide by 0 4375 incb-(wlaiaww4 Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36. Type I and Type IL Welded seam aluminum coated (aluminized) :corrugated steel pipe and pipe arch with metallized coating ipplied .inside and out following welding is pipe r acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2):IS DELETED AND REPLACED BY THE FOLLOWING: _Steel spiral rib storm sewer pipe shall be ma11ldhc ured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) cornhP�ted �l and inspected in conformance with Section 9-05.4 The size Manhng- C and metal shall be as shown in the Plans or in the S2Nj fi ns. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral nb storm sewer pipe helical rim shall protect requirements of ASTM C-76 and shall be Class IV. Cemerrt used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type 11-!9 single thickness of material The nibs shag be y conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall t otherwise specified. (20 plus or minus 1/8 inch (measured outside to outset_ a and SECTION "5 7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the tninitnum vertical FOLLOWING: distance from the outside of pipe wall immediately J_1d O lockseant or stiffener to the top surface of rib) T'he nyu= 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the (D-k►ad) test in accordance with ASTM C76; and(2)a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM 0361 or and a maximum of 0 17 inch If the shot between adjacent � AWWA 0302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be includes Y Page-SP-SO Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 948 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) arm a minimum. height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of nbs shall be 4.80 inches center to c,, i..e fabricated with ends that can be effedivel 1f1asu ed y jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0635 inch with an When requited, spiral rib or narrow pitch spiral nb pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer spiral nb pipe shall conform to the pine helical ribs s6ad requirements of Sections 9- project outwardly from the st»ooth pipe wall and sh�l be fabricateYt 05.4(3)and 9-05.4(4) from a single thicicitess of material. The nbs shall be 314 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a Minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the mmunum vertical di�tana from the from a singk thickness of material. The ribs shall be 375 inch— outside of pipe wall to top surface of the rib) jhe mWtimum If8 it" wide (measured outside to outside) and a minimum of spacing of nbs shall be 11.75 inches center to cent (meastired .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the nbs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 finch with he direction of the nbs). The radius of bead of the metal at the allowable tolerance of+ 10 percent. an E2E!nn of the nbs shall be 0.0625 inch with an allowable tolerance of—10 pC cce 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDMONAL SEC HON: 9-06.5 Bolts 9-05.12 ) CPEP Sewer Pipe(RC) CPEP - Smooth interior pipe and fittings shall be SEC77 ON9-06.5(4)HAS BEENSUPPLEMNNTEDBYADDING: msruPActured front high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34, Class C per ASTM D1248. In addit ion, the All anchor bolts, sots, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles street light poles strain poles or other types of poles shall l AASRTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engh=r SECTION 9031415 DELETED: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEWENTED AS certification and other data required to confirm that the anchor FVLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Ahimintim Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the (RC) Contactor can submit documentation-from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends ant perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe,Pipe ends shall be cut evenly.Spiral rib pipe shall 1. The standard anchor bolt for aluminum meet light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall izneet the requirtmc>ns of gasket- 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 filch'L'bead on the bottom end and a minimum of six incites of die-nut threads ConfoRn to GIN of the following Gonfiguratiom; on the top end. 2 The anchor bolts for signal poles and strain poles shall 0=5"QQb 4-- 14 inch. wide by 0 4375 inQh (minimur;0 meet the specifications as designated on the approved deep ft&4 90 Inclier cower.to center, manufacturer's pole plans andfor supplemental plans or specifications provided by the manufacturer. -7.5 inches All anchor bolts nuts and washers shall meet the pole 4- 344 'inch manufacturer's specifications and shall be hot dipped galyanrzed pngo;, unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). Pipe chall be fabric-tod ands; that can be eff=zWely 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: For spiral rib storm sewer pipe helical ribs shall project 9-08 8 Manhole Coating:System Products(RAC outwardly from the smooth pipe wall and shall be fabricated from a stele thickness of material. The ribs shall be 314 inch wide by 314 9-08.8(1) Coating System SpecTIC tion RL inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for ch Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the clha inel) surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + r- Page-SP-51 Revision Dale:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical ' Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS I FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable(RC) Surface Color Paint System Each wire shall be numbered at each t ermnral end with a wraparound type numbering strip bearing the Circuit .. a. Buried, and White C-1 shown on the plans. ....,�` exposed No splicing of any traffic signal conductor shall be nr�,,.rev concrete unless otherwise indicated on the plans. All conductor rune shIl surfaces. be pulled to the appropriate signal terminal coin Dartment board ' with pressure type binding posts. The only exoepnons —ll be the 9-08.8(2) Coating Systerns splices for detector loops at the nearest Junction box to the loops A. High Solids Urethane The contractor shall provide and install all the n�,,, Coating System: Cl wiring, fuses and fittings so as to complete the installation �tf,�, Coating Material: High Solids Urethane signal and lighting equipment as shown on the plans. All materials surfaces- Concrete and installation methods except as noted otba-mw herein, shall Surface Preparation In accordance with SSPC SP-7 comply with applicable section of the National Electrical Code, 8. Detector bop wire shall be No. 1244 AWG stranded (Sweep or brush off blast) copper wire, Class B. with chemically cross-linked polyethylene Application: Shop/Field The drying time type RHH-RHW insulation of code duck ness. between coats shall not exceed (11) Sir pair-rCommunications table(04; shall meet REA 24hours in any case specification PE-39 and shall have sire-$ai 6. 19 AWG wires System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. Coatings: Primer.One coat of Wasser T cable shall have a petroleum compound completely filling the inside of MC-Conseal high solids the cable. aredimbe(2.0 DFT)Finish: The shielded communications/signal interconnect cable shall Two or more coats of Masser meet the following: MC-Conseai (min.4.0 DFT) I_ Conductors: Solid, soft drawn, annealed copper, sin 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene,with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.91S REVISED AS FOLLOWS— into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 Fly Ash(RC) 4. Shielding: A corrosio(oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) 008' thick corrugated aluminum tape shield is applied longitudinally with shielding ooverage. A 9-29 Illumination, Signals, Electrical 5.corrugated tape applied m the same manner is acceptable. 5 Outer jacket: A black low density high inolectnlar weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunk 6ghtt FOLLOWING: temperattue variations and other environmental coMditioas Plus abuse during installation) is extruded overall to provide_ a 9-29.1 Conduil,{RQ continuous covering._ 6 Footage martings• footage Ps must be P The conduit P.V.C. - non metallic shall be of the two types marlanie sequentially a minimum of 2' along the outer iacket. indicated below: 1. Sdiedtnk 80-Extra heavy wall P.Y.C. conforming to 7 Filling: the entire cable within the gut, jacket is flooded ASTM,Standards.to be used in all installations under roadways_ with petroleum-polyethylene gel filling compound 'mcludmg the area between the outer jacket and the shield. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers(RC) •9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lama socket and_termite Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING TEfi (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as 9-29.10 Luminaires(RC) follows 1. Signal only: 'Signals' The filter shall bd charcoal with Blast-0mer gasket. 2. Street Lighting only: 'lighting' Luminaires shall have a cast aluminum housing of the bra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates- Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change_ r on each luminaire. Ili 9-29.11 Control Equipment 5. Conflict Monitor. Upon sensing conflicting signals or ' SECTION 9-29.11(2)IS DELETED AND REPL4CED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash, however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflicL After the conflict Photo-electric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take ` ' operate on 120 volts, 60 Hz. The unit shall consist of alight command of the signal displays at the beginning sensitive element connected to necessary control relays. T'he unit ginning of artery shall be so designed that a failure of Blow. any electronic,component will 6. Flash unit shall be a two circuit energize the lighting circuit. ca ble of switching loads up to 1000 watts per circuit alternatel• at a rate of J The photo cell stall be a solid state device with stable tum-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. C. The photo cell stall be mounted externally on top of the bminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3)IS REVISED AND SUPPLF41EN7'ED AS ' cotttnol the system shall be mounted on the Imminaire nearest to the FOLLOWS: setvicelcontactor cabinet. The photo cell shall be capable of 9-29.13(3) Emergency Pre-em switching "ON' 1,000 watts of incandescent load as a minimum. Y Pre-emption (RC) SBCITON 9-29.13 IS SUPPLEMENTTD BY ADDING 771E Immediately after a valid call has been received, the pre-emption controls stall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. Pre-emption stall sequence as noted in the cotrb-xL Pre-emption 9-29.13 Traffic Signal Controllers (RC) �mP- equipment shall be installed so that internal wiring of the The unit stall operate on 120 volt, 60 cycle single phase controller. as normally furnished by the manufacturer. is not j alternating current and shall use the Dower line frequency as a time altered. base. The traffic signal controller shall meet the requirements of the National 1]oarical Manufacturers Association. (NEMA) Standard Publications. h - Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable milirino approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques- Imerrrated circuits shall be type units- The pre-emption system operation:shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom' system which the City soldering. All components shall be standard"Off the shelf'items. of Renton is CtItIentlY IlcinP and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Muldsonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(tom by the muldsonic authorized vehicle to remotely control traffic control signals from a toaster computer) and standby operation. The controller shall distance of tip to 1800 feet(0-54 kilometers)along an Unobstructed establish the sequence of signal phases, including overlaps, in "line of sight" path The system shall cause the traffic signals conformance with the signal pleasing diagram on the plans. When controller to move into an appropriate fire pre-emption ProAnam- operating either in a fixed time mode or in a folly-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: into section. a Optical energy detector&which shall be mounted on the SBCIION 9-29.13x)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy No emitter's signal. FOL'OVM b Discriminators which shall cause the signal controller to go into interval pre-emption which will give the audtorvzed vehicle 9-29.13(2) Zi7ashing Operations(RC) the 2. Police Parcel Switch_ When the flash-automatic switch right of way in the manner shown on the Phase segnenece diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights. the signals shall immediately revert to flash, however, the controller shall "STOP TflvM" When the switch is placed on Optical Detector a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings stall meet the specifications of the system 8 second flash period- At the completion of the continued 8 second flash period, unless otherwise specified, the controller shall manunf to facilitate ease installation. c. Shall operate over an ambient mbient temperature range of-00°F immediately resume normal cyclic operations at the beginning of to +IWF(-40°C to +85°0 . artery gTasayellow. d Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On "NF�iA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. shall re-energize consistent with No.2 above to ensure an 8 second a Shall respond to the optical energy impulses generated by flash period prior to the start of artery green.A power interruption a pulsed Xenon source with a pulse energy de-"c:ry of O.S ►ntcro of Ices than 475 plus or minus 25 anilliseconds shall not cause joule per square meter at the detector, a rise time less than one tcsequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less titan thirty microseconds. 1, Page-SP-53 Revision Date May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electricl ' Discriminator ii Each module shall do the following: t 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 with Cgher timing 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 All timing functions and input and output features for fully not respond to any other detector until calls from the fast detector actuated, volume-density operation shall be provided in aced d are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards received channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing fimctiohu shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(7)IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the haffic FOLLOWING. --" signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 9-29.130 Wining Diagrams(RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the muster. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(67 IS SUPPLEMENTED BY ADDING TILE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7).4 IS SUPPLEMENTED BY ADDING TSE FOLLOWING. 9-29,13(6) Radio Interference Suppressors 9-29.13('7)A Environmental,Performance and Test A Corne11-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A_C_ power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers(RC) oilier devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SM70N 9-29.13(7)IS REVISED AND SUPPLEMENTED AS app tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. out of all timing circuits phasing and signal operation shall be at 9-29.130 Traffic-Actuated Controllers (RC) the City of Renton Signal Shop Renton, Washington. The Signal Traffic actuated controllers shall be electronic devices which. Shop will make space available to the contractor for the required n when connected to traffic detectors or other means of actuation,or test demonstrations. The contractor shall assemble the cabinet and both, shall operate the electrical traffic signal system at one or n� signal control equipment ready for aging. A complete _ demonstration by the contractor of all integrated comPOnM4 mote moons. - satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permittedtin the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA specifications' demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any modified by there SpecificatioAr-nd the contract,Actuated traffic signal controllers shall be 8 phase control responsibility relative to the proper functioning of all afor-sated control gear when field installed. units. Volum"ensity timing features shall be provided on all Controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED Every Pin of every connecting plug chall be 'r AS FOLLOWS: 9-29-13MB Auxiliary Equipment for Traffic Actuated unused_-Contr-olle Controllers (RC) 'Th f Il I n police panal 'r 1. G, racap=ls Filquir-9 f�a -1 r 1 pmal Of t- Page-SP-54 Revision Dale:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be des- heel state shall render all control equipment electrically dead when turned units or as modules that plug di into the controller case. Tle off. There shall be a controller power switch that shall render the communication devices shall be used for on line mer,control controller and load switching devices electrically dead while of the intersection and shalt be ca le of transmits' maintaining flashing operation for Purposes of changing,controllers and signal status information and receivin erector or load switching devices. information from the coin r all in conhfo decodin command mobility of the multisonic master comrnr�,r anti wrthm the Stop Time Bypass Switch interconnect cables. ""'t and the There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUpPLEMgMj t time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Corn roller Cabinets(RC SA controller shall immediately stop time The stop time bypass I. Consumction shall be of 0.073-inch minimum switch shall remove stop time from the controller and permit munirrhwth thidmess Type 304 stainless steel, 0.125-inch minimum d&kn= 464C normal cycling operation while the intersection remains in flashing &AQdk6d-shCC( aluminum, or cast ahimin operation. �. Cabinets dialI be finished inside with an roved finish coat of exterior white enamel and outside with an approved enamel fi� Ii ght gray or DETECTOR test switch alununum in color. As an alternate to tntm 9, the outside and inside of the aluminum cabinets mar be clear anodized alumimmy Each vehicle and Pedestrian Phase shall have a momentary 'Ihe cabinet door shall be provided with; (spring return) detector test switch. When depressed the switch 5. Shall place a call on its respective signal phase a. A spring loaded 0011struction core lock capable of accepting a Best CK series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and tamp socket shall have a three point latch. b. A police panel door with a stainess l steel hinge pin and A convenience outlet protected with a ground fault interrupt a lock. Two police keys with shafts a minimum of 1 314 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the tamp shall be provided THIS Inside the police pared there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the 'off' Fail Safe Unit position. A second switch shall be the auto-flash switch When Fail safe twit shalt meet the NEMA-PLUS specification and placed in the 'flash' position,controller power shall remain on and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary parcel described later. sine wave for all green, amber and pedestrian walk indications c The duration of a display of conflicting indications shall not be long piece, Wored Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one pig, dose celi neoprene. Tney shall be equipped with initiates flashing operation. 71 here shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc or approved equal d. A two position door stop assembly. e. The Controller cabinet shall have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches;and terminal blocks for termination of all The cotgrotler shall have an input voltage surge protector that wires contained on a separate pane! (the terminal block shall shall protect the controller input from any voltage surges that could cenf'orrit to Washington Standard Specifications). damage the controller or arty of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. 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 SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE numbering system is used for the cabinet wiring then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal 9-29.16 Vehicular Signal Heads (RC) strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a Around bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided. housings shall consist of expandable type R separate sections and be exp 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 Revision Date:May 19, 1997 9_29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RQ All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal beads including outside of visors and back of back back plates, shall be finished with two coats of factory applied -i,LrK shall be finished with two coats of factory-applied traffic traffic signal gin- el�low baked enamel. The inside of visors, signal yellow baked enamel The inside of the visors and front of front of back plates,and louvers shall be finished with two coats of bade plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. SECTION 9-29.16(3)(RC)IS DELETED. Mounting hardware will provide for a rigid connection I between the signal head and mast arm. All mounting hardwar e (RC) will be of the top-mount plumbizer type as shown on the standard SECTION 9-29.16(3)A (RC)IS DELETED. 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 (RQ on the mast arm such that the red indicators lie in the same plane ' and itch that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above I the grade at the center of the roadway. All bolts and other miscellaneous mounting hardware shall be stainless steel. Uaads (RQ SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS. ' itm 9-29.17 Signal Head Mounting Brackets and Fittings 9-29.16(2)A O l Units (R� (RQ Eight inch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 1301.20 volt operation, 595 minimum initial 4umen, 665 rated 'initial lumen, 8,000-hour minimum, unpainted.-All adieu-hardware for ether-mounts shall be painted + 2 7/16-bch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal beads require given-baked enamel. 1 320130 volt, 165 watt, 1.750 minimum initial lumen. 1950 rated SECTION 9-29.18(1)IS SI7PPLEHFA7ED AND REVISED AS ! initial himen clear traffic signal lamps with a 3-inch fight center FOLLOWS: length, 8,000 hour minimum rated life, P-25 bulb and medium base.Bulbs shall be installed with the opening between the filament 9-29.18(1) Induction Loop Detectors (RC) ads up- Detector amplifiers shall be Detector Systems model 810A or j SEC170N 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. Induction loop amplifiers installed with NEMA controls shall 9-29.16(2)B Signal Housing(RCS conform to current NEMA specifications. Amplitem insulted Each lens shall be protected with a removable visor of w;&h:1)rps 1:70 gh-u confo;m to IP=A publication M-79- potyeasbeeats-gtastic aluminum of the tunnel type, unless specified 44a, otherwise in the contract. Visors shall have attaching can for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS have square doors. 9-29.20 Pedestrian Signal(RQ SECTION 9-29.I6(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iecaudescesit 1-2!5E optic or j neon-grid type, or other types as specified in the contract. i 9-29.16(2)C Louvered Visors__I(Z ) Pedestrian signals shall conform to rM Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installe&Directional louvers shall be constructed to have a smug fit in th'e signal visor. The outside cylinder shall be constructed of alum ,and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the bolges, when contract. specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. 1 be nampanel- ted wit ted h REPLACED WITH: Housings sball be die-cast aluminum and shat two coats of factory applied traffic signal eflow e 9-29.16(2)D Back Plates (RC) VACANT SEC770N 9-29.20(1) IS REPLACED BY ADDING Back plates shall be furnished and attached to the signal THE FOLLOWING NEW SEC77ON: beads. Back plates shall be constructed of anodized, 3-S half-hard ahuminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type(RC) 5-inch square cut border and painted black in front and yellow in The .fiber optics; shall be drawn from o>1 tical glass of hi back. purity. The fibers shall be temperature resistant. The fibers shalt be resistant to the UV light emitted by the halogen lam a �J maintain their high transmission properties throw bout the lifetime t- Page-SP-56 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Eleetrieat of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.2,0(,1) IS DELETED AND REPLACED WIM 53 microns_ Each single arm in the harness shall contain THE FOL-OWING: approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting (RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel li ht re and each aria end shall be epoxied and optically polished. in color- The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions to withstand a tcmtxrature of 400 degrees Centigrade rapid Section 8?0.3(12). of temperature changes, aggressive chemical anacks. The coating SECTION 9-29-24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and tested for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheetc The following housing. The matrix plate shall be consamcted of 0.125 thick equipment shall be featured wrthm the cabinet aluminum sheet protected by a 0.125 pohTarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit a Bakers bundle shall have a clip-on type color filter, one of Portland 3. Brant plug it b volt-20 Amp rated)G.F.I.Type Orange itrld one of Lunar White.The viewing end of the fiber optic 4. Lght control test swrtdt(120 volt-15 Amp) display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120240 volt grounded neural SECTION 9-29-20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sum phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S.screws. :ruggedd plastic module_ 12. Meter base sections are unnecessary Wr each 9301;unit d4all PFG;id SEC77ON 9-29.25 IS DELETED AND SUPPLE ELATED BY law d- contactr THE FOLLOWING: The pedestrian sign! shall have a solid state message module 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast,no external transformer, and operate at 30 watts_ The pole mounted terminal box shall be made of molded The heads shall display two symbol messages 'hand' (for the do not walk mode) in Portland orange and 'Man' (for the walk fiberglass be grey in color, be approxirnatelY 16' high x 13-7/8' ,mode) in lunar white. The message module shall consist of two wide x 5-7/8' deep and have a minimvtn of 16 terminals on the neon gas tuba enclosed in a housing made of polycarbonnte blocks The box shall be weather tight,have a single door plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty,barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip The marker 5trM shall be permanently marked with the circuit number indicated m The signal/street lighting service cabinet shall be as indicated the Plans Each connwor shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors capable of accepting no less than 3 x'12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel Cabinet doors shall be gasketed with a Otte piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shalt be installed m each and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22' high x 13' wide x I I- deep and cabinet door shall have a one piece weather proof neoprene gasket constructed of cast aluminum and fitted with a Best internal lock_ Page-SP-S7 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING.- 9-30.1 Pipe 9-30.3(3) Butterfly Valves C Butterfly valves shall be Dresser 450 or Pratt Grotuidh I SECTION 9-30.1(I}IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLgCED 9-30.1(1)Ductile Iron Pipe (RC) WITS THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the 9-30.3(5) Valve Marker Posts (RC) requirements of AWWA C151. Ductile iron pipe shall have a The valve markers shall be fabricated and cement-mortar lining meeting the requirements of AWWA C104- conformance with the Standard Drawings. utstalled rt in All other ductile iron pipe shall be Valve markers shall be earsonite composite utility marker Standard Thickness Class 52-50 or the thickness class as shown in 375'x 6'-0'or approved equal with blue label'water. the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS FOLLOWS: 9-303 Valves 9-30.3(7) Combination Air Release/Air Vccum n SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. Valves(RQ Air and vacuum release valves shall be APCO- Valve and is 9-303(1) Gate Valves(RC) Primer Corp 'Heavy-Duty,' combination air release valve, or VatveS shall be-designed for a minimum water operating equal- pressure of 200 PSI-flare valves shall be Iowa List 14, Mueller Installation shall be per the City of Renton Standard Detail. Cott pang No A2380 Kennedy,or M&H. latest revision. Approval of valves other than models specified sball be Piping and fining shall be copper or brass. Location of the air obtained prior bid opening. release valve as sbew on the plans is approximate_ The installation All gate valves less than 12' in diameter shall include an 8' z shall be set at the high point of Cite line_ 24' cast iron gate valve box and extensions as required. All 12' diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12' gate valve assembly vault and i bye installation 9-30.3(8) Tappir:g Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron&Wnlaw-steel, body, bronze-mounted double disc with bronze wedging device epoxy-coated steel, or other approved material. and O-rmg staffing box. SECTION 9-30.3(9)IS A NEW SECTION: RESHJEM SEATED GATE VALVES: Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) BIow-Off Assembly(RQ exceed the requirements of AWWA Standard 0509 latest revisions. Permanent blow-off assembly shall be#78.Kupferle. Foundry AN external and internal ferrous mrtal surfaces of the gate Co or approved equal Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded off assembly shall be per City of Renton Water Standard Deta epoxy. The epoxy coating shall be factory applied to all valve latest revision- Pipe and fittings shall be galvanized. Blow-off parts prior to valve assembly and shall meet or exceed the assembly shall be installed at locations) shown on the plans. requirements of AWWA Standard C-550 latest revision. Valves Temporary blow-off assembly on new dead-end water math shalt shall be provided with two (2) internal O-ring sterns seals. The be installed at location shown on the plans. valves shall be equipped with one (1) anti-friction washer. The Temporary blow-off assemblies for testing and fl'!h- of the resilient gate valve shall have rubber sealing surfaces to permit bi- new water mains will not be included under this item and shall be directional flow The stem shall be independent of the stem nut or considered incidental to the contract and no addttioaal payment integrally cast. shall be made. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating p 9-30.5 Hydrants (RC) pressure of 200 psi. End connections shall be mechanical joints flanged joints or Fire hydrants shall be Iowa Corey Tylle! [Opening "nom the mechanical by flanged joints as shown on the Project plans. pressure) or approved equal confo to AWWA c.-wa a5- Resilient Seated Gate Valves shall be U.S. Mettoseal 250, Approval must be obtained prior to bid open in Clow M&H Style 3067 Mueller Series 2370,Kennedy. Compression type fire hydrants (opening aQanrst pressM- Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Suver Centutaon obtained prior to bid opening All gate valves less than 12 inches 200 conforming to AWWA C-502-85. in diameter shall include an 8'x24' cast iron gate valve box and SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE extensions,as required- All 12 inch diameter and larger resilient seated gate valves FOLLOWING: stall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details latest revision. 9-30.5(1) End Connections(RC) Hydrants shall be constructed with mechanica�tnt connect ion unless otherwise specified in bid proposal desert on. i- Page-SP-S8 Revision Date. May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached r„ hydrant THE FOLLOWING_ adapter with 1/8 coated stainless steel aircraft cable Fire hydrants shall be installed per. City of Renton Standard 9-30.5(2) Hydrant Dimensions "'°1Q Y (R� Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to AWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS. oWS. W valve opening (M.V.O.) of 5 114 inches, two 2 12 inch hose nozzles with National Standard Threads 7 12 threads per inch and 9-30.6(3) Service Pipe one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning comer clockwise(left). 9-30.6(3)C Polybutalene Pipe(RC) The two 2-12' hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTTON 9-30.6(4)HAS BEEN REVISED AS FOLLOWS- propottiom as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be c0nap ression type with pressures. gripper ring. The V pumper nozzle shall be fitted with a Stour adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thrtad x 5' Stortz. Stortz adapter shall be forged and/or FOLLOWS. exuuded 6061-T6 aluminum alloy, ha Acoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters(RC) _ Stortz face to be metal, no gasket to weather. Stour cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision Page-SP-59 Revision Dale:May 19, 1997 WSDOT AMENDMENTS aw am am aw an 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. Page-AMD-i Revision Date:May 19, 1997 Table of Contents WSDOTAMENDMENTS...................................................................................................................................i SECTION 1-04,SCOPE OF THE WORK March 3, 1997 .....•...................................................................................5 ttt 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,ME.ASURFAIENT 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......................................................................................................................................66 1-10.2(3) Conformance to Established Standards.............................................................................................4 8 1-10.3(1) Traffic Control Labor....................................................................................................................8 1-103(2) Traffic Control Vehicle.................................................................................................................. 1-103(5) Temporary Traffic Control Devices...................................................................................................8 1-10.4 Measurement..................................................................................................................................9 1-10.5 Payment.........................................................................................................................................9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 2-033(14)1 Embankments at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10 r SECTION 2-09,STRUCTURE EXCAVATION March 3,1997..................................................................................10 2-093(1)E Backfilling...............................................................................................................................10 2-09.4 Measurement ......11 2-09.5 Payment........................................................................................................................................11 SECTION 3-02,STOCKPILING AGGREGATES March 3,1997...•..........................................................................11 3-023(1) Asphalt Concrete Aggregates...................... .....11 SECTION 6-02,CONCRETE STRUCTURES March 3,1997....................................................•..............................11 6-023(4)D Temperature and Time For Placement....................•....................................................................... 6-023(11) Curing Concrete........................................................................................................................12 6-02.3(17)) Face Lumber,Studs,Wales,and Metal Forms....._.-_•......................................................................12 6-02.3(24)A Field Bending .......................2 6-023(25)F Prestress Release..........................................------.......•.............................................................. SECTION 6-10,CONCRETE BARRIER March 3,1997.....................•....................................................................13 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment......................... ..._..._.....--•...._................_.........._....••...........................13 n 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............................ ,-•............14 7-05.4 Measurement 7-05.5 Payment...............•..................--•---....................--•-----...•.......-----.................................................._.14 SECTION 7-06,CONCRETE PIPE ANCHORS March 3, 1997............................................... ........_.......15 Page-AMD-ii r Revision Date.May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 ------------------------- ---.--15 --...--•--....--•- 7-08.2 Materials..........................................•.........................------•---•-•--......---............-•••--••-•-••..................15 7-08.3(1)A Trenches..................................................................................................................................15 7-08.3(1)C Pipe Zone Bedding-••--•...............................................................................................................15 7-08.3(1)C Bedding the Pi -•.....................15 7-083(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-08.3(2)G Jointing of Dissimilar Pipe..................................•--.......................................................................16 7-08.4 Measurement............................................................................... 7-08.5 Payment........................................................................................................................................16 SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16 7-17.2 Materials.................................................................................................................. .....16 7-17.3(2)C Infiltration Test.........................................................................................................................17 SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 +� 8-09.1 Description..................................................•--•----........................................................_.................17 8-09.3 Construction Requirements...................................................................................:............................17 8-09.3(5) Recessed Pavement Marker..............................................................................................................17 8-09.5 Payment................................................•-•-•------........---..................................................................17 SECTION 8-11,GUARDRAIL March 3,1997.......................................................................................................17 8-113(1)C Erection of Rail.........................................................................................................................17 8-113(1)D Anchor Installation.............................................................. SECTION8-15,RIPRAP March 3,1997....................................................••........................................................18 8-15.2 Materials.......................................................................................................................................18 at8-15.4 Measurement.................................................................................................................................18 SECTION 8-17,IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18 8-173 Construction Requirements...........................•--.......--•--..--....................................•.............................18 w SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 AND ELECTRICAL March 3,1997...................................................... ...19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.......................................................................................................................19 SECTION 8-21,PERMANENT SIGNING March 3, 1997........................................................................................19 8-21.2 Materials..................... ...19 8-213 Construction Requirements................................................................................................................19 8-213(4) Sign Removal..............................................................................................................................19 8-213(9)F Bases.................................................................................. .......................20 ............................. '.. 8-213(10)A Sign Lighting Luminaires............................•-•-...........................................................................20 8-213(9)G Identification Plates...................................................................................................................20 8-213(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22, PAVEMENT MARKINGS March 3,1997................... 8-22.2 Materials................. .............21 SECTION 9-02,BITUMINOUS MATERIALS March 3, 1997..................... ..........-..21 9-02.4 Anti-Stripping Additive.............................................................................................................-••.•..21 SECTION 9-03,AGGREGATES March 3,1997............................ ...........21 r� 9-03.12 Gravel Backfill.................................................... --•-............21 9-03.12(5) Gravel Backfill for Drywells.........................................................................................................22 9-03.14(2) Select Borrow............... ...._.........................22 w SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3,1997............................................................22 9-04.3 Joint Mortar.................. ._......_................................._.22 SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS March 3, 1997.........................................22 ' 9-05.4(7) Coupling Bands........................... ---•..............22 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe,and PVC Sanitary Sewer Pipe.................22 Page-AMD-iii MW Revision Date.May I9, I997 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe---22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................:...............23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 III SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3,1997................................................23 9-06.16 Roadside Sign Structures..................................................................................................................24 an 9-06.5(3) High Strength Bolts...................... ....................................._....... 9-06.5(4) Anchor Bolts..........................................................................................................................._...24 9-06.5(5) Bolt,Nut,and Washer Specifications......................................................................................................25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders.......................................................................................................25 SECTION9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 SECTION9-12,MASONRY UNITS March 3,1997................................................................................................25 w 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins...........................................................................................................26 9-12.7 Precast Concrete Drywells.................................................................................................................26 SECTION 9-13,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 9-163(1) Rail Element.................................................................................... ...........................................26 9-163(2) Posts and Blocks..........................................................................................................................26 9-16.3(5) Anchors.....................................................................................................................................27 All t■ w ■I Page-AMD-iv Revision Date:May 19, 1997 ■ 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage ( TC "SECTION 1-04, SCOPE OF THE WORK" ISECTION 1-04, SCOPE OF THE z WORK March 3, 1997 1-04.6 Increased or Decreased Quantities 5 The first sentence of Item no_ I in the first paragraph is revised to read: 6 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of I25 percent of the original bid quantity. 9 ^ Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount originally bid for the item. 0 7 Item no.4 in the second paragraph is deleted. { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE o PUBLIC" )SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC I March 3, 1997 2 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. 0 1-07.11(10)B Required Records and Retention 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". The third paragraph is revised to read: 3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects, and those Federally funded projects under$100,000. 7 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 2 1-04.4 Page-AMD-5 Revision Date:May 19, 1997 1-09.8 Payment for Material on Hand _ _1-10.2(1) General I { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" )SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 .w I 1-10.2(1) Traffic Control Supervisor .r 2 This section is revised to read: 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to I the same degree as the primary TCM and TCS. 2 ~ 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager ~ 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s)with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any +• 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 r Page-AMD-6 Revision Date:May 19, 1997 - N 1-10.2(1) General 1-10.2(1) General r� 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic_ w 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications o available at all times on the project. 7 6. Attending all project meetings where traffic management is discussed. y 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 2 1-10.2(1)B TYaffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer- ow 5 - 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. 8 The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime Iighting for proper location, installation, 1. message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or - darkness, whichever is opposite of the working hours). 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, AW c. Revisions to the traffic control plan, d. Lighting utilized at night, and 6 e. Observations of traffic conditions. r 3. Ensuring that corrections are made if traffic control devices are not functioning as required- 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as _ n long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the I Engineer. 5 h The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. 8 9 A reflective vest and hard hat shall be worn by the TCS. Page-AMD-7 so Revision Date:May 19, 1997 1-10-2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices Nk 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the M 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 o The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American I Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX(703) 898-5510. 3 t� 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 tr o 1-10.3(2) Traffic Control Vehicle MP 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and t� 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary o storage is approved by the Engineer, and �. I 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. 3 � 3 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. 6 r 7 1-10.3(5) Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: +■ 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 r Page-AMD-8 4r Revision Date_May 19, 1997 ■ 1-10.4 Measurement 1-10.5 Payment a. 1-10.4 Measurement The fourth paragraph is revised to read: 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the ON 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. The following paragraph is inserted after the fourth paragraph: .. 9 No unit of measure will apply to the position of traffic.control manager and it will be considered incidental to unit contract prices. _ When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: 5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 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 1-10.5 Payment 3 The bid item "Traffic Control Supervisor", per day, is revised to read: "Traffic Control Supervisor",per hour. rrr 6 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person r` performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read. aw The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". I The last paragraph of this section is deleted. r i Page-AMD-9 ,w Revision Dale:May 19, 1997 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09-3(1)E Backfilling 1 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: r 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfdl material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the o backfill around the structure. Embankments and backfill behind the abutments must be brought up in Iayers 1 and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for .. 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft' 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the w 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. 1 A 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read .. 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class I or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb- 8 Water 300 lb. (maximum) 9 rr Page-AMD-10 Revision Dale:May 19, 1997 ■ 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement so t 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe ""' 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be . 6 calculated based on the following trench width: For drain and underdrain pipes, trench width = I.D. + 12 inches. W 9 For pipes 15 inches and under, trench width = I.D. + 30 inches_ For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. 2 Under "Horizontal Limits" the following new paragraph is added: For dry-wells, the limits shall be in accordance with the Standard Plans. � S The paragraph for "Gravel Backfill" is revised to read: s Gravel BackjW Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the cubic yard in place determined by the neat lines required by the Plans. 1 r 2-09.5 Payment W I The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-021 - STOCKPILING AGGREGATES March 3, 1997 or 3-02.3(1) Asphalt Concrete Aggregates MW a The first paragraph is revised to read: o Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the I class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. { TC "SECTION 6-02, CONCRETE STRUCTURES" )SECTION 6-02, CONCRETE 5 STRUCTURES ,. March 3, 1997 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following_ 0 Page-AMD-II w Revision Date.May 19, 1997 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. rr 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks,box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 s 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)) is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval .. 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 r 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; .. 4 5 Table 1 is supplemented with the following: 6 r. 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02.3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 -The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that .. 2 results from the change. Page-AMD-12 Revision Date:May 19, 1997 r 6-10.3(1) Precast Concrete Barrier 7-052 Materials r { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER 3 March 3, 1997 a 6-10.3(1) Precast Concrete Barrier The first two paragraphs are replaced with the following paragraph: ow 6 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: 2 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be cured in the forms until a rebound number test, or test cylinders which have been cured under the same 5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. ° 6-10.5 Payment Section 6-10.5, Payment, is supplemented with the following: 0 "Single Slope Concrete Barrier", per linear foot. The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. .. { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 705, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 The title of this section is revised to read: dw c SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 am 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word -inlets". 4 7-05.2 Materials This section is supplemented with the following: 6 Crushed Surfacing Base Course 9-03.9(3) Gravel Backfiil For Drywells 9-03.12(5) Page-AMD-13 dW Revision Date.May 19, 1997 7-05.3 Construction Requirements 7-05.5 Payment 1 Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in , 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: .r 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. WO 4 5 The 16th paragraph is revised to read: 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures o shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each- 1 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page-AMD-14 Revision Date:May 19, 1997 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum d t The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backftll for drywell, crushed surfacing base course, and drainage geotextile. { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, .. 5 CONCRETE PIPE ANCHORS March 3, 1997 .. 7 This section is deleted in its entirety. { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 i 7-08.2 Materials ,. 2 This section is revised to read: Materials shall meet the requirements of the following sections: 5 Gravel Backfill for Foundations 9-03.12(1)_ Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 _ o 7-08.3(1)A Trenches The second paragraph is revised to read: 2 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. 5 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 9 7-08.3(1)C Bedding the Pipe i In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 1 bedding". .. 3 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed r z together with approved bands. Page-AMD-15 .ter Revision Date:May 19, 1997 7-08.3(2)G Jointing of Dissimilar Pi 7-17.3(2)C Infiltration Test tip 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement 9 The following new paragraph is inserted after the first paragraph: .► 0 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. it 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfll for Foundation Class _", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backftll for Pipe Zone Bedding": 9 o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 40 I installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract r 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 1 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: °1r' 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 � 9 7-17.3(2)C Infiltration Test o The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per 1 hour)". Page-AMD-76 Revision Date.May 19, 1997 r• 8-09.1 Description 8-11.3(1)D Anchor Installation { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, R_ AISED PAVEMENT MARKER " 3 March 3, 1997 a 8-09.1 Description The word "raised" is deleted from the first and second sentences. 6 8-09.3 Construction Requirements s This Section is revised by adding the following new Section: 0 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 4 8-09.5 Payment The first paragraph is supplemented with the following new bid item: 7 "Recessed Pavement Marker", per hundred. The second paragraph is revised to read: 0 .. The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. 5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL March 3, 1997 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: i When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be I installed. The inside and outside rail elements shall not be staggered. 3 8-11.3(1)D Anchor Installation *� t The heading is revised to read: 5 6 Terminal and Anchor Installation 8 The reference to "steel tubes- in the third paragraph is revised to read "foundation tubes"- Page-AMD-17 Revision Date:May 19, 1997 a 8-15.2 Materials 8-20.2(1) Equipment List and Drawings 1 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation- �. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP r 9 March 3, 1997 o 8-15.2 Materials 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. ■,n 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted- .rr 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided r 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: •• 9 o Assembly and installation shall be in accordance with the manufacturer's recommendations. i 1 { TC "SECTION 8-20, ]LLUNIINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page-AMD-18 Revision Date_May 19, 1997 8-20.3(13)A Light Standards 8-21.3(9)F Bases 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. .,w 3 8-20.3(13)A Light Standards r 5 The first sentence of Item No. 2 in the third paragraph is deleted. The first sentence of Item No. 4 in the third paragraph is deleted. { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT 9 SIGNING March 3, 1997 8-21.2 Materials The second sentence of the first paragraph is revised to read: +r 3 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the requirements of Section 9-06. 8-21.3 Construction Requirements s 8-21.3(4) Sign Removal This section is revised to read: 0 r Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 3 pedestals to a minimum of I foot below finished grade and backfill the hole to the satisfaction of the ,. Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. The Contractor shall bundle and band the signs, and ship the signs C.O.D_ by common carrier to: 9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number ') shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 2 completion of the project. If the total square feet of all signs removed is'less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged t $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 r i 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: 3 r Page AMD-19 Revision Date_May 19, 1997 r� 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials • 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. 3 4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 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". 0 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 ON 9 8-21.3(12) Steel Sign Posts o Steel sign posts shall be connected to concrete bases using the following procedure: r 1 2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates. 4 1 Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent .. 8 loosening. 9 o When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. i 4 { TC "SECTION 8-22, PAVEMENT MARKINGS" )SECTION 8-22, PAVEMENT 5 MARKINGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. t� 2 3 8-22.4 Measurement Page-AMD-20 Revision Date:May 19, 1997 ■ 9-02.4 Anti-Stripping Additive 9-03 14(2) Select Borrow I The second sentence of the eighth paragraph is revised to read: Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02, 5 BITUMIINOUS MATERIALS March 3, 1997 c 9-02.4 Anti-Stripping Additive i o This section is revised in its entirety to read: 1 1 When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the "' 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the 1 aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. 1 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the +. 8 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer,but shall not exceed 0.67 percent by mass(weight) of the aggregate. 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. s { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES ,. 5 March 3, 1997 7 9-03.12 Gravel Backfill 3 This section is supplemented with the following new section: 9 r 9-03.12(5) Gravel Backfill for Drywells t Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, L Grading No. 4 in accordance with Section 9-03.1(3)C. 3 4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." r Page-AMD-21 ra• Revision Date:May 19, 1997 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall , PVC Storm Sewer Pi I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" )SECTION 9- 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar ' 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" o )SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: .. 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 rrr o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1 PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 3 r. 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe- in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe- 0 i The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 ri 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: ri 7 Page-AMD-22 IN Revision Date:May 19, 1997 9-05.I2(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures M Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC .. Sanitary Sewer Pipe The first paragraph is revised to read: S Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM .. 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the third paragraph is revised to read: t Qualified producers are identified in the Qualified Products List. 4 The fifth paragraph is revised to read: Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 9-05.19 Corrugated Polyethylene Culvert Pipe M 9 The second sentence of the first paragraph is revised to read: The maximum pipe diameter shall be as specified in the Qualified Products List. ,. 2 The first sentence of the fourth paragraph is revised to read: 5 Qualified producers are identified in the Qualified Products List. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 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 i producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS`' )SECTION 9-069 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_ 9 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable i alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 r Revision Date_May 19, 1997 r 9-06,5(3) High Strength Bolts 9-06.5(5) Bolt, Nut,and Washer Specifications -----_ 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50_ ' 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 ' 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI ' 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For i one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are �• 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. r 1 2 9-06.5(4) Anchor Bolts �+ 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts ,r 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts;' is revised to read "F 436". r Page-AMD-2,4 Revision Date_May 19, 1997 ■ 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins_ rri • { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND LUMBER 3 March 3, 1997 4 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 6 Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" )SECTION 9-11, WATERPROOFING March 3, 1997 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". 3 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-12, MASONRY UNITS March 3, 1997 9-12.4 Precast Concrete Manholes o This section is revised to read: 7 Precast concrete manholes shall meet the requirements of AASHTO M 199. J 0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. 2 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections t may be reinforced with synthetic fiber. The synthetic fber shall meet the requirements of ASTM C 116 Type III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of F 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 3 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. 1 1 9-12.5 Precast Concrete Catch Basins .. t This section is supplemented with the following: 3 1 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 6 Section 9-12 is supplemented with the following new section: 7 r Page-AMD-25 tri Revision Date.May 19, 1997 >r 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors chors ' 1 9-12.7 Precast Concrete Drywells ' 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer_ Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ' 7 ROCK WALLS" }SECTION 9-13, R11PRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS ' 9 March 3, 1997 o 9-13.4 Concrete Slab Riprap ' 1 This section is deleted- 2 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL 5 March 3, 1997 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: 8 r 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail I elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.3(5) Anchors I The following paragraph is inserted after the third paragraph: 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. �r 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17"_ Page-AMD-26 Revision Date:May 19, 1997 ■ .. r am am SPECIAL PROVISIONS .. ow ftr no rm DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement - Supplement this section with the following: ACP Asphalt Concrete Pavement - CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor _- ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter - PC Point of Curve PT Point of Tangency PI Point of Intersection . PCC Portland Cement Concrete R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 1 1-02.4 Examination of Plans, Specifications, and Site Work - 1-02.4(1) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawings are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." - 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (Addition) The contract will be awarded to the lowest responsive, responsible bidder. 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials (Supplemental Section) No source has been provided for any materials necessary for the construction of this improvement. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 2 The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General(Additional Section) Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the contract documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed that specified criteria has been met, and acknowledges that the product, method, or information will function as intended. 1-06.7(2) Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'h"x11", 11"x17", or 22"x34" sheets and shall contain the following information- 1. Project HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 3 2. Contractor 3. Engineer 4. Owner _. 5. Applicable specification and drawings reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications 11. Special handling instructions 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 15. Other information as required by the Engineer 1-06.7(3) Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor -, after review. Additional sets will be returned to the Contractor, if remaining. 1-06.7(4) Substitutions (Additional Section) Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1-06.7(4)A After Contract Execution (Additional Section) Within 30 days after the date of the contract, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 4 rr Contractor waives all claims for additional costs related to substitutions which consequently becomes apparent. 1-06.7(5) Submittal Requirements (Additional Section) The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials �- 7-04.2 Storm Sewer Pipe Materials 7-05.2 Manhole and Catch Basin Materials 7-08.3(1)B Shoring 7-17.2 Sanitary Sewer Pipe Materials 7-17.3(1)B Pipe Bedding 7-17.3(1)C Pipe Foundation 7-17.3(1)D Trench Dewatering Plan 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 9-30.1(6) Restrained Joint Pipe and Fittings 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted- 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer - (SHPO) to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the contract working days F[AFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 5 allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this contract, required to be made by the Contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) - The Contractor shall comply with all construction related provisions of the HPA, Short-Term Water Quality Exceedence permit, and other permits obtained by the City. The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The City will not make additional compensation for any changes or fines due to the Contractor's - violation of construction provisions. 1-07.13 Contractors Responsibility for Work 1-07.13(1) General Add the following: Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 6 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the Contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the Contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" compacted topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's expense. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 7 1-07.17 Utilities and Similar Facilities Section 1-07.17 of the APWA Division I General Requirements is supplemented by the following: The locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown or correctly located on the Plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to -� underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 8 .. C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. "Excavator" means any person who engages directly in excavation. °- F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside w_ dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities - One-number - locator service - Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television _ companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 9 area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable care - Liability for damages - Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other _ provision of law, by the project owner or excavator if the project owner or excavator is also a utility. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 10 B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 11 thousand dollars for each violation. All penalties recovered in such actions shall be w deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: A. Worker's compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent Contractors, Owners and Contractors protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 12 �. D. The Contractor will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by Contractor will be considered primary and not contributory to any other insurance available to the Owner or the Engineer. All policies shall provide for 45 days written notice prior to any cancellation or non- renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. 1-07.18(4) Endorsement (Addition) The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. Subsequent to award of the contract the Contractor shall submit to the Owner the following: A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an appropriate representative of the insurance company(ies). HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 13 1-08 PROSECUTION AND PROGRESS 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. The Contractor may request in writing permission to start before 7:00 a.m. Approval for work before 7:00 a.m. may be revoked at any time by the Engineer if noise complaints are received by the City. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. Oakesdale Ave SW is an arterial street. The Contractor shall give a minimum 48 hours notice to the City prior to work on any m roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.5 Time for Completion (Additional Section) The Contractor shall complete all work within the working days specified in this section and within the Contract Document. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with section 1-08.9 and may require termination of contract in accordance with section 1-08.10. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by the Owner for overtime work associated with the project construction. The �- Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. 1-09 MEASUREMENT AND PAYMENT 1-09.8 Payment for Material on Hand (Addition) Section 1-09.8 of the Standard Specifications is supplemented with the following: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 14 The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the City will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. Payment for "Material on Hand" will be made only when considered desirable and appropriate by the City. The City reserves the right to make the final determination as to whether payment will be made for"Material on Hand." 1-09.9 Payments Supplement this section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the Specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. 1-09.9(2) Retainage Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of n- the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 15 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. w r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 16 .r 1-09.14 Payment Schedule (New Section) GENERAL - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). �. B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items which will determine the low bidder for this project. Bid Item 1: Mobilization (LS) Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. The Contractor shall prepare a Work Plan which shall include the following: A. Proposed construction sequence and schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Erosion Control Plan for all stages of the project. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Prcj ... 2003\I 102a Final Specs}-04\02-Spec Prov-02.doc Page 17 D. Traffic Control Plan. E. A plan to provide for cleaning and sweeping of any impacted roadways. The Work Plan shall be submitted to the City for review, revision, and approval within 14 ._ days of the contract award. Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site shall be included in this bid item, or in the Restoration bid item if one is included in the project. Payment for Mobilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance with the Contract Documents. Seventy (70) , percent of this item will be paid after the Contractor is fully in operation and construction has begun. The remaining 30% will paid in the Final Pay Estimate when the project is completed, cleanup and restoration is complete, and all items are to the satisfaction of the Owner. Bid Item 2: Traffic Control (LS) The Contractor shall prepare a Traffic Control Plan for review and approval by the City. The plan shall address the proposed working areas, signage, flaggers, contractor access . to the working area, truck and equipment haul routes, and public access during construction. For this type of project the Traffic Control Plan should typically address traffic control needs when the Contractor is entering and leaving the site. It should also address any proposed lane closures needed for loading, unloading, and other construction activities. Lane closures shall not occur before 8:00 am and after 4:00 pm. Allowable work hours are given in Special Provisions Section 1-08.1(3), and as may be noted on the plans. Actual work hours will be approved in the Traffic Control Plan. The w City may revise the work hours and Traffic Control Plan to address traffic problems or complaints. All adjustments to the work hours or Traffic Control Plan are considered incidental and no additional payment will be made for adjustments. The Contractor is responsible for controlling mud and dust on any route used by trucks or equipment, as noted in Supplemental Specifications Section 1-07.23. The Contractor shall be prepared to use power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning the road is considered incidental and no additional payment will be made for this work. Payment for Traffic Control will be made at a lump sum amount bid, which payment will be considered complete compensation for all labor, equipment, and material required for Traffic Control as detailed in Supplemental Specifications Section 1-07.23 and Standard Specifications Section 1-07.23. Payment will be prorated over the construction period. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs-3-04\02-Spec Prov-02.doc Page 18 Bid Item 3: Erosion Control (LS) Erosion Control includes planning, installing, maintaining, and removing temporary erosion control measures needed for project construction. Erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment laden water, and migration of sediment laden water into the City drainage system, other water courses, or �. private property. For this type of project typical Erosion Control measures include catch basin protection and cleaning catch basins, at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to filter fabric fences, hay bales, placement of plastic w sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall develop a "red lined" erosion control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. Payment for Erosion Control will be made at the lump sum amount bid, which payment will be considered complete compensation for all design, labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Payment will be prorated over the construction period. Bid Item 4:_ Clear Fence Line, Remove Trees -Area A (LF) N This item includes all work needed to clear the fence line including removal and disposal of all trees, brush, logs, upturned stumps, roots of downed trees, rubbish, and debris per Standard Specifications Section 8-12.3. Area A is shown on the plans, and includes a forested area with large trees approximately 50 to 70 feet in height. The clearing width shall be approximately 10 feet centered on the new fence line. The Contractor shall identify all trees 6-inches in diameter and larger in the clearing area, and shall endeavor to save them from cutting where practical. For this purpose, minor changes in the fence alignment may be made. Before starting construction the Contractor shall locate the fence line, identify the clearing area, and identify all trees that will be saved, for onsite review and approval by the City. The Contractor shall revise the fence line, clearing area, and tree cutting per the City comments and approval. It is the Contractor's responsibility to inspect the area before bidding to determine the nature of the clearing and tree removal needed. No additional payment will be made to the Contractor for any claims of additional costs due to changes in the fence line, clearing area, and tree cutting required by the City comments and approval. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Proj ... 2003\1102a Final Specs-3-04\02-Spec Prov-02.doc Page 19 All stumps at fence post locations, and for the entire width of gate entrances, shall be �.. removed. Other stumps within the clearing area shall be close cut. Close cut stumps shall be evenly cut within 3 inches of the ground surface, parallel to the surrounding ground surface. Herbicide shall be applied to close cut stumps to kill the roots. Soil from onsite grading areas shall be used to fill any depressions and holes back to surrounding ground surface. Supplying and placing onsite fill soil is incidental to this bid item. If onsite grading soil is not available imported select borrow or topsoil may be used. Imported soil will be paid under a separate bid item. This Item includes removing all large rocks, concrete blocks, and concrete traffic barriers that may be in the clearing area. All rocks and concrete blocks may be moved to the edge of the cleared area inside the new fence. Grading of the fence line to prevent short and abrupt breaks in the ground contour is included. All grading shall be reviewed with the City Inspector for approval before proceeding with fence installation. All cleared material including trees, logs, brush, stumps, roots, rubbish, soil, rocks, and debris shall be loaded and disposed of at a waste site secured by the Contractor per Special Provisions Section 2-01.2. All loading, transportation, and disposal costs shall be included in this bid item. Open burning or spreading of wood chips on site shall not be used. Measurement of Clear Fence Line, Remove Trees - Area A shall be per Linear Foot as measured along the new fence line Payment for Clear Fence Line, Remove Trees -Area A shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 5: Clear Fence Line, Remove Trees -Area B (LF) This item includes all work needed to clear the fence line including removal and disposal of all trees, brush, logs, upturned stumps, roots of downed trees, rubbish, and debris per Standard Specifications Section 8-12.3. Area B consists of the entire fence line, except Area A. In general Area B includes smaller trees, shrubs, and areas of bare soil. The clearing width shall be approximately 6 feet centered on the new fence line. The Contractor shall identify any trees 6-inches in diameter and larger in the clearing area, and shall endeavor to save them from cutting. For - this purpose, minor changes in the fence alignment may be made. Before starting construction the Contractor shall locate the fence line, identify the clearing area, and identify all trees that will be saved, for onsite review and approval by the City. The Contractor shall revise the fence line, clearing area, and tree cutting per the City comments and approval. It is the Contractor's responsibility to inspect the area before bidding to determine the nature of the clearing and tree removal needed. No additional payment will be made to the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs 3-04\02-Spec Prov-02.doc Page 20 Contractor for any claims of additional costs due to changes in the fence line, clearing area, and tree cutting required by the City comments and approval. All stumps at fence post locations, and for the entire width of gate entrances, shall be removed. Other stumps within the clearing area shall be close cut. Close cut stumps shall be evenly cut within 3 inches of the ground surface, parallel to the surrounding ground surface. Herbicide shall be applied to close cut stumps to kill the roots. Soil from onsite grading areas shall be used to fill any depressions and holes back to surrounding ground surface. Supplying and placing onsite fill soil is incidental to this bid - item. If onsite grading soil is not available imported select borrow or topsoil may be used. Imported soil will be paid under a separate bid item. This item includes removing all large rocks, concrete blocks, and concrete traffic barriers that may be in the clearing area. All rocks and concrete blocks may be moved to the edge of the cleared area inside the new fence. Grading of the fence line to prevent short and abrupt breaks in the ground contour is included. All grading shall be reviewed with the City Inspector for approval before proceeding with fence installation. All cleared material including trees, logs, brush, stumps, roots, rubbish, soil, rocks, and debris shall be loaded and disposed of at a waste site secured by the Contractor per Special Provisions Section 2-01.2. All loading, transportation, and disposal costs shall be included in this bid item. Open burning or spreading of wood chips on site shall not be used. Measurement of Clear Fence Line, Remove Trees - Area B shall be per Linear Foot as measured along the new fence line. Payment for Clear Fence Line, Remove Trees -Area B shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. �- Bid Item 6: Topsoil Type C (CY) This item includes purchasing, hauling and placing imported topsoil supplied by the Contractor from offsite sources. Topsoil shall be Type C per Standard Specifications Section 9-14.1(3). The quantity for this item is included to provided a common proposal for bid purposes. The actual quantity used may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement of Topsoil Type C shall be per Cubic Yard in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier giving the type and amount of material loaded for each load of material brought to the site. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Proj 2003\1102a Final Specs_3-04\02-Spec Prov-v02.doc Page 21 Payment for Topsoil Type C shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 7: Select Borrow (Ton) This item includes purchasing, hauling and placing Select Borrow supplied by the ,r Contractor from offsite sources. Select Borrow shall be per Standard Specifications Section 9-03.14(2), with the maximum particle size limited to 1 1/4 inches. Select borrow may be used to fill cleared areas along the fence line up to existing grade where onsite soil is not available or suitable, and Topsoil is not needed. Any areas where Select Borrow is used shall be approved by the City. The quantity for this item is included to provided a common proposal for bid purposes. The actual quantity used may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement of Select Borrow shall be per Ton in the haul conveyance at the point of delivery. The Contractor shall provide a material quantity ticket from the supplier giving the type and amount of material loaded for each load of material brought to the site. Payment for Select Borrow shall be complete compensation for all materials, tools, labor, equipment, haul and disposal of waste and excess material required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 8: Chain Link Fence Type 1 (LF) Chain Link Fence shall be Type 1, 6 feet high, and shall be installed per Standard Specifications Section 8-12. The Chain Link Fence and material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. The Contractor shall locate and stake the fence line per plan for review by the City before fence installation. The Contractor shall make any location adjustments required by the City. Trees with diameters of 6 inches and larger shall be saved where possible, and for that purpose the fence line may deviate from the designed alignment where necessary. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. Measurement of Chain Link Fence Type 1 shall be per linear foot of completed fence, along the ground line, exclusive of openings. Payment for Chain Link Fence Type 1 shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102a Final Specs-3-04\02-Spec Prov-vO2.doc Page 22 Bid Item 9: End, Corner and Pull Posts For Chain Link Fence (EA) End, Corner, and Pull Posts For Chain Link Fence shall be Type 1, and shall be installed per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. Posts shall be placed in a vertical position, and except where otherwise directed by the Engineer, shall be spaced at 10-foot centers. All posts, cross bars, gates, and fittings shall be painted or coated the same color as the fence fabric. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. Measurement of End, Corner, and Pull Posts For Chain Link Fence shall be per each, post furnished and installed complete in place. Payment for End, Corner,and Pull Posts For Chain Link Fence shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 10: Double 20 Ft. Chain Link Gate (EA) Double 20 Ft. Chain Link Gate shall be Type 1, 6 feet high, and shall be installed per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. All posts, cross bars, gates, and fittings shall be painted or coated the same color as the fence fabric. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. Measurement of Double 20 Ft. Chain Link Gate shall be per each gate furnished and installed complete in place. Payment for Double 20 Ft. Chain Link Gate shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 11: Single 6 Ft. Chain Link Gate (EA) Single 6 Ft. Chain Link Gate shall be Type 1, 6 feet high, and shall be installed per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall meet Standard Specification Section 9-16.1 and shall be Class 1 material. All posts, cross bars, gates, and fittings shall be painted or coated the same color as the fence fabric. All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj r. 2003\1102a Final Specs-3-04\02-Spec Prov-v02.doc Page 23 Measurement of Single 6 Ft. Chain Link Gate shall be per each gate furnished and installed complete in place. Payment for Single 6 Ft. Chain Link Gate shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. Bid Item 12: Hydroseeding (AC) This item includes restoration of all cleared areas and areas disturbed by construction with grass. All disturbed areas shall be raked smooth and shall be hydroseeded. Hydroseed shall be as specified in the Plans or Special Provisions Section 9-14, and includes seed, fertilizer, mulch, and tackifier. The mix shall be submitted to the Engineer for review and approval, including the seed vendor's certification for the grass seed mixture indicating percentage by weight and percentages of purity, germination, and weed seed for each grass species. Hydroseeding shall be performed only after all work affecting ground surface has been completed. The topsoil in the areas to be seeded shall be loosened to minimum depth of 4 inches, graded to remove ridges and filled to remove depressions, as required to drain. The Contractor shall water as needed to maintain seeded areas in good condition until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of seeding is acceptable. Hydroseed areas shall have a uniform stand of grass over 90 percent of seeded area. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the required coverage is obtained. All areas that will be hydroseeded shall be reviewed and measured with the City inspector, and adjusted as directed, before the work occurs. Payment will be based on that measurement. Additional payment will not be made for any hydroseed outside of the previously measured area, unless approved by the City. Measurement of Seed, Fertilize, Mulch shall be per acre of hydroseed area that is accepted by the City. Payment for Seed, Fertilize, Mulch shall be complete compensation for all materials, tools, .� labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs-3-04\02-Spec Prov-02.doc Page 24 Bid Item 13: Restore Complete Proiect (LS) This item consists of all tasks necessary to completely clean and restore the project work area, any areas outside of the work limits that are affected by the contractor, any damaged areas, and demobilize from the project site. All streets adjacent to the project area ( Oakesdale Ave.) shall be power swept and cleaned at the end of the project. Payment for Restore Complete Project shall be complete compensation for all materials, tools, labor and equipment required to complete the work as shown on the Plans and specified in the contract documents and City Codes. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102a Final Specs-3-04\02-Spec Prov-v02.doc Page 25 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the City. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be -, disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs and replace them in-kind in the original locations after completion of the work. If a shrub is damaged during construction, the City may require the Contractor to replace in like size and kind. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other �- items necessary for the completion of the project. All removal will be considered incidental to the work unless specifically identified as a bid item. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 25 2-02.3 Construction Details 2-02.3(1) General Requirements Supplement this section with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Engineer. Sawing shall be considered - incidental to the other bid items. 2-02.3(1)A Salvage (New Section) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. 2-02.3(7)D Contractor Provided Disposal Site (Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 26 - DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Add the following: Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5-04.2 Materials Supplement this section with the following: Tack Coat Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) of the Standard Specifications. 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Add the following to the first paragraph: If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Rejection of load due to non- protection will not be basis for any compensation. 5-04.3(5)C Crack Sealing Delete the first sentence and replace with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. 5-04.3(9) Spreading and Finishing Supplement this section with the following: H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 27 Asphalt Concrete Pavement (ACP) Class B ACP Class B shall be placed to the compacted depths specified herein, equal to existing ACP thickness for restored ACP, or as shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with applicable provisions of Section 5-04. 5-04.3(17) Paving Under Traffic Add the following sentence to the second paragraph of this section: No traffic shall be allowed on newly placed pavement without the approval of the Engineer. 5-04.5 Payment See bid items descriptions for units of measure and payment. 5-04.6 Asphalt Concrete Pavement Overlays 5-04.6(1) Scope of Work .. The intent of these Specifications is to provide a minimum of 2 inches compacted depth of class "B" asphalt concrete pavement at various locations, which are shown in the Plans or identified in the bid items. All work required to complete the overlay, but not specifically mentioned on the Plans and Specifications, shall be performed by the Contractor and shall be considered as incidental to the construction, and all costs, therefor, shall be included in the bid item price. At all times, there must be materials on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc.. Materials shall include, but not be limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his expense w and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. 5-04.6(2) Traffic Control: Notifications The Contractor shall be responsible for delivering notification twice to all properties that front on, or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours (24 hours) prior to the beginning work. -� On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall obtain prior approval for the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank-\O 1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 28 parking restrictions from the City of Renton Department of Public Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner is in the area. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's 1988 Manual On Uniform �- Traffic Control Devices for streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. All work and materials associated with the notification procedures shall be incidental to the project, unless a specific item for "Traffic Control" is included. 5-04.6(3) Removal of Structures and Obstructions The Contractor shall remove all plastic traffic buttons, thermoplastic stop-bars and thermoplastic cross-walks from roadway surface, and the area shall be swept clean prior to application of the tack coat for overlay. The removal and disposal of plastic traffic buttons and thermoplastic legend, stop-bars and crosswalks, shall be considered incidental to the project and no additional compensation shall be made. 5-04.6(4) Preparation and Placement The Contractor shall maintain existing surface contour during overlay, unless otherwise instructed by the Engineer. 5-04.6(4)A Preparation of Existing Surfaces The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 29 5-04.6(4)6 Utility Adjustments The Contractor shall install "poppers" to assist in locating the utility lids. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins shall be covered to prevent tack and ACP from getting into catch basin. The Contractor shall locate all utilities for access immediately after overlay and mark the �- location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustment shall be made per contract with respect to materials and methods except for revisions approved in the field by the City engineer. Utility adjustments must be completed five (5) working days after overlay is complete, and within the specified working days. 5-04.6(4)C Spreading and finishing The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a ± 2" per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a guide. During overlay procedure, driveways and connecting streets shall be tied to new mat by means of adding additional material and "FEATHERING" the edge. All material raked off shall be removed from site. The Contractor shall not use vibration when compacting on streets where A.C. Line (Asbestos Concrete) is used (refer to City of Renton comprehensive Water System Plan, figure #7, 1/15/92). ` 5-04.6(5) Payments See bid items descriptions for units of measure and payment. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 30 w DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection " 0 Sediment Control Fencing • Hay Bales and Mulch • Covering Soil with Plastic Covering • Miscellaneous Erosion Control 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. If a bid item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 31 nr 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement (New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: See bid items descriptions for units of measure and payment. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Add the following: Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. 8-14.3(2) Placing and Finishing Concrete Add the following: Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. 8-14.3(5) Width of Replacement (New Section) Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 32 8-14.5 Payment Delete entire section and replace with the following: - See bid items descriptions for units of measure and payment. 8-22 PAVEMENT MARKING w 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.5 Payment Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.3(1). If a bid item for Pavement Marking is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. DIVISION 9 MATERIALS 9-03.22 Controlled Density Fill (New Section) Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free- flowing and excavatable material which will result in a hardened, dense, non-settling fill. Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3. Materials 1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\OI Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 33 2. Fly Ash: Class F or Class C �- 3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 4. Water WSDOT 9-25 5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM C 260 9-03.22(2) Proportioning The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. Class of C.D.F. A B C Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq.ft.) (14400) (43200) (43200) - Max. gals. of mixing water per cubic yard 50 50 30 Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assumed Sp.G. 2.67) 3200 3200 3200 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable C.D.F., 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump Normal Flow-ability 6 - 8 inch slump High Flow-ability 8 inch slump or greater HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\01 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 34 - C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section to be filled with C.D.F. shall be contained at either end of trench section by bulkhead or earth fill. C.D.F. patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, C.D.F. must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground. 9-03.22(4) Compaction For flowable C.D.F. compaction is not necessary for placement. The contractor may as an option, adjust the water content to obtain a 0 to 1" maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. 9-03.22 (6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. -. If laboratory trial batches or field trial data confirm weight and strength, no further testing will be necessary, if approved by the Engineer. For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP) (Addition) 9-05.19(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.19(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 35 9-05.19(3) Fittings and Gaskets .� Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.19(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Seed (addition) Seed mix for hydroseeding shall be as follows: Meadow Seed Mix % Weight % Purity % Germination Redtop or Oregon Bentgrass 40 92 85 Agrostis alba or Agrostis oregonensis Red Fescue 40 98 90 Festuca rubra White Dutch Clover 20 98 90 Trifolium repens Seed shall be applied at the rate of 120 pounds per acre. 9-14.3 Fertilizer (addition) A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing -� on the job. Fertilizer shall be 10-20-20 N-K-P slow release rate. - Fertilizer shall be applied at the rate of 90 pounds per acre. 9-14.4 Mulch and Amendments (addition) Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating .. process, from fir, hemlock, or alder. The mulch shall have a minimum of 77% of the total fiber exceeding 3.5 mm in length, and 60% of fibers 8.5mm or longer. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\Ol Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 36 m Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be incorporated into the wood fiber in the drying process .. Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre. 9-14.4(7) Soil Binder or Tacking Agent (addition) Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or .� greater than 10%, with the percentage used clearly labeled on the outside of package. Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. r� r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2171 Wetland Mitigation Bank\O1 Fence Proj 2003\1102 Final Specs\02-Spec Prov-RD.doc Page 37 TRAFFIC CONTROL INFORMATION CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT #: PHONE #: ( ) CONSTRUCTION SUPERINTENDENT: MOB./CEL. #: ( ) PROJECT NAME: FAX #: ( ) PROJECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: SKETCH —NORTH—OFFICE COPY T- i I I have been Informed of my responsibilities for traffic control and CONTRACTOR agree to comply with all traffic regulations of the City of Renton. INSPECTOR K. KITTRICK/ SIGNATURE: DATE: POLICE FLOYD ELDRIDGE FIRE JIM GRAY/STA. #11 -C:\TRAMC OPERATIONS\TCP\CTRLPLN] I, representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all w street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours before any street or lane closures. I understand any lane or street closures not in .r conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220,9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other .• applicable State and City codes. NAME: D.O.B.: SS#: HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: CATraffic OperationATMfines t� i wr r N w cJ d E 0 o O L > ` Z 2 0 0 0 oD o 0 rnm° �l�pp� J .a O - - E 0 ELw W � C 0 0 WE_ V O ey G a 471 L O 0 7 000 0 J N N N T t Z <Vrn .S N - Q E E L V 4 O N o° g U M•0 0 E v c C L > O - d C O 0 '0 ° O ' o n 0 VI n LL Y t r 0 7l m 7 -0 : N C- 0 --YI 0- L 3 V -a n 0 c -00 O D T O 0 d Ol O w O U-♦ - V 0 O r N a �- O t C t L v-Om O ,O E WE Q >0> H C t0 ° n N ^ C•- L >n w z O0/ •- L 70 13. O 4 O F E oc L wwo°o nt m m _ O '�p O L 0 0-.T f.? Ol y �N N N m M D 0 l O4.0 UD 0 C ui N L El 0 Ol O ^+LL E t1- L 0 p0 t~i 0 007 L O 0 t O m O 0 >E a D _ O >4- E 0L`-C -U L O. m LON 2 L O -00-S a PU n NO 0 U3 E •- p ` n 0 t m -L of . C o } D 4 - L O L D0i-OID C D 0 V 0 0 f O> C 0 L C 4 v L N F L 01 0 P O N m p C U C 0 0 L L 0 000} PN 0 -- N L 0 0 O a t 7 C•- N - t Vl 3 t C C O Y-n C C u W m C p N +- O 0 L O N L C >L 0 3 L 0 C J 0 0 ^ 0 C 0 0 v o x° 0. t -O v 4nD0 n L t t o f N J>.0 C L T V L L jc D C N U MV O V D 0 0 O 0 7 0 C E Et-- 0 3 O O L U 0 OYIL 0 L L �e< Y- 0- .- 0+L•- 0 t 0 to 1i •-.a D to ut-y-D> vl E w 0 w O 1 J O a 3 n O r � asi-r s \ } N 3 } } m -OQt. x O O N O � 6 o V a o a a a a eOy B N D Z S o as � ul In in C0 `! M y D °o o >m s o� 4 _ Do YQ bQ p U \ 000 r c'- O O \ V C O U- 4-0 ° P 00 C L d u o }L O L - o i N 02 HZ P L O TD o C o 'o > U aaS E ZN U ZV C pc a 2 u°i n V ti f -OO� N N Z 0 00(y.l ^ o P T - T IJ 4.� •�OE G U L 0 OV C _ E L N p Oil g • N01 N CJ L) O O N D id O+ v p N � n� {L E f ♦¢ LL.3 a aC C @ ai T D W O O ~0 J +i +} N O O W Q X O O O CO }u C O In O OL L- N7 t N M U J C", O 0 C7 Z -d D 41 L w+ 00 U Q = 2 S pL0 CO D � d d +O L E -D in T 30 O} W Z O O O O W U+ +O 0 a Ln v M O 01 N L OI V 7 � � � -N L N 7 7 _ V M N 7C NJ 00 O• O }L 0 -N NL �O vl tiD O+ W O Z N r'1 O n J � P J E E � O P � W 3 X O P i ¢ O O � O N O 3 D + I _ N 3 � �vWi� N O .0 i Qu u O O N � 3 W I o< x , x ( xz x +c O a �� « I « 0 3 / O � T d D D d T 0 X L c O w 0 O U 3o O T L} 3 N U V 0 4W * rnL pu Ir C•- _a , ow o c Z No m O FO 3 ♦ U W ..-. p y — n n � n m o a x Z W T J F o V LV m L�O°L JL > V VV+V+DN OT O pn q ►�1 nn4c L- � X40- nE T+U 0 > - PC PV Coio OET_3. o°L n wY JL N ° C D + VL-O JL E NJ--N DO Z«r N+m DO-- 4- jj°° M U N 3 C O a— D—O 0o E L-�4 pE pi OC CDnV ONJ m+ 0 o N O D V4 _ X UVN DY CLE ��OL �vE O- 4LOVC O4U CSC _ G • TNO+t- L-•P P NpCO .OJ 3 VC NtE LLo f<71 C t V p O L E - J C O O 3 - ;r UDON NOVD TOL- ♦¢ r _ 09 00NNP 0 m O; v4i E C- {NT L - E-4° pDN+-jC +02T Ot0 m m +c m oL nN u'r+ 4DL _ >+ 'u JIB PNt>� wE NV-- C P-O .OAF C 4m 6006 JJU O C-L U+-- o� -n e - �e O E OOLm NN`���F Vm-m ZLVLLV LDO O ED, N---•w O>>p L 3 O 4 � O - .11� W� D � O n O O m ¢ 3'- V Y E v+i E Q u O 4 LV m V 03 CO CD N + W xvn o e Nn kos L< x� I i � rFr� ! x�-�.x'1-x T zn .aos s Y Q H O O W O o N Q ¢ s s 2 O ¢ ¢ VI¢ 3 r ; N C O m U> �m O� V J - C O _ _ + c C b 04 o uE u N L— V � o t s s o °r C- z o o .°, - - o c c c v'D - C - v U V c e 7 O O V UC n� r-3 STANDARD DETAILS LLJ o Z o Lli LL. -0 L 0 ow c 0 fn w c 0 c 0 0 O u c 0 z ; m I W L, .c xvh .z c 0 c P c C' , -0 c O U L c: O Ic o,a vi 31 o c w z ID -0 kD LO CO LLJ :5 '10 a- W 11 > a- 0 c LAJ o 0 V ui LU z c o o L, ta 0 u L c xvw .4 c g z I -It xvvi xvm O a 0 c ol C, 0 O C > 7 c— 0 o C NX L c O 0 O n lo o o O Lo 41 'D c O o L c c p vov ° aa. w O) 00 f- VO co �oc u>-- a-v Z u D 9 w J d L: ; P _ Ouv [ uciC.n �mN Q x L U ac --t>.o L« o o--� p•8a oa - 0 O- E-v O E 0. COP O C c C p p BL •->,>. 0 Z N II ID i a3•6 9 Y b sad�C 1 - ,b w i i i 0 c i 0 o u a 9 4 6 sadAl o - rn r me U P•- W c 3 N -N Z N1N O i d OT L O t W L L 10 N m ' L 4 O - - V V 0 O P- O m LL N m 0 2 Q U i d i E vi o _ o C c _uv C .L L 0m a U 00 O V DC Ic m V O m N L - i O C c O 11 H U e yuj i u J O 2 i i [ c[ P3 CN S; S• � pm O• m- d do W d c 3 T U N E - v Z Lu O - L C N do a N r E W E Y x d > C+ O O`c C D O �- E D O+ O V L L c - N C O O D N o c O C o U N m+ O O V O d d d [ vn C O _ J N O O U Q O O- d O m D C O - +w p _ L O O O 3 E d - m L O+ p - o + N d d d L Z + o O o O O V O D O O p - C Q N O O N + N C V O.N O - O• V O D L a C O•- v v - dr - L O 9 PLL C - � W 3 y O a ¢ 0 o cm T--T- I o• W z +o n O Py O Z d - O � - z O - U 4 C Pov c I a ` o a+a E ¢- >>�! o N C x x x x H � x N O +- O � L o 0 Z W d x W o °6 u - s to" ti Z O H U ¢ C] W o d L z W N a= - \ Q c) + - J W 0 m L c u n Q w P 0 C O ° o V_ E O NL x a - - � a + o- N L O O C) O ° L o' [ a o m o - ° n z a - O O J - O d - D O Q V H L x x x O D z _ C w ° Q W _ V � Q - W r O N z m yr 2 P O ry L o ry ry ry U O O o � W O 4 L a i Irr c �r V Ir. SITE PHOTOS I Fence Project - Southern Site Beginning of Fence, Looking South About 200'south of start Looking South OL Trees in Clearing Area A 3• y A wJ' �J4 South End of Fence About 250' north of South End Looking North Looking North Trees in Clearing Area A Fence Project - Northern Site u I t Vaults about 500 from beginning Looking South Beginning of Fence, Looking South J q yvv Traffic Barriers, Boulders, South End of Fence about 700'from beginning Looking North Looking South CONSTRUCTION LAYOUT/ BASE MAPS .�----ati6a—viva 17, Ojp U <` O w n � R 660 W n \ 0 � l AAA 0 00 ZUT It / T oV W OUF / iC; mN w- / WSJ / I ' _'R_ I 1 C4_'3�oZC X�, I w � / �w I. J I gwo jl� WO ''I JU I M z� p O_ H / Y oq/ a s I I F- ����° o m 5 i III v 3 �G m I- J / fq 6 8 QQ W D �� w OV08 gala � .I / 0- a J _ 3NLLi Q� 3 3 W F- - Z.j I 6 7 K� 2 LU LLI Wp I mp a v3 �p��� lL^T'•"�•W / Z =w I� FU-W � 30 �wp d. �Y ¢a Wi-�2 a CL o n I caw UMQN LnnW �ay< �Uz:1 4 �Ozo ° I ¢zoom m aO�U W NwOZw .c / �•` I i �N°nc`o apz �a �zLaL �1 0 0 " ~ i U_ W m o m �Wm� �� O w z O w W zoz �aZ °o �z�°w�j"�LO D\� _-..-..-.-. =w'-w v=i 0 w a `-J` a� w I woa a r v o J W I o . Z�- N M W ' m o o .I U U O I to / z j l O m z H O te=a I o \ O z LO w� Ir m(V a O co a r I o I I z I a; � rm W w. I� J - —J w O Ii Q 1 - Q C QN �: .�il Q / U Ln r7 wY Q Ui �I CO Q N I Y W I Q � I o CO LJo I� E z �rd a aL w 1 w U i < ¢ LL W oa o �� l o O LLI LL m W Cll w LL —I w w h ¢ �' O LU•: U z C,a II I Q z w .. m w LL Z6 o II �}a I w~ W Z I N • 11.. _...__ O J Y I I M p 2_ M -- Z a� Q / wooer - �rna I _ - AS '1 a O J i ^2 • icy �-Q-n I J �� I LLJ ow W - \ ol-KW -w \� NU4fn I a Lli W _ CL 0 vin -= LU U Lzi w x LU WLL O I I LL.V! z _ O I I I !.y L LL II 'FTL^y+V� J I As z5v w 57< ~( O O CE O _ I OU U d Z 30N3H NNII-NIVHO ONIISIX3 N I N LL LZ-LZ-dMS ews��ww�ww � w mmwmm.w ammmm Y�II� Ifr1�tl1 rrr� rA r+�.rs �rll�r �� rM rr.r Irk �� illl�� �Y1f r� �r11 r�i1' �� o (� ' O 0 a o. Ir l U � 'o _ a m m Z CL w�0 0& afy! Q Z J 1 �4 p sir O�� Z W ..I w p a W fA z U —+ � Q-3Z 0 w C7�0[CL r � J I -- -O 19 w I = W m I1 w 0 o p � o Z I a i�pl ZW� n p zw O �LL Z LU .. Z0 m0 0 V) z =Z pl aoLd zZ r -xv) �w g710 Lu LL,s- �3zz a I c�W p Ic��j� ,'i�E w � b LM a w P 0 M 0 X Z. Da I z pl; Z(YOOW Uwr r v lrJr �yw .Q II osw O�W am —) = I p m i� w?ziwew¢ m a W I� I m p I r N ¢Zw IF a - p / Z ¢ z O 3 U J y U U fT) CL O W� rn p I r m r Wn p: z 0 z 0 oU Q° p 0' \ <w O 0 oZ� ww Q UQ 3 O -0 0 w m c P 1 3 w ,� O p, I k r r • • in 'c '� Q<Lz' a w pF ) c-nwo �� <UZ�. ! w w p' Lu azo ro w �ozw Q, w v, �0wwr r o- adz �a � w!0pa �$p1 °� \ J IO o pl ICI ZmZ . . p20 wz mow o w p `¢roJ �w� II oWC) FA Y n h Q a O `( pI 0'r • F f a V)C) wa Jc0J<ezVf0. ° � 11 0 m.w r r r Li a r- U u pI d'..R' Z N M O I < ,In h o w i o w w — — — --------- _ I p • i 1 U m w i w 0 ow�t / to Ztai.0 i I-z Y m o moo`!' Enin li o N 0 Z LO W N 0 W U W In oa0p, ON 0Ln U I o w F U w 0 l� I d _ OJ r w LO d" tz CD co 0 Q 0< >: U a z W z°' H Q I • 004 0� v a x o m°r z / 9 w , f V) 0 ZKJ 0 ¢ r.12C7 �" r oo �o w Ow I wwa a 3. �w i l 19 wu e' r w o o li l � . r • 3 it 0 I7 I l! L'u U w¢ Ili I I� www~Z : r w µ w O• I w zMrZm ~ o Ill I ICD p yc } �w m mar W ` li 011 fro r w > ?Z r P !Il l o it Nj z Li �Y Lj III 39 °w m a I 111 z I f �o , 1 wzw �- i J r m 0 o W I i o�co • � I I i Z _ I I z I� I �? o a is y o z O As V 'C a �� H J I I- I• •;'w w C5 �zz 0 uiW `mmg r F II - Zrw I�I I m 2x r go LL LZ-LZ-dMS r....o r� am. vmmm ■ r.� mw� ■...r --Nm.r rr.r. mw . rye r OWMEW ..urry .WMWMW wmwmmw wwanow &NUNN