Loading...
HomeMy WebLinkAboutContract * , '�,,,, t" ,�— ­11.:-�"'-'1'11 ��', ."., � , — -"�'-' I " , - I I . I ,- "".' , -'-�'���",,,-, . � "', --I I ,,,��15 < x L , -- ,""", : .'�"' '-��' '' -,- ,- �'.� , �� , � ', ` # � � #� � d. "i ,1-11-1-1- -' , � , . r t� . 1. ' t„L. s r , r � Wi t ,ta i c� the• c ' fitcras + '! " ;'-Pli� I � I -','�''�' ��.�::" - t ' I � I I �: I — �."' --"-' � - '' - � I I I , -:� I I 11 1. I - I rx s✓ r - I I 1. t a6 k Y-,L " *+ �. t� l ,-, c' ' f`.11 w . . `�� t .. ..,'" ,Vism-And � O.,'I � F i : . ✓. >. a. .. p, ��---L . ��" �" ' L , , � � s C.2t� :Cilttfil �� t'&a*# . .. (4 '4', X 04 . , 11 ,- ct Jahn Hcsk►scia (425)430-727 , , ;. Y aw CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Kennydale Lakefront Sewer Improvement PROJECT NO. WWP-27-3062 May 2003 BIDDING REQUIREMENTS • CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS 4 A. W. � e 17828 -Q' O 290 �CISTEg ,w S N I AL �SSIONALGti s-o2-o3 S-Z-O � EXPIRES 05/28/03 EXPIRES 06/03/O iw CITY OF RENTON WASTEWATER UTILITY 1055 South Grady Way Renton, WA 98055 L Pre-Bid Conference A pre-bid conference will be held in Room 511 on the 5th floor of Renton City Hall, 1055 Grady Way South, Renton, Washington on May 13, 2003, at 10:00 a.m. to dicuss the work and permit requirements. Attendance by bidders, subcontractors and suppliers is strongly encouraged. L L L L L L Blackwater Marine, LLC BLACKWATER MARINE, LLC 12019 76 Place NE Kirkland,Wa 98034 425-828-6434 office-425-827-2105 fax P O Box 8505—Nikiski,AK 99635 a� NIKISKI,AK SEATTLE,WA 907-776-5551 office—907-776-8836 fax rr do CONTACTS FOR BLACKWATER MARINE LLC ar Project Manager : George Lulham Responsible officer: Office:425-828-6434 24 Hour : 206-818-1609 Bonding Agent : Bush,Cotton& Scott Julie Glover Office: 425-489-4500 Blackwater Marine, LLC BLACKWATER MARINE, LLC 12019 76 Place NE N Kirkland,Wa 98034 425-828-6434 office N 425-827-2105 fax NIKISKI,AK��SEATTLE,WA LLC Letter of Resolution The undersigned, being all those authorized to sign company contracts for Blackwater Marine, a Limited Liability Company, in lieu of the annual • meeting of the shareholders, do hereby take the following actions in the name of and on behalf of the Company: RESOLVED, that the following persons be, and they hereby are, appointed as authorized contract signers of the company, (unless removed in the manner provided by law) until the next annual meeting of the shareholders and until their successors are duly appointed and qualified: Dan Roseta o illis e ge ulham IN WITNESS WHEREOF, the undersigned have executed this Consent as of June 13, 2003. Dan Roseta Shareholder as CITY OF RENTON WWP-27-3062 60 Kennydale Lakefront Sewer Improvement CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map ,rr Instructions to Bidders Call for Bids *Bid Bond Form t *Proposal &Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims W,t„ Minimum Wage Form *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form 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 City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Standard Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the rn corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ,�, ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98055 rr r. C:\WINDOWS\TEMP\BIDSPEC.DOC\JDH\tb rr 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. +itr (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices IMP 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 tr 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 rr 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 OR RENTON: RENTON CITY COUNCII.: Mayor Council President Aaest: , r City Cler1 rr cSouth Kcnton/BIDSPEC/MAB r. �w CITY OF RENTON SUMMARY OFAA RICANS W=DISABLLTTIES ACT POLICY ADOPTED BYRESOLUTIONNO. jOO7 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure r 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 to of Renton shall adhere to the following guidelines: (1) _EMPLOYMENT PRACTICES - All activities relating to employment such as rccruitrnent, selection, promotion, termination and trainizig shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans-With Disabilities Act and other applicabld laws and regulations. (2) COOPERATION. WTIH HUMAN RIGHTS ORGANIZATIONS The City of Renton will cooperate fully with all organizations and commissions organized to Promote fair practices and equal opportunity for Persous with. disabilities in employment and receipt.of City services, activities and programs- (3) . AMERICANS WI'IIi DISABILTIIES ACT POLICY-The.City of Renton Americans With Disabilities Act Policy will.be maintained to facilitate equitable representation .. within the City work force and to assure equal employment.opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and'employees to carry out the policies and guidelines as set forth in this policy (4) CONT_RA CFORS' OBLIGAI ION - 'Coritractors, subcontractors, consultants and suppliers conducting business with.the City of R=ton 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 a including bid tails, and shall be prominently displayed in PPear in all operational documentation of the City, P Y 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: \ Mayor ,� _... Council President Attest: j City Clerk +rr rr CITY OF RENTON WWP-27-3062 Kennydale Lakefront Sewer Improvement SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the wo facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Providing three new precast concrete underwater manholes in the Kennydale Lakefront Sewer System for maintenance access, cleaning and closed circuit television inspection of the existing sewer system, and various repairs of the submerged piping system. The Kennydale Lakefront Sewer System is located in Lake Washington in the City of Renton and serves approximately 52 lakefront homes and the Kennydale Beach Park. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of one hundred (100) working days will be allowed for the completion of this project. rr� r r r. w rrr SAActive\2030051 -Renton-Kennydale\specs\Divisi on 0\BIDSPEC.D0C\JDH\tb 527 104 N 522 x Sammamish z o v ih Mx m i ' o � s Ir $ 5 w I :X° f lo X `2,* X C „vnd Pik q. x M i+t h� (}>t Di n Wa ad`s 4 � } d}y^ 90 a 5 .4y OjZ � Gd m O� �v m m o+ r c 99 m is PROJEC 599 o d G °o m 0 N Tetra Tech/ City of Renton KCM, Inc. KENNYDALE LAKEFRONT SEWER PROJECT VICINITY 1917 First Avenue Seattle, Washington 98101 IMPROVEMENT �r r INSTRUCTIONS TO BIDDERS N„ 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 2:30 o'clock p.m., on the date specified in the Call for Bids. 40 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 to the attention of the Project Engineer in " + writing. If necessary,written addenda to clarify questions that arise will then be issued. All interpretations or explanations of the contract documents shall be in the form of an addendum and no oral M statements by Owner, Engineer, or other representative of 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 field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 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. 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. o& 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. ;o 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 g, successful bidder will be returned provided they enter 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 they 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 to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, a public liability, and property damage as indicated on forms enclosed herein and/or as identified within Specification Section 1-07.18. so C:\WINDOWS\TEMP\BIDSPEC.DOC\TDH\tb tw rr 13. The contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14. Before starting work under this contract, Contractor is required to supply information to the City of Renton on all chemical hazards that Contractor is bringing into the work place and thereby creating exposure to the City of Renton employees. 15. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton ' Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all schedules set forth in the bid forms. The total price of all schedules will be used to determine r, the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems 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 CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates is 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. r� 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements rir Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. C:\WINDOWS\TEMP\BIDSPEC.DOC\JDH\tb ir+ r.. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Transportation 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 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 +r. measurement and payment provisions of Section 1-09.14,Measurement and Payment(added herein) shall govern. ,. 22. A soils investigation has not been performed for this. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of „ all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. ri 23. Bidder's Responsibility It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. • Have you submitted, as part of your bid,all documents marked in the index as `Submit With Bid'? �++► • Has bid bond or certified check been enclosed? • Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? • Has the proposal been properly signed? • Have you bid on ALL ITEMS? • Have you reviewed the Prevailing Wage requirements? • Have you certified receipt of addenda, if any? w rrr C:\WINDOWS\TEMP\BIDSPEC.DOCUDH\tb Orr CITY OF RENTON WWP-27-3062 Kennydale Lakefront Sewer Improvement Fv CALL FOR BIDS Sealed bids will be received until 2:30 p.m. May 20,2003 at the City Clerk's office, 7a'floor, and will be opened and publicly read in conference room 521 on the 5`b floor, Renton City Hall, 1055 South Grady Way. The work to be performed within one hundred (100) working days from the date of commencement under this contract shall include,but not be limited to: Providing and installing three new precast concrete underwater manholes in the Kennydale Lakefront Sewer System for maintenance access and cleaning and closed circuit television inspection of the existing sewer system, and various repairs of the submerged piping system. The Kennydale Lakefront Sewer System is located in Lake Washington in the City of Renton and serves approximately 52 lakefront homes and the Kennydale Beach Park. 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 $55.15 plus $4.85 Tax (Total $60.00)for each set. No mail orders or telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination,'and Americans with Disability Act Policies shall apply. , 7t�?,c,c. �g• t�IJGZe� Bonnie I. Walton,City Clerk Published: Daily Journal of Commerce May 6,2003 Daily Journal of Commerce May 13,2003 Bidca114-29-03\ �a BID BOND FORM `r IMI A;` 3 Herewith Tlnd deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here do Know All Men by These Presents: That We, Blackwater Marine.LLB , as Principal, and _ Fidelity and Guaranty Insurance Company as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five percent of total amount bid_ Dollars, for the payment of which the principal and the Surety bind the 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_Kennydale Lake Front Sewer Improvement,WWP-27-3068 2 _ according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee In accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the 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 28tH DAY OF ___May, 2003 oe Blackwat Marine,LLC r. Princlp Fidelity a ranty Insurance any as _. rety Julie M.Glover-Attorney-in-I;�ict - r Received return of deposit in the sum of$ AD �. 7he4Pa uI POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company 23693 Power of Attorney No. Certificate No. 1715806 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company arc corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Steven K.Bush,M.J.Cotton,Nancy J.Osborne,Mike Amundsen,Darlene Jaldelski,S.M. Scott, Cindy L. Scott,Julie M.Glover,Jim W.Doyle,Michael A.Murphy,Lawrence J.Newton,Andy D.Prill and Roxana Palacios Bothell Washington of the City of ,State ,their true and lawful Attorney( each each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all fonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. rrY IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 20" day of March 2003 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company SI�fTy� �.°Jgy 410.E6�'2 ��0.N.INSG P�,�N.SUN yn,- cc``,,1Y ��y 927 g �i W ms -f: _._ , IxcQr'mym ,24 t°R'OipA� NCOgpCRFTFa d:.SEAL:'a°�' PETER W.CARMAN, Ice President pass -. � 195 � 1 CA Vice State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 20`h day f March 2003 Y o , before me, the undersigned officer, personally appeared Peter W Carman and Thomas E. Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument arc the corporate seals of said Companies; and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. _a In Witness Whereof,I hereunto set my hand and official seal. P qRy Ue4lc My Commission expires the Ist day of July,2006. oqE CM�0 REBECCA EASLEY-ONOKALA,Notary Public Yfi t 03 Rev. 7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power ofAttorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the 1 Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,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 with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 28th day of May 2003 * a"w \ iNS PR,NSUgqu., YM'p °iWEly °iRE'" ���' 11927 SEA[, t�`''.SEAL;3 N 1896 ]ice 19� 1951 �.. � * +° a'f4tyt Atryfi , ` Thomas E.Huibregtse,Assistant Secretary To verify the authenticity of this Power ofAttorney,call 1-800-421-3880 and ask for the Power ofAttorney clerk. Please refer to the Power ofAttorney number,the above-named individuals and the details of the bond to which the power is attached WS go Ili to i .r SrPaul Surety St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Seaboard Surety Company St.Paul Medical Liability Insurance Company i Bond No. N/A RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE �r This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act'). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. �. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. �. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. VW 40 rr CITY OF RENTON WWP-27-3062 ■r KENNYDALE LAKEFRONT SEWER IMPROVEMENT r PROPOSAL wr TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and k" 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 rin 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 in writing and in figures.) The undersigned certifies and agrees to the following provisions: r NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore,vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 1, 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 H:forms/envrmtal/envirpo]/bh Ow 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: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO lw PURCHASER AND MINIMUM WAGE AFFIDAVIT BLACKWATER MARINE, LLC r Name of Bidder's Firm Printed Name GEORGE LULHAM rtr Signature Address: 1201 76 PL NE KIRKLAND, WA 98034 Names of Members of Partnership: OCEAN MARINE SERVICES, INC FERROL HENSON JOEY WILLIS AND RICHARD SEABORN OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at 12019 76 PL NE KIRKLAND, WA 98034 Subscribed and sworn to before me on this o21� day of % 00-� rr. "t►tut �� G� � (/��/(� .� ;.•�aN lic in and for the State of Washington . �. y St G + +4 ...„ gjifffp inZient expires: •i FUBLDG �� OF r�. H:forms/envrmtal/envitpol/bh CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES KENNYDALE LAKEFRONT SEWER IMPROVEMENT (Note. Unit pricer for all items,all extensions,and total amount of bid must be shown. Show unit pricer in both words and figurer and where conflict occurs the written or oped words rhatl prevaV Item Approx. Item with Unit Price Bid Unit Price Amount No. Quantity nit Prices to be Written in Words) Dollars Cts Dollars Cts 001. 1 Mobilization_De 6%W0w �b Lump $SEVENTY SI% 0 76,980.00 p um .EIGSTY�IND 00100 per Lump Sum words figures 002. 1 Site 1 Precast Concrete Manhole Lump Sum $FIFTY THOUSAND AND 00/100 50,000.00 per Lump Sum words) figures 003. 1 Site 2 Precast Concrete Manhole Lump Sum $FIFTY THOUSAND AND 00/100 50,000.00 per Lump Sum (Words) figures 004. 1 Site 3 Precast Concrete Manhole Lump Sum $FIFTY THOUSAND AND 00/100 50,000.00 per Lum Sum (words) figures 005. 40 Sewer Cleaning* 1 Hour $TWO HUNDRED AND 00/100 200.00 8,000.00 er Hour (Words) figures 006. 5 Barge Access for Sewer Cleaning* g* Day $_ONE THOUSAND AM-00/100 1,000.00 5,000.00 per Da (Words) figures 007. 24 CCTV Inspection* Hour $TWO HUNDRED AND 00 1100 200.00 4,800.00 per Hour (Words) figures 008. 3 Barge Access for CCTV Inspection* r Day $ ONE THOUSAND AND 00/100 1,000.00 3,000.00 pet Da (words) figures 009. 4 Flush Main Repair* Each $ THREE THOUSAND AND 00/100 3,000.00 12,000.00 per Each (Words) figures *Contingent Item of Work Item Approx. Item with Unit Price Bid Unit Price Amount No. uanti nit Prices to be Written in Words Dollars Cts Dollars Cts 010. 900 Spawning Gravel Square Foot $ THIRTY AND 00/100 30.00 27,000.00 per Square Foot words es k 011. 1 As-Constructed Information Lump Sum $Four Thousand and 00/100 $1000.00 $4,000.00 per Lump Sum words figures 012. 90 Disposal of Sediment and Debris from Sewer Ton Cleaning Operations* 100.00 9,000.00 $ ONE HUNDRED AND 00/100 figures per Ton (words) Subtotal 299,780.00 8.8%Sales Tax 26,380.64 Total 326,160.64 �r t' *Contingent Item of Work 11�r BOND TO THE CITY OF RENTON Bond No. SK2395 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Blackwater Marine, LLC r 12019 — 76th Place NE, Kirkland, WA 98034 Fidelity and Guaranty as principal, and Insurance Company corporation organized and existing under the Ilrr laws of the State of Iowa as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $326,160.64 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 119 day of 2003 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-03-067 providing for construction of Kennydale Lakefront Sewer Improvement. the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. �r Blackwater Marine, LLC Fidelity and Guaranty Insurance Company Princi al Surety Ilrf Signa Signatur Julie M. Glover Attorney—in—Fact Title Title Approved by Larry Warren 2/14/92 to W:\WWP-27-3062 Kennydale Lake Line Rehab\Contract\BIDSPEC.DOCVDH\tb aw The.'PduI POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company yyy St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company rW 23693 Aw Power ofAttorney No. Certificate No. 1715779 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Steven K.Bush,M.J. Cotton,Nancy J. Osborne,Mike Amundsen,Darlene Jakielski,S.M. Scott, 1° Cindy L. Scott,Julie M.Glover,Jim W.Doyle,Michael A.Murphy,Lawrence J.Newton,Andy D.Prill and Roxana Palacios .r of the City f Bothell Washington y ,State ,their true and lawful Attorneys)-in-Fact, �y each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. AW IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 20'h day of March 2003 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company SLWETy 60,1` aoa,� tSSALa°f N t 1977 1951 PETER W.CARMAN,Vice President 4W State of Maryland City of Baltimore TIIOMAS E.HU[BREGTSE,Assistant Secretary On this 20 day of March 2003 before me,the undersigned officer, personally appeared Peter W. Carman and atilt Thomas E. Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they, as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the as corporations by themselves as duly authorized officers. �0 �Z u talrt In Witness Whereof,I hereunto set my hand and official seal. N07-4Ry m UIP4 My Commission expires the Ist day of July,2006. o Cal EASLEY-ONOKALA,Notar y Public �qE �' 4W 4W • 88203 Rev.7-2002 Printed in U.S.A. aa11 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any 10 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 with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Imo' Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. ft 1,Thomas E. Huibregtse,Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. 'ft IN TESTINIONV WHEREOF,I hereunto set my hand this day of SWfTY °"�-,1P E""4"+w,� PN �NSG +R�..~.".q`k; Y O� •( yam, ORVOR4!!':� � � CT '•`^.^MVItB� s9 SSE AL.' SALan N t896 1977 1951 / � # >: Thomas E.HwbregYSe,Assistant Secretary To verify the authenticity,of this Power gfAttorney,call 1-800-421-3880 and ask for the Power ofAttorney clerk. Please refer to the Power of'Attorney number,the above-named individuals and the details of'the bond to which the power is attached to Ift ob do ow to ab to .rr �'Surety St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Seaboard Surety Company St.Paul Medical Liability Insurance Company Bond No. SK2395 r. RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE aw This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the to "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. 4W You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially to reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding "` the statutorily established deductible paid by the insurance company providing the coverage. go Under the Act, there is a cap on our liability to pay for covered terrorism losses if the so aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will 4W not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. WW The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO we CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. aw M ■ aw v1`tY O� CITY OF RENTON + FAIR PRACTICES POLICY aw AFFIDAVIT OF COMPLIANCE Blackwater Marine,LLC hereby confirms and declares that �.r (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of Blackwater Marine, LLC to offer equal r (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex,national origin,age, disability or veteran status. r E Blackwater Marine,LLC complies with all applicable (Name of contractor/subcontractor/consultant/supplier) err federal, state and local laws governing non-discrimination in employment. H. When applicable, Blackwater Marine, LLC will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. MW Georcre Lulham Print Agent/Representative's Name aw Operations Manager .r Print Age epresentative's Title AW Agen;06p resent eve's Signature err 06/12/03 Date Signed go Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or VM supplier. Include or attach this document(s)with the contract. ON low dw aw to CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this // day of , 2003 by and .r between THE CITY OF RENTON, Washington, a municipal cotporati of e State of Washington, hereinafter referred to as "CITY" and Blackwater Marine, LLC, hereinafter referred to as "CONTRACTOR." No WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within One Hundred(100)working days from date of commencement hereof as required by the Contract, of which 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 rr transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-03-067 for improvement by construction and installation of: VW KENNYDALE LAKEFRONT SEWER IMPROVEMENT All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable .,� codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said +" Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. .rr a) This Agreement b) Instruction to Bidders c) Bid Proposal aw d) Specifications e) Maps and Plans f) Bid 4W g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any err tow aw Contracts other than Federal-Aid FHWA 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as 00 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 aw 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 �r 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 AW 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. MW In the event the City shall,without fault on its part,be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. w 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 w. employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ar WAWWP-27-3062 Kennydale Lake Line Rehab\Contract\BIDSPEC.DOC\JDH\tb r 4M Contracts other than Federal-Aid FHWA 6) Any notice from one party to the other party under the Contract shall be in writing and shall be WO 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. go 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than one to hundred [1001 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 wr as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of "' any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within the period of one (1)year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. ,wrr 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 r project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. IW ow Wr wo rr .. aw WAWWP-27-3062 Kennydale Lake Line Rehab\Contract\BIDSPEC.DOC\JDH\tb WW Contracts other than Federal-Aid FHWA 11) The total amount of this contract is the sum of $326,160.64 a num en Three Hundred Twenty Six Thousand One Hundred Sixty and 64/100 written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "General Requirements" and this Contract Document. err IN WPINESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. �r CONTRACTO CITY OF RENTON 111�41� ___- ­ - QL- A -z r Pres er/Owfier M49017 ATTEST D�-- Secretary City Clerk dba .r Firm Name check one 4W 13 0 Individual 13 Partnership 0 Corporation Incorporated in Attention: .r 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 r 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 VW 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 we d/b/a and name of the company. wr law wr W:\WWP-27-3062 Kennydale Lake Line Rehab\Contract\BIDSPEC.DOCUDII\tb aw nrr ID M�ACORD CERTIFICATE OF LIABILITY INSURANCE pFFSH 1 DA EI 02 0 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bush Cotton & Scott LLC HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. O. Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: St. Paul Fire & Marine Ins. Co INSURER B: Alaska National Insurance Cc . Blackwater Marine, LLC INSURER C: rlr 12 019 76th PL NE Kirkland WA 98034 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD EXPIRATION LIMITS + GENERAL LIABILITY EACH OCCURRENCE $1,000,000 A X COMMERCIAL GENERAL LIABILITY 384FA4508 07/01/03 07/01/04 PREMISES(E Eaaoccurence) $100,000 CLAIMS MADE X❑OCCUR MED EXP(Any one Person) $5 r 000 X Emp Liab(Stop Gap PERSONAL 8 ADV INJURY $1,000,000 X Term Ops Legal Li GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY F PRO- — — JECT LOC i� AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1000 000 000 B X ANY AUTO 03GAS30136 07/01/03 07/01/04 (Ea accident) r r ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ 1411111111 (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: qGG $ 10 1 EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $1,000,000 A X1 OCCUR F CLAIMS MADE 384FA4509 07/01/03 07/01/04 AGGREGATE $1,000,000 ADEDUCTIBLE $ X RETENTION $5,000 $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY — ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ S OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The City of Renton, its officers, officials, agents, employees and r volunteers are additional insureds per attached endorsement with waiver of subrogation as respects the Kennydale Lakefront Sewer Improvement - CAG-03-067. Severability of Interest clause included. CERTIFICATE HOLDER CANCELLATION CITYRET SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENBE"GR:FG MAI 45 DAYS WRITTEN of CITY OF RENTON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAIEURE T-8 89 69 61 RENTON CITY HALL 5TH FLOOR 1055 SOUTH GRADY WAY RENTON, WA 98055 C. AUTHORIZED REPRESENTATIVE Dale G. Ahrens ACORD 25(2001/08) ©AC RD CORPIVRATION 1988 ow The following Terms and Conditions are attached to and form a part of Policy No. 384FA4508 issued by St. Paul Fire & Marine Insurance Company to: Blackwater Marine, LLC BLANKET ADDITIONAL INSURED ENDORSEMENT In consideration of an additional premium of Included and subject to all terms, conditions and exclusions contained in this policy, and further subject to the conditions of this endorsement, it is agreed that: 1. Clause 11 - Persons Insured of Section I: General Conditions is amended to include as an insured, with waiver of subrogation if required, any person or organization whom the Named Insured is required to add as an additional insured on this policy under: (1) a written contract; or (2) an oral agreement or contract where a Certificate of Insurance has been issued showing that person or organization as an additional insured; but the oral agreement or written contract must be: (a) An "insured contract"; (b) Currently in effect or becoming effective during the term of this policy; and (c) Executed or agreed to prior to an "occurrence" or"offense"that gives rise to a claim or"suit". �+. 2. Such person or organization is an insured only: (1) With respect to liability arising out of the "Insured's Work" performed for said additional insured by or on behalf of the Named Insured. When required by a written contract or agreement between the Named Insured and the additional insured, shown on a Certificate of Insurance provided to this Company, coverage afforded by this policy shall be primary and non-contributory. (2) Where a contract or agreement for the lease or rental of premises obligates the Named Insured to add the manager or lessor of such premises as an additional insured. Such manager or lessor is an additional insured only with respect to their liability arising out of the ownership, maintenance or use of that part of the dw premises leased to the Named Insured, and this insurance does not apply to: (a) Any "occurrence" which takes place after the Named Insured has ceased to wo lease or rent the premises; Im "W 40 (b) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. (3) Where a contract or agreement for the lease or rental of equipment obligates the Named Insured to add the lessor of such equipment as an additional insured. Such lessor is an additional insured only with respect to their liability arising out of the maintenance, operation or use by the Named Insured of that leased equipment, and this insurance does not apply to: (a) Any "occurrence"which takes place after the equipment lease expires; (b) "Bodily injury" or"property damage" arising out of the sole negligence of such additional insured. r. 3. When an additional insured is a partner or member of a partnership,joint venture, or limited liability company, this policy will only respond for liabilities insured hereunder for an amount not exceeding the additional insured's participation in such partnership,joint venture or limited liability company. 4. The inclusion of an additional insured under this insurance does not: (1) Increase the Limits of Insurance set forth under Clause 7, Limits of Insurance, of Section I: General Conditions. (2) Obligate the Company to send notice of cancellation or change of coverage to an additional insured. (3) Apply to an "insured contract" entered into by the additional insured. 5. Insurance afforded to an additional insured under this policy shall not exceed the coverage and/or limits required by the contract or agreement between the Named Insured and additional insured. All other terms and conditions of this policy remain unchanged. r KING County-Effective: 3/5/2003 Page 1 of 11 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. Aw err _ KING County Effective 3/5/2003 Benefit Code Kev Prevailing Overtime Holiday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.86 1M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $36.87 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $37.01 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $36.85 1M 5D CARPENTER $36.85 1M 5D CREOSOTED MATERIAL $36.95 1M 5D DRYWALL APPLICATOR $36.79 1M 5D FLOOR FINISHER $36.98 IM 5D ++ FLOOR LAYER $36.98 1M 5D FLOOR SANDER $36.98 1M 5D MILLWRIGHT AND MACHINE ERECTORS $37.85 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND $37.05 1M 5D WELDING SAWFILER $36.98 1M 5D SHINGLER $36.98 1M 5D http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htin 03/06/2003 r KING County- Effective: 3/5/2003 Page 2 of 11 '' 60 STATIONARY POWER SAW OPERATOR $36.98 1 M 5D STATIONARY WOODWORKING TOOLS $36.98 1 M 5D CEMENT MASONS dd JOURNEY LEVEL $37.89 1M 5D DIVERS & TENDERS DIVER $78.52 1 M 5D 8A DIVER TENDER $39.62 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $37.27 1 B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ELECTRICIANS - INSIDE CABLE SPLICER $48.36 1D 6H CABLE SPLICER (TUNNEL) $52.24 1D 6H CERTIFIED WELDER $46.59 1D 6H CERTIFIED WELDER (TUNNEL) $50.30 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $44.83 1D 6H JOURNEY LEVEL (TUNNEL) $48.36 1D 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A , HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A http://www.Ini.wa.gov/prevailingwage/J*wages/20031/co 17.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 3 of 11 POWDERPERSON $32.34 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.35 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $26.18 1M 5D GLAZIERS JOURNEY LEVEL $37.46 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $37.93 1 F 5E aw HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.34 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $32.28 1 K 513 COOK $28.31 1 K 513 DECKHAND $27.65 1 K 513 ENGINEER/DECKHAND $29.95 1 K 513 MATE, LAUNCH OPERATOR $31.25 1 K 513 INSPECTION/CLEANING/SEALING OF SEWER &WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.01 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $36.85 1M 5D IRONWORKERS JOURNEY LEVEL $39.02 1 B 5A "` http://www.Ini.wa.gov/prevailingwage/J"wages/20031/col7.htrn 03/06/2003 KING County - Effective: 3/5/2003 Page 4 of 11 LABORERS ASPHALT RAKER $31.34 IM 5D BALLAST REGULATOR MACHINE $30.86 IM 5D ► BATCH WEIGHMAN $26.18 1M 5D CARPENTER TENDER $30.86 1M 5D CASSION WORKER $31.70 IM 5D CEMENT DUMPER/PAVING $31.34 1M 5D CEMENT FINISHER TENDER $30.86 1M 5D CHIPPING GUN (OVER 30 LBS) $31.34 1M 5D CHIPPING GUN (UNDER 30 LBS) $30.86 1M 5D ad CHUCK TENDER $30.86 1M 5D CLEAN-UP LABORER $30.86 1M 5D CONCRETE FORM STRIPPER $30.86 1M 5D CONCRETE SAW OPERATOR $31.34 1M 5D CRUSHER FEEDER $26.18 1M 5D CURING LABORER $30.86 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING $30.86 1M 5D CHARRED MATERIALS) DITCH DIGGER $30.86 1M 5D DIVER $31.70 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $31.34 1M 5D DRILL OPERATOR, AIRTRAC $31.70 1M 5D DUMPMAN $30.86 1M 5D FALLER/BUCKER, CHAIN SAW $31.34 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window $23.86 1M 5D cleaning; NOT construction debris cleanup) FINE GRADERS $30.86 1M 5D FIRE WATCH $30.86 1M 5D sir FORM SETTER $30.86 1M 5D GABION BASKET BUILDER $30.86 1M 5D GENERAL LABORER $30.86 1M 5D GRADE CHECKER & TRANSIT PERSON $31.34 1M 5D GRINDERS $30.86 1M 5D rrl GROUT MACHINE TENDER $30.86 1M 5D HAZARDOUS WASTE WORKER LEVEL A $31.70 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $31.34 1M 5D HAZARDOUS WASTE WORKER LEVEL C $30.86 1M 5D HIGH SCALER $31.70 1M 5D wrri HOD CARR I E R/MORTARMAN $31.34 1M 5D JACKHAMMER $31.34 1M 5D LASER BEAM OPERATOR $31.34 1M 5D MINER $31.70 1M 5D http://www.Ini.wa.gov/prevailingwage/jwages/20031/co 17.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 5 of 11 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN $31.34 1 M 5D USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $31.34 1M 5D PILOT CAR $26.18 1M 5D PIPE RELINER (NOT INSERT TYPE) $31.34 1M 5D PIPELAYER & CAULKER $31.34 1M 5D PIPELAYER & CAULKER (LEAD) $31.70 1M 5D PIPEWRAPPER $31.34 1M 5D POT TENDER $30.86 IM 5D POWDERMAN $31.70 1M 5D POWDERMAN HELPER $30.86 1M 5D POWERJACKS $31.34 1M 5D RAILROAD SPIKE PULLER (POWER) $31.34 1M 5D RE-TIMBERMAN $31.70 1M 5D RIPRAP MAN $30.86 1M 5D SIGNALMAN $30.86 1M 5D SLOPER SPRAYMAN $30.86 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $31.34 1M 5D SPREADER (CONCRETE) $31.34 1M 5D STAKE HOPPER $30.86 1M 5D STOCKPILER $30.86 1M 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $31.34 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $31.34 1M 5D TOOLROOM MAN (AT JOB SITE) $30.86 1 M 5D TOPPER-TAILER $30.86 1M 5D TRACK LABORER $30.86 1M 5D TRACK LINER (POWER) $31.34 1M 5D TUGGER OPERATOR $31.34 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $30.86 1M 5D VIBRATOR $31.34 1M 5D WELDER $30.86 1M 5D WELL-POINT LABORER $31.34 1M 5D LABORERS - UNDERGROUND SEWER &WATER GENERAL LABORER $30.86 1M 5D PIPE LAYER $31.34 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $10.63 1 DRIVERS LANDSCAPING OR PLANTING LABORERS $8.42 1 '� http://www.Ini.wa.gov/prevailingwage/J*wages/20031/coI7.htm 03/06/2003 KING County -Effective: 3/5/2003 Page 6 of 11 LATHERS JOURNEY LEVEL $36.79 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 rri PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $29.53 213 5A PLASTERERS JOURNEY LEVEL $37.48 1R 5A ► PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $46.81 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $37.60 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 $38.04 1T 5D 8L YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $38.54 1T 5D 8L rr ATTACHMENTS) BACKHOES, (75 HP & UNDER) $37.24 1T 5D 8L BACKHOES, (OVER 75 HP) $37.60 IT 5D 8L BARRIER MACHINE (ZIPPER) $37.60 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $37.60 1T 5D 8L BELT LOADERS (ELEVATING TYPE ) $37.24 1T 5D 8L BOBCAT $35.14 1T 5D 8L BROOMS $35.14 1T 5D 8L BUMP CUTTER $37.60 1T 5D 8L http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 '�' KING County-Effective: 3/5/2003 Page 7 of 11 to CABLEWAYS $38.04 1T 5D 8L CHIPPER $37.60 1T 5D 8L to COMPRESSORS $35.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 5D 8L CONCRETE PUMPS $37.24 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM $37.60 1T 5D 8L ATTACHMENT - - CONVEYORS $37.24 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 5D 8L CRANES, 20 -44 TONS, WITH ATTACHMENTS $37.60 IT 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM $38.04 1T 5D 8L (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM $38.54 1T 5D 8L (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM $39.04 1T 5D 8L (INCLUDING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $35.14 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $37.24 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING $39.54 1T 5D 8L JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 -44 TONS) $37.60 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $38.04 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $38.54 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO $38.54 1T 5D 8L BOOM - CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO $39.04 IT 5D 8L BOOM - CRUSHERS $37.60 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L DERRICK, BUILDING $38.04 1T 5D 8L DOZERS, D-9 & UNDER $37.24 1T 5D 8L DRILL OILERS -AUGER TYPE, TRUCK OR CRANE MOUNT $37.24 1T 5D 8L DRILLING MACHINE $37.60 1T 5D 8L «. ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $35.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR $37.60 1T 5D 8L ""�" EQUIP - FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L GRADE ENGINEER $37.24 1T 5D 8L GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR $37.24 1T 5D 8L TUGGERS '" http://www.lni.wa.gov/prevallingwage/jwages/20031/col7.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 8 of 11 HORIZONTAUDIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $37.60 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $35.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $37.24 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $38.54 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 1T 5D 8L LOCOMOTIVES, ALL $37.60 IT 5D 8L •�+ MECHANICS, ALL (WELDERS) $37.60 1T 5D 8L MIXERS, ASPHALT PLANT $37.60 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $38.04 1T 5D 8L + SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH $35.14 1T 5D 8L SEEDING OPERATOR PAVEMENT BREAKER $35.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $37.24 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $35.14 1T 5D 8L POWER PLANT $35.14 IT 5D 8L PUMPS, WATER $35.14 1T 5D 8L QUAD 9, D-10, AND HD-41 $38.04 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $38.04 1T 5D 8L EARTH MOVING EQUIP RIGGER AND BELLMAN $35.14 1T 5D 8L ROLLAGON $38.04 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 1T 5D 8L ROTO-MILL, ROTO-GRINDER $37.60 1T 5D 8L SAWS, CONCRETE $37.24 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $37.60 1T 5D 8L ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $38.04 1T 5D 8L ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 5D 8L SCREED MAN $37.60 1T 5D 8L SHOTCRETE GUNITE $35.14 1T 5D 8L SLIPFORM PAVERS $38.04 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $37.60 1T 5D 8L SUBGRADE TRIMMER $37.60 1T 5D 8L TRACTORS, (75 HP & UNDER ) $37.24 1T 5D 8L http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 KING County- Effective: 3/5/2003 Page 9 of 11 TRACTORS, (OVER 75 HP) $37.60 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.04 1T 5D 8L TRENCHING MACHINES $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $37.60 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $35.14 1T 5D 8L YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS MECHANIC $44.76 1G 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 513 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $25.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 ., RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION &AIR CONDITIONING MECHANICS JOURNEY LEVEL $44.76 1G 5A RESIDENTIAL SHEET METAL WORKERS "`" http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 03/06/2003 KING County - Effective: 3/5/2003 Page 10 of 11 JOURNEY LEVEL (FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 1 B 5A us RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $24.86 1 B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS ` JOURNEY LEVEL $34.23 1H 5A ROOFERS r JOURNEY LEVEL $33.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $36.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $42.63 1J 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 „ SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 113 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) r JOURNEY LEVEL $44.84 113 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 ' SURVEYORS CHAIN PERSON $9.35 1 r INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION -OUTSIDE CABLE SPLICER $25.42 213 5A HOLE DIGGERIGROUND PERSON $13.51 213 5A INSTALLER (REPAIRER) $24.31 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $25.42 2B 5A " SPECIAL APPARATUS INSTALLER II $24.87 213 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 11 of 11 TELEVISION GROUND PERSON $12.73 213 5A TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 213 5A TELEVISION TECHNICIAN $18.82 213 5A TREE TRIMMER $23.53 213 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $34.23 1 H 5A TILE, MARBLE &TERRAZZO FINISHERS FINISHER $28.06 1 H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1 K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $34.89 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $35.47 1T 5D 8L DUMP TRUCK $34.89 1T 5D 8L DUMP TRUCK & TRAILER $35.47 1T 5D 8L OTHER TRUCKS $35.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 rr FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/5/2003 Page 1 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. FABRICATED PRECAST CONCRETE PRODUCTS w Effective 3/5/2003 Benefit Code Key iwi Prevailing Overtime Holiday Note ow Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $11.35 2K 6S Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM http://www.Ini.wa.gov/prevailingwage/jwages/20031/FABR.htm 03/06/2003 FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/5/2003 Page 2 of 2 ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKI MA CRAFTSMAN $8.65 1 LABORER $7.01 1 PRODUCTION WORKER $7.15 1 r .. http://www.Ini.wa.gov/prevailingwage/J*wages/20031/FABR.htm 03/06/2003 rri INDUSTRIAL ENGINE AND MACHINE MECHANICS -Effective: 3/5/2003 Page 1 of 1 '! State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone(360)902-5335 PO Box 44540, Olympia, WA 98504-4540 di Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. INDUSTRIAL ENGINE AND MACHINE MECHANICS Effective 3/5/2003 Benefit Code Key r Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ, DOUGLAS, 'a FERRY, FRANKLIN, GARFIELD, GRANT, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, KLICKITAT, LEWIS, LINCOLN, MASON, OKANOGAN, PACIFIC, PEND OREILLE, PIERCE, SAN JUAN, SKAGIT, SKAMANIA, SNOHOMISH, SPOKANE, STEVENS, THURSTON, WAHKIAKUM, WALLA WALLA, WHATCOM, WHITMAN AND YAKIMA MECHANIC $15.65 1 rr http://www.Ini.wa.gov/prevailingwage/jwages/20031/INDE.htm 03/06/2003 tog METAL FABRICATION(IN SHOP)-Effective: 3/5/2003 Page 1 of 3 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. rig METAL FABRICATION (IN SHOP) Effective 3/5/2003 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 http://www.lni.wa.gov/prevailingwage/jwages/20031/META.htm 03/06/2003 METAL FABRICATION(IN SHOP) -Effective: 3/5/2003 Page 2 of 3 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $23.69 1 J 61.1 LABORER $17.21 1J 6U LAYEROUT $24.06 1 J 6U MACHINE OPERATOR $17.86 1J 6U PAINTER $20.51 1 J 6U WELDER $23.13 1J 6U Counties Covered: COWLITZ FITTER $21.99 1 B 6V LABORER $15.87 1 B 6V MACHINE OPERATOR $21.99 1B 6V WELDER $21.99 113 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $7.45 1 w Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 Counties Covered: KITSAP FITTER $26.96 1 LABORER $7.01 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 ` Counties Covered: KLICKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 " PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 http://www.Ini.wa.gov/prevailingwage/J*wages/20031/META.htm 03/06/2003 METAL FABRICATION(IN SHOP) - Effective: 3/5/2003 Page 3 of 3 LABORER $9.25 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $7.98 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Counties Covered: THURSTON FITTER $22.51 1R 6T LABORER $14.56 1R 6T LAYEROUT $24.49 1R 6T MACHINE OPERATOR $17.53 1R 6T WELDER $20.51 1R 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 "' http://www.Ini.wa.gov/prevailingwage/J*wages/20031/N4ETA.htm 03/06/2003 SHEET METAL WORKERS - Effective: 3/5/2003 Page 1 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone(360)902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. SHEET METAL WORKERS Effective 3/5/2003 Benefit Code Key it Prevailing Overtime Holiday Note to Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL (FIELD OR SHOP) $32.00 1B 5A Counties Covered: BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $35.76 1B 5A Counties Covered: CLALLAM, COWLITZ, GRAYS HARBOR, KING, KITSAP, MASON, PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM „r JOURNEY LEVEL (FIELD OR SHOP) $42.63 11 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $40.60 1B 5A Counties Covered: ISLAND JOURNEY LEVEL (FIELD OR SHOP) $23.11 1 Counties Covered: JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 1 Counties Covered: KLICKITAT JOURNEY LEVEL (FIELD OR SHOP) $23.29 1 , Counties Covered: LEWIS http://www.Ini.wa.gov/prevailingwage/J*wages/20031/SHEE.htm 03/06/2003 SHEET METAL WORKERS -Effective: 3/5/2003 Page 2 of 2 JOURNEY LEVEL (FIELD OR SHOP) $23.81 1 Counties Covered: OKANOGAN JOURNEY LEVEL (FIELD OR SHOP) $37.53 1 Counties Covered: SAN JUAN JOURNEY LEVEL (FIELD OR SHOP) $36.65 1J 5G o. Counties Covered: SKAGIT JOURNEY LEVEL (FIELD OR SHOP) $21.00 1 m Counties Covered: WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $24.63 1 w� http://www.Ini.wa.gov/prevailingwage/J*wages/20031/SHEE.htm 03/06/2003 Prevailing Wage Rates -Washington State Department of Labor and Industries-L&I Page 1 of 1 Rates Ali Prevailing Wage 19 Online Survey Building a better Web with! prevailing Wage rates for public works contracts are published: you >First business day of February (effective 30 days later) t >First business day of August (effective 30 days later) Provided by Google E The prevailing wage rates in effect on the bid opening date are the prevailing ----- wage rates that apply to that project, no matter how long it lasts, unless the Prevailing Wage Home contract is awarded more than six months after the bids were due. For those irr Wage Rates contracts where award was delayed more than six months, the prevailing wage rates in effect on the date of the award shall apply for the duration of General Information the Contract. Forms and ■r1 Publications Search hints: Building Service Employees and Shipbuilding & Ship Repair Electronic Filing rates can be found only in TRADE documents, not in COUNTY documents. View Approved Forms Residential rates can be found both in COUNTY and TRADE documents. Scopes of Work _ Laws and Rules 1. Select an Effective Date „ Debarred Contractors 3/05/03 T NEM Rates effective March 5, 2003 Wage Surveys 2. Select a County or a Trade Prevailing wage (then click on Journeyman or Apprentice) `Advisory Committee Employment Wage Rates by COUNTY Standards irk Construction LTNG !, ;Compliance - - Find a Contractor e" xti „ Specialty Compliance Wage Rates b TRADE Home g Y L&1 Home ISIGN MAKERS& INSTALLERS(NON-ELECTRICAL) _ . Contact Us j wsisfrinptoll Use of this Web site, its applications and connections subject to L&I Web Usage Policy,including wiM�nplen wM Access Agreement,Privacy&Security Statement,Intended Use/Extemal Content Policy ,�ronnatlgn aw Swlow •#T�Email the Webmaster .i Copyright©1995-2003 Washington State Department of Labor and Industries-Al Rights Reserved http://www.Ini.wa.gov/prevailingwage/prev_wage_rates.htm 03/06/2003 " iirl Department°`rabor and lndustnes Prevailing Wage STATEMENT OF INTENT P10 Bo -�, Olympia4WAO98504-4540 TO PAY PREVAILING WAGE • TYPED FORM MUST BE TYP OR.PRINTED IN INK Public Works Contract Incomplete forms cannot be processed and will be returned without approval $25.00,Filing Fee Required Large,bold numbers match instructions on back of form. 2 Project Name i Con,.r,n of Pleam aW.a 0.s.wa of 10 var"data dr P-"~V rm trw dar rs Aepwrnmtrectei. yourtorma ALL FORMS WILL BE MAILED TO t THIS ADDRESS Contract Awarding Agency Organization name.address,city,state B ZIP.4 ..................................................................._............._...............-•••••......--.........................-... Address llti _ ..._.._ _ _... City Su¢ ZIP-4 rrr Cotmty where work will be performed City where work will be per orme ...........-•--•----._................................._°_--...............____..._............................................ � Bid due date Date contract awarded Prime contractor L&1 Conti.Registration No. Do you rnund to use subcontraaors7 Do you in tend to use apptetnoes? Yea D No V Yes Z] No Indicam total dollar amount of your contract —00- Is 3 CraftJtredeloccupation 4 Rue of 5 Rate of Hourly 6 Estimated Number Hourly Pay Fringe Benefits of Workers ............. ttilli ... .< X. Yilat I hereby cerdfy that the above infomution is coarse and that all workers I 8 Company name employ an this Public Wodts Project will be paid tw lea than the Prevailing Wage Rate(s)as dcLcnnined by the indusaW Stadsucun of the Depamnent Address of Labor and Industries.1 understand that contraesots who violate Prevailing Wage Laws.i.e..ineaseet elaaifieationlsnope of-Oct of-enters,ia�roper tY111 payment of prevailing wages,etc.,are subjea to fines and/or debamrent and will be required to pay any back wages due to wc&ca. RCW 39.12050 ry States ZIP+4 7 NOTARY: Complete all 4 copies and notarize each Phone number L&1 Contr.Registrauon No. Subscribed and sworn to before me this date: 11y cortunission czpires on ( ) i Signature title Notary Public in and for the State of INA Signature Amount: Chock Number. i For L&I Use Only Issued By: i rrr APPROVED: Deparunenl of Labor and Industries F-ark U-0.17 rtrr i j By /Ad+.N d s+.,— I F700-029.000 stadmeta of==a w p.y 693 Dui bum: Whin:•Amides.Apaty C—ly-LAI Rink•Primp emvaaur Ocidesrod•Sut>rvnt— igr Deparrrtent of Labor and lndustriea - Pmvailing Wage AFFIDAVIT OF WAGES PAID PO Box 44540 ,J Olympia WA 98504-4540 Public Works Contract THIS FORM MUST BE TYPED OR PRINTED IN INK $25.00 Filing Fee Required Incomplete forms cannot be processed and will be returned withow approval. Large,bold ntanbters match insuucuons on back of form. 2 proiect Name Ptsam alp a aetimm d 10 taor-mg days kr v'oesar p tem tr 6 it tr DWwmwt raoaivaa your foema ALL FORMS WILL BE MAILED TO THIS ADDRESS Contract t Due Intent filed Organization tame.address,city,state&ZIP.4 ..............................................•----.._°--....._-°..---°°.....__...................._.........-......-_...-°............. Contract Awarding Agency I ... Address City Sum ZIP.4 County where wock was performed Guy where wodt wu performed Prime contractor L.&I Conte.Registration No. Bid due date Dam cone=awarded Dam work completed Indicate total dollar amount of your contract $ 4 Number 5 Total k hrs 6 Rate of 7 Rau of Hourly $ Apprenuces: 3 Craft/naddtxcupa[ion of Workers worked-ea trade Hourly Pay Fringe Benefits (Sop ab m back of form) 1 { t I hereby certify that the above infor atim is mace.and thn at1-otters I A Company name ployed on 3 Pr--ea ilia •- Public Wodu Projee-crc paid no less than the g 7 Wage Rate(s)as detamuted by the txL.,t Statistician of the Department Address of Labor and Industries.I understand that cvatactors who violate Prevailing Wage Laws,ia,incoaea clasifieation/ampe of wodc of s.o>}ers,improper payment of prevailing wages,eta-are subjact to fine and/or dehaaaeat and will be required to pay any back wages due to-otters. RCW 39.12050 try State 4 te ZIP* 10 NOTARY: Complete all 4 copies and notarize each Phone number L.&I Contr.Registnuon No. Subscribed and sworn to before me this date: My commission expires on / ) tt Notary Public in and for the State Signature Title of Signature Amount: Chock Numb � I For L&I Use Only Iss1ed By: CERTIFIED: Department of Labor and Industries i Far W M�a S.ea go Ur Oatr By i F7MOCr7-000 aJLd.—of wa@. 693 Dutribuu= whim•tale! Can.ry-Awardut6 Asmry Pins•Rime Cmtnam Guide rod.S.brooracav Its rr rr. CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: r� Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. rrr Company Name rrr By: rrr Title: rr rr rr 1W M yy YF Tom.5i `, L k k +!• � �- € �t _ f t i� k f r , J t� ION --�AT t N. 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 Spec cations published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. 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 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. �r 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. +�r 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 exci ption of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the ,rr Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. 1- r Page-RS-i Revision Date.May 19, 1997 rr Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i rr Division 1 General Requirements........................................................................................................... 1 1-01 Defuiitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions..........................................................................................2 Will 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 Will 1-06 Control of Material.........................................................................................................7 1-07 Legal Relations and Responsibilities to the Public..................................................................7 1-N Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 Division 2 Earthwork.................................................................................:.......................................22 irr 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation..........................................:.........................................................23 wrr 2-09 Structure Excavation................................................................................... ..............23 Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 Division 4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Will Division 5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 11111 Division 6 Structures..................... ..............29 ....................................................................................... 6-12 Rockeries...................................................................................:................................29 11110 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 to 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes,Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34 so 7-11 Pipe Installation for Water Mains ..............34 ...................................................................... 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 NONE 7-17 Sanitary Sewers Division 8 Miscellaneous Construction.....................................................................................................40 al 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 rri8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical.................. ..........................................41 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 Iri Page-RS-ii Revision Date:May 19, 1997 Division9 Materials...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 r 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 to INDEX TO WSDOT AMENDMENTS......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 wr rr r rr r Page-RS-iii Revision Date:May 19, 1997 r CITY OF RENTON STANDARD SPECIFICATIONS +rr 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. r� The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with + r a line through the characters. All replacement text or text being added is shown as underlined I tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. +■+ Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit r` 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. i. Page-RS-i M Revision Date:May l9, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i Division 1 General Requirements..................... ..................................... ... 1 ................................. ............. 1-01 Defmitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions..........................................................................................2 err 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-0S Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 ar 1-07 Legal Relations and Responsibilities to the Public..................................................................7 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 aw 1-11 Renton Surveying Standards........................ ................. Division 2 Earthwork...............................................................................:.:.......................................22 err 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation ..........................................:.........................................................23 so2,09 Structure Excavation......................................................................................................23 Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................2S r Division 4 Bases................................................................................................................................2S 4 No supplemental specifications were necessary.........................................................................25 aw Division S Surface Treatments and Pavements........... ..............26 ................................................................. 5-04 Asphalt Concrete Pavement.............................................................................................26 AW Division 6 Structures..........................................................................................................................29 6-12 Rockeries.............................................................................. .....29 ................................. Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 r 7-01 Drains........................... 7-02 Culverts..... ............... ...............................................................................................30 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 us 7-04 Storm Sewers..............................................................................................................30 7-0S Manholes,Inlets, and Catch Basins.............................................. ...............31 ..................... 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Bac Tin for Water Mains............................................................34 do 7-11 Pipe Installation for Water Mains....................................................................................34 742 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-1S Service Connections......................................................................................................39 aY7-17 Sanitary Sewers...........................................................................................................39 Division 8 Miscellaneous Construction.....................................................................................................40 849 Raised Pavement Markers...............................................................................................40 wr8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases............................................................ .....40 .......................................... 8-14 Cement Concrete Sidewalks...................................................... ..............40 ......................... err 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 err 1- Page-RS-ii ar Revision Date:May 19, 1997 Division9 Material s...........................................................................................................................49 9-00 Derwitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials...................................................................... ...51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.................................................... .................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEXTO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 Old Mai rr1 wr rrl rr1 Page-RS-iii Revision Date:May 19, 1997 an 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Deoarrn,P,rt of I Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements odifications to the standard specifications Specif4catieas and supplemental specifications that apply to an individual project. The special provisions may describe worts the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and they with any specifications that apply Th,• SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING. Contractor shall include all costs of doing this work within the bid 1-01.1 General(RC) prices. State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. rir Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. denned 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 ern administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds insurance certificates, various other certifications and affida ' the SECTION 1-01.3 LS REVISED AND SUPPLEMENTED BY TAB FOLLOWING Standard Provisions. the Contract Plans, Working Drawings. the Standard Specifications, the Standard Plans Addendum and 1-01.3 Defwltions(RC, APWA) mange Orders. Dates(APWA) Act of god(RC) ,Bid Opening Date(APWA) 'Act of God' means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenornerwa of nature. A rain, windstorm,high water reads the bids. or other natural phenomenon of unusual intensity for the spec Award Date(APWA, RC) locality of the work,which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Cox&ud Erecudon Date(APWA) Consulting Engineer(RCZ The"date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant,who may or may the Contram err not administer the construction program for the Contracting Notice to Proceed Date(APWA) _ Agency. The date stated in the Notice to Proceed on which the Contract !�jy(RC) time begins. Unless otherwise designated, day(s) as used in the Contract Combust Completion Date(APWA, RC) +m Documents,shall be understood to mean working days. The date k which the work is eomractually required to be Or Bqual(RC) completed. The Cows 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 wthorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the to engineer,shall be the sole fudge of the quality and suitability of the Contact 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 entirely borne by the Contractor. Any substance specified for use in the construction of the ACC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The corumct pl and/or standard plans which show location, A person or organization who furnishes a raw material.ans eau character, and dimensions of prescribed work including layouts, supply, eotrunod�y equipment, or mamifacturod or fabrraued profiles,cross-sections,and other details. product and does not perform labor at the Protect Site•a supplier. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contra Agency to the am are a part of the Contract Docurents, regardless of the method of successful Bidder signifying the Contracting Agency's acxep binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Conutracting Ancv or Engineer err 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 th( Work and establishing the date on which the Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other rrh authorized representatives. The chief executive officer to the t- Page-SP-1 Revision Date:May 19, 1997 tl� 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 notice of SEC77ON I-0Z.I IS DELETED AND REPLACED BY THE request for public disclosure has been giv en shall l,r .���Q; a FOLLOWING: waiver by the submitting vendor of any claim that sort, .,, t,, are, m fact,so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION 1-0232 IS SUPPLEMENTED BY ADDING TffE Bidders shall be qualified by experience, financing, FOLLOWING. equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals ApWq ttgl Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by iticlude a pre qualification procedure prior to the Bidder being addenda. im furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION I-02.13 PARAGRAPH IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RCI FOLLOWING' a. The bidder is not prequalified when so required; 1-02.2 Bid Documents(APWA) SEC770N I-02.14 IS REVISED IN ITEM 31N PARAGRAPH I 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 prequalified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; a SENTENCE I, PARAGRAPH I TO READ. 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SEC77ON 1-03.1 IS SVPPLEADIVTED AS FOLLOWS: sample test data, and S2Amhnical reports accumulated by the Coutracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APwA) bidden. 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 FOLZOV17NG. Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form(APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the gall for bids Alternates,Additives,or Deductives,if such be to the advantage of or special provisions. The City reserves the right however to . the Contracting Agency. The Bidder shall bid on all Additives, award all discretion. any schedule of a bid to the lowest bidder at its Doducxives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SEC77ON I-03.2 IS SUPPLEMENTED BY ADDING THE SEC71ON 1-02.6 IS SUPPL M29VTED BY ADDING THE FOLLOWING: POLLOWING: 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract, bond form and all other forms requirkg All prices shall be in legible figures and(mot-words)written in execution, together with a list of all other forms or documents ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be 1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each tint price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. Prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SEC77ON 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SEC770N. 1-03.3 Execution of Contract(APWA., RQ 1-02.6(l) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be eompl q material(s) which constitute '(valuable) formula, designs, Contracto he wqui date. the successful bidder shall return the t 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 requir6d 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 experience exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the 16 vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award 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 WITH THE additional calendar days for return of the documents, provided the FOLLOWING: +twr Contracting Agency deems the circumstances warrant it. 1-04,4 Changes C The Contracting Agency is prohibited by RCW 39.06.010 f vin executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-bY�se basis. Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Knal Cleanup_LRQ rtr number a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3 All salvage material as noted on the plans and taken from provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops Any cost Engineer as part of the Contracting Agency's pose-award incurred in salvaging and delivering such items shall be considered information and evaluation activities* incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, hump sum,-shall SECTION 1-03.4 IS SDPPL.EMENTED BY ADDING THE be full for all work, and materials " FOLLOWING TO THE FIRST PARAGRAPH: re4uir�to Deform final cleanup If this pay item does not appear 143.4 Contrail Bond(APWA) in the camact documents then final dean up shall be considered incidental to the eonuac and to other pay item and no further rir 5 Be accompanied by a power of attorney for the S2J`Ws compensation shall be made. office 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 IN Contractor is a corporation, the bond must be sivied by the SEC77ON 1-05.31S REVISED AS FOLLOWS: •��. ke-y,,"s:.kyt unless accompanied by writttn proof of p,�wca.a v. :n...-r the gut ority of the individual signing the bond to _bind the 1-05.3 Plans and Working Drawings corporation(i.e.,corporate resohihon,power of attorney or a letter T shall submit supplemental working drawings tap such effect by the president or vice-president). he as required for the performance of the work.The drawings shah be on sheets measuring Z4-by-3b 22 by >adus or on-sheets with 1-04 Scope of the Work dimensions in multiples of 8-lr2 by 11 inches. SBGZ'ION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLBM>41V7ED BY ADDING THE FOLLOWING: " FOLI,OWINQ- armor 1-04.1 Y,rnteat of the Contrail RAC 1-05.4 Conformity with and Deviations from Plans and Stakes The Contractor is encouraged to provide to the Engineer prar If the project calls for Contractor supplied sureeying, the to-progress payments an estimate of lump sum work accomplished rr to date The En 's calculations and decisions shall be final m Contractor shall provide all required survey wow. incdudithg such t+egard to the actual prror�t9on of any hump taro pay item work as mentioned in Sections 1-05.4, 1-05.5-1-11 gad dsewhere accomplished gad eligible for payment unless another specific tl1 tress woos as being prorated by the F.a ig cheer. meted of calculating hump sum payments is provided elsewhere m SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY win the motions. TBE FOLLOWING. SBGTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes(RC) 1-04.2 Coordination of Contract Doctmuents, Plans, If the pmiect calls for Contractor lied MoMiM to Special Provisions Specifications,and Addenda .,ding such pecifi Contractor shall provide all required Survey work (RC) worn as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these spocifuxtions as being provided bur the Enginreer�All costs by following this order of precedence(e.g.. 1 presiding over 2.3. for this survey work stuall be tncirided in "�ptrador SpPli—ed Surveying " 4,5.6.and 7;2 presiding over 3,4.5.6,and 7;and so forth): per lump sum. 1. Addenda 1-05.5(1) General(APWA,RCJ 2. proposal Form The Engineer or Contractor supplied W—ry or will provide 3. Special Provisions 4. Conroe Plans construction stakes and marks establishing Tim s slop�l am 5. Amendments to the Standard Specifications as stipulate in Sections 1-05 5(1) and 1-05.5(1 6. Supplemental Specifications. such work n 1-11. The Contrador shall assume full 7 Standard Plans responsibility for detailed dimensions elevations_ and aya—W ti.8. Standard Specifications slopes measured from the Engineer or Contractor implied surveyor furnished stakes and marks. t- Page-SP-3 Revision Date:May 19, 1997 rill 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with major grade char es shall be slope staked to establish cede prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05_5(3) Bridge and Structure Surveys�,p�v, provide at least 48 hours notice to allow the Engineer or Contractor For all sumciural work such as bridges and ,n;,,o Walls the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor or anization an Stakes, marks, and other reference points including existing experienced team of surveyors under direct su ^'ision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that ;..,, ,� w field carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the intended lan charged for the costs of replacing stakes markers and dimensions. The Contractor shall provide all surveys rtiAui,wt to IN amumentation that were not to be disturbed but were destroyed or complete the structure,except the all primary wrvev,.,, ,.,., damaged by the Contractor's operations. This charge will be which will be provided by the Engineer. e deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines j of alterations or teconsttraion work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the Satisbtxory atbs<an iatim evidence to prove the error is furnished Drawings. the Engineer.Three consecutive points set on tine or grade shall be The Contractor shall_establish all secondary survey controls the minimum points used to determine any variation from a straight both horizontal and vertical as necessary to assure proper line or grade. Any =such variation shall, upon discovery, be placement of all protect elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for arty error in alignment or grade. following tolerances: The Contractor shall provide all,surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Ahgmnent +.01 foot(between successive points) done in&=rdanee with Section 1-11 SURVEYING STANDARDS 3. Stmm=uctur+e Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer,per Section available to the Engineer all field books includina survey 1-11.1(3). These field notes shall include ail survey work information,footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion d_ ime nsions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Conu2c ing Agency. 1-05.5(4) Contractor Supplied Stm►eying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall upon the Surveying, the Contractor shall supply the survey work required lid Engineer's written request, remove the individual or individuals for the proiect. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experkaced tear of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in 66 monies due or to become due the Contractor. accordance with Sections 1-05.4. 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Coutraetor shall be included in the prices bid for the various items writing of any errors,discrgxi tcies,and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the 'Contractor Supplied-Surveying' per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.50) Roadway and Utt7ity Surveys(APWA) The Contractor shall coordinate his work with the Surveyor all The Engineer shall furnish to the Contractor one tone only,or and perform his operations in a manner to protect all survey stakes 'Contractor supplied surveyor will provide as needed all principal from harm. The Contractor shall inform the Surveyor of the Britt, grades and measurements the Engineer deems necessm for Contractor's intent to remove any survey stakes and/or points completion of the Work.These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading records for the proiect The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As Built iii 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet,and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As- utilities such as water, sewers, and storm drains (with offsets 50' Built records and other work the Engineer deems necessary, the r max interval). Engineer may elect to'provide at Contractor expense a surveyor to On alley construction projects with minor grade changes the provide all As-Built records and other work as djrected by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade Alleys Engineer-supplied surveying from moneys owed to the Contractor- Page-SP-4 Revision Date:May 19, 1997 rW 1-05 Control of Work 1-05 Control of Work IM Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right dim- Sh required for the full and complete survey work required to the Contracting Agency's right to pursue any other 'vPen,e r rjw complete the proiect and as-built drawings_shall be included in the additional remedy or damages with respect to the Vnnt.b,.oes lump sum price for'Contractor Supplied Surveying." failure to perform the Work as regwred. 1-05.5 Contractor Provided As-Built Information SECTTON I-OS.10 IS SVPPL.EMENTED BY ADDING 71M ift (RO FOLLOWING: h shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RCZ prior to the backfilling of the trenches by centerline station, offset, and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by ire crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, n written order by locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions,either correct such Work,or if such Work 11 Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Proiect Site Manholes Catch basins and Inlets Valves, vertical and and replay it with moo defective and authorized Work all without Horizontal Bends Junction boxes, Cleanouts, Side_Sewers, Street cost to the Contracting Agency. If the Contractor does not lights dt Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults Culverts Signal Poles,Electrical Cabinets. unauthorized Work or if an emergency exists the Contacting After the completion of the work covered by this contract,the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced Putsetant to Section 1-05.8 field book(s) containing the as4 uilt motes and one set of white "Owner's Right to Correct Defective and Unauthorized Work.' Prints of the Denied drawings upon which he has plotted the notes .The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under gay law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting lting from defective and err built location of the new work as he recorded in the field book(s). unau dwrized work discovered after one year but prior to the . This drawing shall bear the surveyors seal and signaaue certifying expjratimt of the legal time period set forth in RCW 4.16.040 ne it's accuracy. limiting actions on a contract in writing or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written auement err lien'Contractor Supplied Surveying.' The Condor shall warrant good title to all nuderials, nmpiies and eguitpmeat purdmsed for. or.incorporated in the IALE VACANT SEMON 1-05 81S REPLACED BY: Work. Nothing contained in this paragraph,however;shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, it recover under any bond awes by the' Contractor for Thor Defective and Unauthorized Work(APWA) per,or any rights under any law permitting such persons-to if the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting wont within die time specified in a written notice from the A8ency. Engitnux or fails to perform am part of the Work required by the The provisions of this paragraph shall be inserted in_sIl Contract Documents the Engineer may correct and remedy such and material �aoa and notice of its Drovrsions work as may be identified in the written notice by such means as shall be gives to all persons f.�t,ti- ing materials for the Work err the Engineer may deem tn�sary including the use of Contracting when rig formal contract is lettered into for such materials. Agency fortis. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an erne Xog following: iii situation, the FAiineer may have the defective and unauthorized 1-05.11 Final Inspection(APWA) Work corrected immediately,have the rejected Work removed and replaced or have Work the Contractor refuses to perform oompieted by using Contracting Agency or other forces. An 1-05 11(1) Substantial Completion Date(APWA)substantially situation is any situation which in the opinion of the When the Contractor considers the work to be Bogineer a delay in its remedy could be potentraily unsafe or complete the Contractor chaff so ,notify the Engtn�and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial. Cl,mpletron Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following COndthons trout be attributable to correcting and remedying defective or unauthorized met: Work or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operaaottat sea 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 mirror incidental work replacement of tempera limitation compensation for additional professional services substitute facilities or correction or repair work remains to reach requ and costs for repair and replacement of work of others physical 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 completed m order to No adjustment in contract time or compensation will be reach physical completion A The Engineer may bl e allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. wr attributable to the exercise of the Contracting Agency's rights t. Page-SP-5 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and co •ecuions Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer intended use, the Engineer, by written notice to the Contractor The costs for power, gas labor, material, suu,n lies _ will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete opei$tion l t ai>a the Engineer does not consider the Work substantially complete and shall be included in the various contract pri oes related to the stem ready for its intended use, the Engineer will, by written notice so being tested, unless specifically set forth otherwise 6 the n• notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer substantial completion, whichever is applicable, the Contractor shall not affect a manufacturers guaranties or warranties furnished dWl pursue vigorously, diligently and without unauthorized under the tetras of the Contract. interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Enjxrne er with a SECTION 1-05.12 IS DELETED AND REPLACED WITH THE revised schedule indicating when the Contractor expects to reach FOLLOWING: substantial and physical completion of the work. 1-05.12 final Acceptance(APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under establishes the Substantial Completion Date and the Contractor h before the Cot perform Date can be ions � considers the work physically complete and ready for Final -shed A Certtficate of Completion for the Work tsstiod by the Contracting inn Agency will establish the Completion Date and certify the Work as 1_ -0S•11(2) 1`Inspection Date(APwA) plete. The Final Contract Puce tray then be calculated The When the Contractor considers the Work physically complete following must occur before the Completion We can be acid ready for Final hmection, the Contractor by Written Notice established and the Final Contras Price calculated: sW1 request the Engineer to schedule a final inspection. The 1. The physical work on the proces must be complete Fjw ineer will set a date for Final Inspection.The Engineer and the 2' The CO mush documentation required Contractor will then make a Final Inspection and the Engineer will by die Contract and required by law necessary to allow the Contracting Agency to certify the Contract as complete notify the Contractor in writing of aU particulars in which the Final A Certificate of Completion for the Work, signed by' the Inspection reveals the Work moomplexe or unacceptable. The Contracting Agency, will constitute acceptance of the Work The Comuaaor shall imtiiediately take sudi eorreaive measures as are issuance of this Certificate of Completion will not constitute bnaeoessary to remedy the listed deficiencies. Comexave work shall acceptance of unauthorized or defective work or material. ad e Pursued vigorously, diligently, and without interruption acceptance Failure of the Cemt,actor to perform all of the Contractor's physical completion of the listed deficiencies. Tfus process will obligations under the Contract shall not bar the Contracting Agency pie until the Engineer is satisfied the listed deficiencies have been corrected. from unilaterally certifying the Contract complete so the Engineer ff action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9 tlti 7 days after rooemt of the Written Notice listing the deficiencies SECTION 1-05.13 .IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH7TOREAD. wtwtever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents,Labor, and Equipment of Upon connction of all deficiencies, the Engineer will notify Contractor(APWA) the Contractor and the Contracting Agency in writing of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That p date shall constitute the Physical completion date of the Contract requalification pursuant to Section 1-02.1,the Contracting Agency will take these performance but shall not imply all tthe obligations of the Contractor under the thus-reports into performance Contract have been fulfilled. SECTION I-0S IS SUPPLEMENTED BY ADDING THE tit 1_ -05.11(3) Operational Testing(APWA) 1<OLLOW17VG NEW SEC77ONS: It is the intent -df the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power(APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements and shall mec4ranical equipment: street lighting. electrical distribution or bear the costs for power and water necessary for the performance signal systems;buildings:or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements(APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer ag or under operating conditions for the time period specified to ensure employee of the Contracting Agency either before or after their acceptability prior to the Physical Completion Date. During execution of the contract,shall affect or modify any of the terms or VA and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprisin ..die of workmanship materials or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. IN during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Page-SP-6 Revision Date:May 19, 1997 rir 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid_on a misunderstood tax liability. SECTTON 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the unit bid punt or other contact amounts. In some cases however FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) 1-06,2(2) Statistical Evaluation of Materials for describes this exception. ft Acceptance The Contracting Agency will pay the retained Percentage only UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State PROVISIONS STATISTICAL EVALUATION WILL NOT BE related of Revenue a certificate she that all contract_ USED BY THE CITY OF RENTON. related taxes have been paid (RCW 60.28.050), The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor luny owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or rt• the Public not. Any amount so deducted will be paid into the proper State SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07,2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building repairing,or improving streets,roads, etc., which are owned by a 1-07.1 Laws to be Observed (APWA) municipal corporation, or political-subdivision of the state, or by The Contractor shall indemnify,defend and save harmless the the United States, and which are used primarily for foot or Contracting Agency fmcluding any agents offices, and vehicular traffic. This includes storm or combined sewer systems 9mi2mPi against nay claims that may arise because the within and included as a Part of the street or toad drainage system Contractor(or any emyiovee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. mat=Wman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item do moue stringent regulation shall apply. Qrioec or other contract amounts, including those that the The Washington Stan Dmartment of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount adnrmisha&e agency responsible supplies used or consumed in doing the work. . ft for the administration of the provisions of the Washington lnd"VW Safety and Health Act of 1973(WISHA). 1-071(3) State Sales Tax-Rule 170(APWA) 'tire Contractor shall maintain at the Protect 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 . providing first aid m the injured The Contractor shall establisb, structures upon real property This includes,but is not limited to, yWish,and make known to all employees procedures for ensuring the construction of streets, roads highways, etc._ owned.by the immediate removal to a hospital or doctor's care, persons, State of Washington;water mains and their appartenances;sanitary indtding employees who may have been injured on the Prot ct sewers and sewage disposal systems unless such sewers trod im Site Employees should not be permitted m work on the Project disposal systems are within,and a jsart of a!r street& or toad drainage Site before Qte Contractor has established and made known system; telephone,telegraph,electrical power distrjtniton Imes,or procedures for removal of injured persons m a hospital or a other conduits or lines in or above streets or toads. unless such procedures power lines become a part of a stint or road ltghnng sYSCan• and to The Comractor shall have sole responsibility for the safety, installin or attaching of env article of tapgjbk personal proper efncy and adequacy of the Contractor's plain rty appliances,and or to real prope whether or not such personal property becomes nidhods and for any damage or injury resulting from their failure. a mart of the realty by virtue of installation. ,m, or improper maintenance use or operation Tire Contractor shalt For work performed in suds cases the Contractor shall collect be solely and completely responsible for the conditions of the from the G+*+�ing Agency retail sales tax on the full contract Project Site including safety for all persons and property in the price The Contracting Agency will automatically ad_d this sales paf 1°e of the work. This reaunement shall apply tax to each payment to the Contractor. For this traso� m eoodmwu* and not be limited to normal working hours. The Contactor shall not include the retail sales tax m the unit Bid Item required or implied duty of the Engineer to conduct construction prices or in any other contract amount subiect to Rule 170. with review of the Contractor's petfon>mnce does not, and shall not, be the following exception. to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax 'ea measures in on,or hear the Project Site. for a payment the Contractor or a subcontractor makes on the purdtase or rental of tools machinery. egatpmtot or consumable SECTION 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the project. Sufi sales taxes smart be POLLOWING: included in the unit Bid Item prices or in any other contract yr 1-07.2 State Sales Tax(APWA) amount. 1-07.2(4) Services(APWA) 1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax flan► �e The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules (17.2(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 adiust Page-SP-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ig SEC77ON 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbid • when Tr=AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than A 10 1-07.5(2) State Department of Fish and Wildlife" percent increase m turi'tdtty when the background turbidi •Is More than 50 NTU for other classes of waters refer to WAC 173-Z01_ (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical p RSp of , the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of hebt C'Mu l;c rp suspended material as expressed m Nephelometric Tlir6id .r*-• for it at unit contract prices. But if contract items do not cover vluis those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. Oq 4 Discharges to a State waterway caused by aggre atP a ing drainage from aggregate pit sites, and stockpiles cl dewar�s:.,s o pits and excavations shall not increase the existing tturbidiw of.t.' receiving waters. -___ the SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters Turbidity, may 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds settling basins LRg overflow weir, polymer water treatment, dischar¢in to ground surface, by percolation, evaporation or by passin g through gravel E_ach Contractor:-Subcoiuracxor, Consultant, and or Supplier sand 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 permanent document will be bound in the bid documents. trheasttres are effective.The ntuutmum exposed area and skyes will ter be defined in the Special Provisions.Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS. Other alternative methods for erosion control under certain 1-07.13(1) General(110 situations may include netting,mulching with binder,and seeding W Should rutting and erosion oaur the Contractor shall be During unfavorable weather and other conditions the responsible for restoring damaged areas and for clean-rip 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. rr 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 oot>s ftucted while these conditions exist,unless by special means or waters. Chlorine water may be discharged into sanitary sewers or ps autions acceptable to the engineer, the contractor shall be able disposed on land for percolation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thjosulphate. (APWA) IS SUPPLEMENTED BY Water shall be periodically tested for chlorine residual. SEMON I-07.14 4. Vehicle and Equipment Washing: Water used for REVISING ALL REFERENCES Tt0 •STATE. COMMISSION washing vehicles and equipment shall not be allowed to enter.storm SECRETARY" OR 'STATE" TO READ "CONTRACTING drains,streams or other State waters unless separation of petroleum AGENCY." Products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION I-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary!ewers or allowed to be held on the ground FOLLOWS: for Percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.IS Temporary Water Pollution Erosion Control separation. (APWA-RC) 5. Oil and Chemical Storage and Ekl4ft. Handling and If done according to fire approved lam or the storage of oil and chemicals shall not take place adjacent to p Engineer's will be waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut�lf and rri measured and paid for.pursuant to Section i-09 d1-04.1 through lock valves shall be provided on tanks. Shut-off nozzles dull be the hemp sum item for 'Temporary Water Pollution/Frosion provided on hoses. Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for 'Temporary Water Disposal of waste shall not be allowed on oil and chemical splits• Polludon Erosion Control' that all labor, materials tools and Fencing shall be provided around oil storage Locks shalt be equipment used to complete the work shall be considered incidental provided on valves.pumps.and tanks. to other pay items in the Contract and no furtber compensatjon shall be made. 6. Sewage: If a sanitary sewer line is encountered and repair or relocation work is required the Contractor shall Provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer tine Sanitary sewer flow toll temporary work shall include, but is not limited to the following water quality considerations: shall be pumped out collected and hauled by tank truck or 1. Turbid Water Treatment Before Discharge: pumped directly to a sanitary system manhole for discharge• The all existing sewers shall be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses• In discretion of the Engineer; for Lake Class Receiving Waters addition, the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions; for Class AA and Class A Waters raj 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 Sol deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original rn washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracture Ace n and d'tsciarged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any werlc none„c, treatment plant. casements or rights-of-way. 1-07.16 Protection and Restoration of Pro Damage to existing structures outside of easement arras AN that may result from dewatering and/or other construction activity SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or HOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction All such work 11'a 1-07.16(1) PrivatetPublie Property(RC) shall be done to the satisfaction of the pcnperty Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all resDonsibiW of o-peratiott to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled waysl used by him PrOAMIYa if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs the contractor. to wilt the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency utu+easonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. Paid by the contractor. The contractor shall provide, with Do liability to the The contractor is responsible for identifying and rri CootracwiQ Agency, am additional land and access thereto not documenting any damage that is pre-existing or caused by shown or descn'bed -that may be required for temporary odws.Restorathon of excavation in City streets shall be done in Construction facilities or storage of materials. He shall constnxx accordance with the ary of Renton Trench Rafmmdon all access roads,detour roads,or other temporary work as required Requkements, which is available at the Public Works Depart6ew by his operations The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building,20D Mill Avenue South. shown and deccrr'bed and such additional areas as he may provide. SEC77ON 1-07.17 IS SUPPLEMENTED BY ADDING: A. General. All construction work under this contract on jar easern F N right-of-way,over private property or frandtise,shall be 1-07.17 Utilities and Similar Facilities(APWA,RCS conl ned to the limits of such easements,right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW diswrbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trendies across easements shall not penalties,the Contractor shall; be kft open during weekends or holidays and trendies shall not be 1 call the utilities =Amyounid location tester for field open for more than 48 hours. location of the utilities; as B Structrues. The contractor shall remove such existing Call Before You Dig stcudures as may be necessary for the performanoe of the work and, Locators if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condttion as found. He shall also repair all existing structures which m may be damaged as a result of the work under this contract. 1-800-424-5555 G F.awmmts. Cultivated areas and other surface rovements. All cultivated areas,cilia agricultural or lawns,and and other surface improvements which are damaged by actions of the 2 riot begin excavation until all known . 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 casement or private right-of- I-oceUOn dimensio°s shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities am in accordance with available mfotmadon without irr uncovering meastiring or other verification. H.4 utility is known constntc�ion area and stockpile it in such a manna that it may be replaced by hire, upon completion of constriction. Ornamental or suspected of having underground tacilities within die area of the trues and shrubbery shall be carefully removed with the earth pied excavation,~"° and that utility is not a smbscrt'ber to the sunrmmding their roots wrapped in burlap and replanted in their utilities underground location center ben the Contractor ahaII gi♦!e original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be If, in the prosecution of the work it becomes ten' to interrupt existing surface drainage sewers, UWerdrams, c:onatn� replaced by the contractor with material of equal quality at no utilities similar underground structures or p� roof• the +m additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn arcs, the sod shall be contractor shall be responsible for and shall take all maxssarY carefully at and rolled and replaced after re trenches have l be Precautions to protect and provide temporary W—Mi ce for same• The contractor shall at his own expense repair all carnage to backfhlled. The lawn area shall be cleaned by sweeping or other such facilities or structures due to this construction operation to the means,of all earth and debris. satisfaction of the City;except for City owned facilities which will The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for ttpaired by the utility department at contractor s expense or by all work,including excavation and backfal[,on casements or rights- !ke contractor as directed by the City, of.way which have lawn areas. All fences,markers, mail boxes,or Page-SP-9 Revision Date:May 19, 1997 r 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the rninimum 1-07.18 Public Lfability and Property Damage insurance coverage set forth below. By requiring such minimum � Insurance (R that 4ed to insurance, the City of Renton shall not be deemed or a,na,,.�._ State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks at may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or hrna.i SECTION 1-07.18(1)IS.REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect, from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (i)cluding CG2503• General try oompanay(ies) or through sources approved by the State Insurance Aggregate to apply per protect,d applicable) Commissioner pursuant to RCW 48. • Explosion,Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Prodt c Conyleted Operations the required insurance has been obtained and approved by the • Contractual Liability (mcltiding Amendatory Contracting Agency. ;Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shaU protect • Broad Form Property Damage against claims for bodily iniuries, pasonal innuies, including • Independent Contractors aecidaatal death, as well as claims for property damages which • Personal/Advertising Iniury nay arise from any act or omission of the Contractor or the • Stop Gap Liability subcattractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles to If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers'Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual labor&hKhistries Number declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(whey necessary) required on the contract prior to the date work commences.Failure . Excess of Commercial General Liability and rr of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material perry. breach of contract and shall be caused for immediate termination of f5)- Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, fr.e.archioatural, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability 1-07.18(2) Coyerages(RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal, the Contactor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract. w_ hide details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting require additional coverages as may ty appropriate based on Agency. The City requires that all insurers• work performeQti.e..pollution liability). 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2_) Coverage to be on an "ocmrrenee" basis (Professional officers officials agents employees and volunteers as Additional Liability and Pollution coverage are acceptable when Inmrod(ISO Form CO 2010 or equivalent) The CONTRACTOR written on a clairns-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance.prior proof of professional liability coverage be provided for up to commencement of work The City reserves the right to rettuest to two(2)years after the completion of the proiect. copies of insurance policies if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate Further, aU policies of insurance described above all pages) for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not oontributory with amp other 4) Possess a minimum A.M.Best rating of AVII(A rating of insurance coverage and/or self-insurance carried by CITY A XU or better is preferred.) If any insurance 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 Liability) The City reserves the right to approve the security of the 4) Policy may nqt be non-renewed canceled or materially insurance coverage provided by the insurance companyCes) terms conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CTTY OF RENTON NOtificatiOn these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail- Page-SP-10 Revision Date:May 19, 1997 ift cur 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of env kind upon the 07.18(3) ILIM7TS'WITH THE FOLLOWING: company, its agents or representatives.. 1-07.18(3) L[mits(RC) c. Amend the cancellation clause to state: -poIicv mav LDCMM REQUIRED not be non-renewed,canceled or materially Chanced or providing coverage bi these stated amounts shall not be altered unless 45 days prior written notice is providers construed to relieve the contractor from liability in excess of to the City'. Notification sha!Lbt provided to the City such limits The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a rice General AgUeaxae• $2.000,000" written agreement that the consultant's broker will provide the Products/Completed Operations $2,000.000" required notification. Aggregate Limit Each Occurm ce ;t 1000 000 SECTION 1-07.20 IS REVISED AS FOLLOWS. ices Personal/Advertising Injury $1,000 000 1-07.20 Patented Devices,Materials, and Processes Fin:Damage(Any One Fire) 550.000 Medial Payments(Any One Person) 55.000 (APWA) SM Gap Liability $1,000,000 The Contractor shall assume all costs arising from the use of era 0 General Aggregate m apply per pwsect pate devices,materials.or prod used on or incorporated in (190 Form CG2503 or equivalent) ssAjnowm may vary based on project risk the work, and agrees to indemnify. defend, and save harmless AotoamMe Liability Tb Contracting Agency, and their rtr Bodily lnnrry/ May Damage 1S ,000.000 duly authorized agents and employees from all actions of any (Each ) nature for. or on account of the use of any patented devices, Workers'Compensation materials.or processes. Snmtory Benefits-Coverage A Variable SECTION 1-07.22 IS SUPPLF.AMNT BD BY THE FOLLOWING. (Stow Washington Labor and industries Number) Umbrem Lbbility 1-07,22 Use of Explosives(APWA) Each Occurrence U $1,000,000 General Ageregaae Limit $1.000.000 Explosrves shall not be used without specific authority of the ProductsCAmpleWd Operations $1.000.000 Engineer,and then only under such restrictions as may be required Aggregate by the proper authorities. F-Vlosives shall be handled and used in Professional Liability(if required) strict compliance with WAC 296-52.and such local laws, toles and Each occurrence/Incident/Claim $1.000.000 regulations that may apply.Mw individual in cbarge of die blasting rrr $2.000.000 shall have a current Washington State Blaster Users License. . The City may require the CONTRACTOR to seep T� Contractor shall obtain. c omplY with. and pay for such pe,,.++ite and costs as are necessary in ooninnttion with blasting professional liability coverage is effect for up to two(2)years after operations, m completion of the project. The C shall promptly advise the G[TY OF RENTON When the use of explosives is necessary for the prosecution of the Work, the Contractor's insurance shall contain a spectat clause in writing in the event qty general aggregate or other aggregate permitting the blasting. limits are reduced At their own expanse the CONTRACTOR rm will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety rewiirements as stared in Section 1-07.18(3) and shall furnish the C11Y OF RENIbN a new Certificate of Insurance ahawmg such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADD�G THE wr coverage�in�. FOLLOWING PARAGRAPH SECTION 1-07180 IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic(R(- SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for corxroning dust DVSV21ANCRI. mud within the project limits and on am+ street which is Within 20 days of award of the contact the CONTRACTOR utilized by his equipment for the titration of the proms trucks Shan provide evidence of insurance by submitting to the The contractor shall be prepared to use �termg (CONTRACTING AGENCY the following: power s yee�„m lknd other pieces Of a as deancd 1) City of Renton Insurance Information Form (attached necessary by the engineer,to avoid creating a"' herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the roiect and no com nsation will be trade for this conforming to items as specked in Sections 1-07.180), 1- section. irr 0718(2) and 1-0718(3) as revised above. Other Complaints of dust mud or unsafe practices and/or requirements arc as follows: property damage to private Ownership will be Lnm- a Strike the following or similar wording: 'This to the contractor and prompt action in correcti_ ng_i>>ein will Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder": b Strike the wording regarding cancellation notification im to the City 'Failure to mail such notice shall impose Page-SP-11 Revision Date:May 19, 1997 an 1-08 Prosecution and Progress 1-08 Prosecution and Progress M SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECITON 1-07.26(APWA) IS REVISED BY C GLNG ALL REFERENCES TO `COMMISSION THE SECRETARY, OR 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTINGAGENCY." SECTION 1-07.27 (APWA) IS REVISED BY CHANG Street right of way lines, limits of easements, and limits of ING ALL REFERENCES TO "STATE" OR «SECRETARY„ construction permits are indicated on the Drawings. The READ «CONTRACTING AGENCY." TO riff Contractor's construction activities shall be Wined within these limits, unless arrangements for use of private property are made. 1-Og PI'OS@CUt10n and Progress Generally, the Contracting Agency will have obtained prior gr to Bid opening, all rights of way and easements, both permanent r and temporary, neoessa y for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING. brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1)Preconstruction Conference(AMA) obtained by the Contracting Agency from the owner of the private The Engmar will furnish the Contractor with up to 10 conies Property. Copies of the easement agreements are included in the of the Contract Documents. Additional docau CM -Cnay be Contact Provisions ormade available to the Contractor as soon as famished upon request at the cost of reproduction, to practical after they have been obtained by the Eumeef. undertaking each part of the Work the Vontractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Doauments and clheck and verify prior to advertising,these areas are so rioted on the Drawings. Ile pertinent figures shown therem and all applicable field Connector shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or disctepaacy which the acquired until the Engineer certifies to die Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a pr constimetion cunfetence will part of the Contracting Agency in obtaining easeniieius, rights of be held between the Contractor, the Engineer and such other emy or right of way, the Contractor will be entitled to an mterested parties as may be invited. The purpose of the r extension of time. The Contractor agrees that such delay shall trot Prec:onstruction conference will be: be a breach of contract. l. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various ettty by the Contractor. This includes entry onto easements and parties associated or affected by the Work; Private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment, The Coaractor shall be responsible for providing without notifications.approvals,submittals,etc.; expense or liabitity to the Contracting Agency,any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control;and c owtruction facilities, storage of materials or other Contractor 6. To dismiss such other related items as may be pertinent to needs. However, before using any private property, whether the Work, adjoining the Work or not, the Contactor shall file with the The Contractor shall prepare and submit at the preeonutruction 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 lump sum items; owner of each property disturbed or otherwise interfered widi by 2. A preliminary schedule of working drawing submittals;and reasons of construction pursued under this contract-The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner,or proper authority 4. A Proiect Schedule. acting for the owner of the private property affected stating that permission has been granted to use the property and all necessary 1-08.1(2)Subcontracting(APWA) permits have been obtained or, in the case of a release that the Work done by the Contractor's own organization shall account re=mt;on of the property has been satisfactorily accomplished for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number.address and date of computing this percentage however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of am suboonaacud the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contrail Price. The Contractor shall not subcontract work ngardl�f by unless the Engineer approves in writing.... Each t5QUest to subcontract shall be on the form the Engineer pro vides. If the rl 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 recNires the subcontractor to comply with Section 1-07.9 and to fumish all roil certificates submittals and statements required by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of any contracting firms the subcontractor proposes to 06 Page-SP-12 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress irr use as lower tier subcontractors Collectively these lower tier Permission to work between the hours of 10.00 n tin, 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 n m and life total amount subcontracted to a subcontractor. When a 9 00 a m on weekends or holidays may also be subject to ramie. WO- subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcotractors without bejng subject to the 25 percent limitation: Contracting Agency's no control regulations or corn daints are IN 1 Furnishing and driving of ailing,or received from the public or adtouung oropect r owners regarding 2 Furnishing and installing concrete reinforcing and post- the noise from the Contractors operations. The Contractor ahaU tensioning steel Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. trr suboont actors. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the prop05� °tr'c"^t''ctnr'c prior record equipment. experience, through Friday may be given subject to certain other conditions set and ability to perform the work Approval to subcontract shall not. forth by the Contracting Agency or Engineer. These conditions M 1 Relieve the Contractor of any responsibility to carry out the may include but are not lk&od to:requiring the Engineer or such coaaxtct, assistants as the Engineer may deem necessary to be present during 2 Relieve the Contractor of any obligations or liability under the Work-, requiring the Contractor to reimburse the Co> ng the contract and the Contractor's bonds Agency for the cost of engineering salaries paid Contracting 3 Create any contract between the Contracting Agency and Agency employees who worked during such times:considering the the subcontractor,or Work performed on Saturdays and holidays as working days with 4 Convey to the subcontractor any rights against the regards to the Contract Time;and oorisidoring multiple work shift Gontracsing Aggency, as multiple working days with nspe t to Contract Tune eves The COt>tracting Agency will not consider as subcontracting: though the multiple shifts train in a single,24-hoot period. puree of sand gravel crushed stone crushed slat, batched Assistants may include, but are• not limited to, Str[yeY crews: context a9myta es ready mix concrete off-site fabricated Mrsonnel from the Contracting Agency's material taming lab; rir smtcdrnl steel other off-site fabricated mans and any other inspectors' and other Contracting Agency employees when in the materiaIs Supplied by established and recognized commercial opinion of the Engineer suds work tteoessitaoes their presence. plants•or(2)delivery of these materials to the work site in vehicles 1-08.1 Reimbursement for Overtime Work of owned or operated by such plants or by recognized independent or Contracting AgenC},13nployees(APWA) commercial hauling companies. However. the State IAI may determine that RCW 39.12 Where the Contractor dear to work on a Saturday. Sunday, W aies to dx employees of such firms identified in (1) and fl) or other holiday, or longer than an"our work shift on a regular above in aocordanoe with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work a" of Section 1-07.9. as modified or supplemented, shall shall be considered as overtime work. On all such overtime Mork an inspector will be preseffi,and a survey crew may be required at The Contractor strati certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse"rase the »badvarntuged, Minority or Wornen's Business Eruermises firms Contracting Agency for the full amount of the straight trine plus drat were wbconcraaors manurfacduers 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 Specifrcatlons does hereby authorize Engineer ginger to deduct such costs from the amount due or to provided by the Engineer. H dissatisfied with any part of the subcontracted work become due the Contractor. FA&M may reQuest in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY Z'HS The Contractor shall Comply with this request at once and shall not FOLLOWING. io emloy the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Protection of the Work 1-05.1 Hours of Work(APWA) APWA Except in the case of emergency or unless otherwise approved the contract has been - 80 by the Contracting Agency the normal straight time working hours Notice t0 Proceed will be iyCn after for the contract shall be any -consecutive 8-hour period between executed and the contract bond and evidence of insutathces have 7.00 a m and 6.00 p.m.of a working day with a maXhnum 14WUr been approved and filed by the Owner. The Contractor shall > hmeth break and a S-day work toggle. The normal strught time 8- commence the Work until the Notice to Proceed has been gin' irr hour working period for the contras shall be established at the the Engineer. The Contractor shall comrriahce C°OOII pmeppnstruaion Conference or prior to the Contractor commencing activities on the Project Site wiWin ten days of the Notice to the Work. Proceed Date. The Work thereafter shall be prosoc 'unty If a Contractor desires to perform work on holidays, vigorously, and without unauthorized int�n+�ptjOa to Saturdays Sundays or before 7.00 a m. or after 6:00 p.m.on any completion of the work There shall be no vol���hA*y shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior appro val of 2SOR Sion to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from to 84)our period between 7.00 a.m. and 6:00 p.m. is not rewired. 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. WN Page-SP-13 Revision Date:May 19, 1997 do 1-09 Measurement and Payment 1-09 Measurement and pa yment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION I-08.9 IS REVISED PER SECTION I-0S.II. FOLLOWING. 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, RQ SECTION 1-08.10(1)IS SUPPLEMENTED BY REVICnvC REFERENCES TO `STATE TREASURER. DBP A`�` The Work shall be physically completed in its entirety within �hcyff OF TRANSPORTATION" IN THE LAST the time specified in the Contras Documents or as extended by the SENTENCE Engineer. The Contract Tune will be stated in "working days" PARAGRAPHS TO READ "CONTRACTING AGENCY.' shall begin on the Notice To Proceed Date and shall end on the SECTION 1-08.11 IS A NEW SECTION, Contract Completion Date. A nonworking day is defined as a Saturday. a Sunday, a day 1-08.11 Contractor's Plant and Equipment(RC) on which the contract specifically suspends work, or one of these holidays January 1, The contractor alone shall at all rimes be nsible for the Monday of vsbmwy, adequacy,efficiency,and sufficiency of his and his subcontractor' emorial Day, July 4, Labor Day, plant and equtpmetlt. The Owner shall have the nghr rn November 11. Thanksgiving Day, the dry after Thanksgiving,and -..a1ce use Christmas Day. When The tiny before Christmas shall be a of the contractor's plant and equipment m the Performance of an holiday when Christmas Day occurs on a Tuesday or Friday The work on the site of the work. day after Christmas shalt be a holiday when Christmas Day occurs The use by the Owner of such plant and-equipment shalt be _ on a Monday. Wednesday. or Thursday. When Christmas considered as extra work and paid for a000tdmgiv vistmas pay Neither the Owner nor the engineer assume arty occurs on a Saturday, the two preceding working days shall be tesporsibto at any tune, for the security of the site from the time contractor's observed as holidays- When'Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays the engineer and the Owner. The contractor alhall emPlav such When holidays other than Christmas fall on a Saturday the u additional fencing, barricades and watchmen servicemeasures Preceding Friday will be courted as anon-working tiny and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his Plant and equipment. The Owner will be non-working day.The Contract Time has been established to allow for periods of normal inclement weather which, from historical provided keys for all fenced,secured areas. records, is to be expected during the Contras Time and during 1-08.12 Attention to Work(RC) which periods, work is anticipated to be performed. Each suooe 1 e working day,beginning with the Notice to Proceed Date The contractor shall give his personal attention to and shall and end' with the Physical Completion Date shall be charged to supervise the work to the end that it shall be prosecuted faiddWly, the Contract Time as it occurs except a day or part of a day which and when he is not Personally present on the work site he shall at is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall unworkable day. have full authority to execute the same and to supply materials The Engineer will furnish the Contractor a weekly rgx)rt tools, and labor without delay, and who shall be the legal showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for Contract Tune for the preceding week; (2) the Contract Time lo the faithful observance of any instructions delivered to him or to working days' (3) the number of working days remaining in time his authorized representative. Contract Time: (4) the number of nonworking days: and M any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment Previous week. This weekly report will be correlated with the Contractor's current approved progress schedule If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE Clem to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING. - and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities(RC) week will be charged-as a working day whether or not the When items are specified to be paid for by ton it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Igor on.the protect at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be disc�pancy m the Contract Time as reported Odrerwise the prepared on the basis of said tally tickets delivered W the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the rt The requirements for scheduling the Finel lrupexKion and Inspector will not be honored for payment Where items are specified to be paid by the ton, the following establishing the Substantial Complexion Physical Corimletion and system will it used: Completion Dates are specified in Sections 1-05 It and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project The tickets shall bear at least the following information: 1. Truck Number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in torn(stamped at source). 4. Net load weight(stamped at source) 5. Driver's name and date. Page-SP-14 Revision Date:May 19,1997 iA 1-09 Measurement and Payment 1-09 Measurement and Payment cur. 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECT70N 1-09.9 IS DELETED AND REPLACED BY THE The Contractor shall submit a breakdown of costs for each lump stun Bid Item. The breakdown shall list the items included in FOLLOWING: the hum stun 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 �yme_.vc or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes The detailed cost breakdown of each lump stun item shall will be based upon progress estimates prepared by the Engineer A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date(ben not SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Comractor shall submit to the ALL REFERENCES TO `MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and AJWGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date.The Application for Payment shall be mi FOLLOWING: accompanied by domnentadon supporting the Contractor's Application for Payment. 1-09.3 Scope of Payment(APWA, RG7 If payment is requested for materials and equipment not incorporated in the work,but delivered and stored at approved sites to Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Docmments,the Application for Payment Items listed or referenced in the'Payment"dause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications will be the only items for which documentation tilkg that the Contractor has received the conrpensatiort will be made for the Work described in or spoofed materials and equipment and evidence that the materials and we in that particular Section when the Contractor performs the equipirient are covered by appropriate kwuranx or other specified Work.Should a Bid Item be listed in a'Payment"dause arrangements to protect the Engineer's interests therein. but not in the Proposal Form,and Work for that item is performed The initial progress estimate will be made not later than 30 by fate Contractor and the work is act 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 nude every month thereafter until the be regnitrod to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the 04 1 then payment for that Work will be made as for Extra Work _Work are tentative and made only for the purpose of determining pursuant to a Change Order. progress payment The progress estimates are snbiect to change at The words'Bid Item," 'Contract Item,"and"Pay Item,"and �, time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). _semonymous. The value of the progress estimate will be the sum of the If the 'payment" clause in the Specifications relating to any following:_ unit Bid Item price in the Proposal Form requires that said unit Bid h Unit Price Items in the Bid Form — the approximate —Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item,then the work or material will not Unit Price. be measured or paid for tinder any other Unit Bid Item which may 2 Lump Sew Items in the Bid Form - the estimated appear elsewhere in the Proposal Form or Specifications. percuttage complete mutiplied by the Bid Forms amount for each Pluralized trait Bid Items appearing in these Specdications are I.Aunp Sum Item. clanged to singular form. 3 Materials on Hand 90 percent of invoiced cost of ■„r Payer for Rid items listed or referenced in the"Payment' material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be . ooaside ed as inducting all of the Work required, specified, or 4 Change Orders entitlement for approved extra cost or descrMed in that particular Section. Payment Items will generally coveted extra work as Aft—ern need by the�t• +rr be listed genericaliv in the Specifications and specifically m the Progress paymtaits will be made in accordance with the bid form When items are to be 'famished" under one payment progress estimate less: item and'installed" under another payment item, such items shall 1 Five(5)percent for retained perch• be furnished POB project site or, if specified in the Special 2 The amount of Progress Payments prewrouslY made. Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Cortracnng Age' _for 'furnished.' or 'furnished and installed" under these conditions, disbursement in accordance with the Contact Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work perforated ;Z not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contra are not to be incorporated into the work delivered to the applicable AQency,that any work has been satisfactorily completed. Corgracting Agency storage site when provided for in the Payments will be made by warrants issued by the C� Specifications Payment for material "furnished," but not yet Agency's fiscal officer,against the appropriate fund Ng Le for the incorporated into the Work may be made on monthly estimates to proiect Payments' received on account of work performed b� the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADOUARTERS' MATERIAL Page-SP-IS Revision Date:May 19, 1997 w 1-09 Measurement and Payment 1-09 Measurement and Pa yment 1-09.9(2) Retainage (APWA,RCI 1-09_9(3) Contracting Agency's Right to Wtrr.r. . Pursuant to RCW 60.28 there will be retained from monies and Dtsbtuse Cettahn Amo Withhold earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant tt uR 60.28 V 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250 RCW 39.12 and R 6 shall be and used as a trust fund for the protection and payment (1)to RCW 39.76 the Contractor authorizes the Engineer to.Withhold. the State with respect to taxes imposed pursuant to Title 82 RCW due or deduct an amount from any payment or due the which may be due from such Contractor and(2)the claims of any Contractor which in the Engineer's opinion ma be to flu person arising under the Contract. cover the Contracting Agency's costs for or t reined the _Monies reserved under provisions of RCW 60.28 shall at the following situations. option of the Contractor,be: I. Damage to another contractor when there is a vid 1. Retained in a fund by the Contracting Agency thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charnPC bearing account in a bank, mutual savings bank or savings and public suthoruUes or municipalities which the Contractor is loan association(interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16 escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel nee sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and seau-ities 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 I-W 9 Liquidated Damage:or Interest on the bondvand securities may be paid to the Contractor b. Ladc of construction progress based upon the nQiiheer's as the interest accretes. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired ere-the indicates the Work will not be completed within the Coiitraet Time dW COME= When calculating an antichwed time overrun the Engineer will at make allowances for weather delays approved unavoidable delays least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld tinder this oondact. The Contractor in choosing option(2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assunne full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow servicm brokerage charges or both and further agrees to of days the Conran mes approved progress schedule in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract Pet r P 1-9 is 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 . Contractor's other obligations under the contract. including but not Release of retained percentage will be made 60 days following limited t: the Completion Date (pursuant to RCW 39.12 RCW 39 76 and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 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 Mamdaaure's AAmpy for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit wbekly payrolls, htent to PaY retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct undetpaymet to employees of darns tRether with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section tlil sufficient to pay the cost of foreclosing on claims and to cover 1-07,9. attorney's fees. L Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release"form in order The Contractor authorizes the Engineer to ad as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect t the payments of industrial insurance this section to a party or parties who are endued t payment. 4 medial and premiums. The Contracting Agency will ensure the Disbursement of such funds if the Engineer elects to do so will be Washington State Employment Security Department and any made only after Riving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has pot protested such disbursement. nil 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, ordinates and Contractor in accordance with this section will be made. A regulations — Federal. State, or local — that affect the contract ANN payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1 Contracting Ag_Mg shall not be liable to the Contractor for such 05.12)• payment made-in good faith. 1-09.11 Disputes and Chains ff legal anion is instituted to determine the validity of the claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION I-09.II(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 Application for Payment 11 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 im upon a Final progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1 to the Contracting Agency of all claims and all liabilities 60 of the Contractor, other than claims in stated amounts as may be 1-09:11(3) 11me Limitations and Jurisdiction simifically excepted in writing by the Contractor. (APWA) 2 for all things done or furnished in connection with the 'Phis contract shall be constriud and intavretod in accordance to Work with the laws of the State of Washington.The venue of any claims 3 for every act and neglect by the Contracting Agency;and or causes of anions arising from this contract shall be in the 4 for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A paymenr l n-a-aft, final- retainage. or odmwise) shall not agreed tint any claims or causes of action which the eoclractor has release the Contractor or the Contractor's Surety from any against the Conuracting Agency arising from this contract shall be obligstion required tinder the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The pities vndtirstand and r the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time findivzs of non-comiplianoe with the WMBE reguiremhents of the RLno t provided span be a complete bar to any such claims or C_onaam nor shall Stich payment preclude the Contracting Agency causes of action, from recovering damages,setting penalties or obtaining such other It is further mutually agreed by the parties that when any io remedies as may be permitted by law, claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agennc , Contracting Agency arising from this contract are filed with the the Contractor shall an affidavit, on the form provided by Con=cdm Agency or initiated in court, the Contractor shall the Engineer of amounts paid to certified disadvantaged (DB), --**nit the Contracting Agency to have timely access to any records minority (A4Bb) or women business eoteiptises (RBE) deemed necessary by the Contracting Agency to assist in evaluating par*iqW „erg in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB MBE- or WBE subcontractors regardless of tier. On Federally-funded Proiects the Contractor may also be 1-09.13 Arbitration required to execute and famish the Contracting Agency an affidavit BY certifying diet the Contractor has not extended any loans, gratuity SECTION 10.13(2) (RC) R SUPPLEMENTED or Rift and money Rum —mm puant to Section 1-07.19 of these REPLACING All REFERENCES TAO rT'BURST�ON t;`OUIVTY' Specifications. WITS TBE WORDS"SING COUNTY.” if the Contractor fails refuses or is tumble to sign and return SECTION 1-09.13(3)IS SUPPLEMENTED BYADDING: the Final Progress Fstimate or any other documents re auired for ADDING- ft final aooeatance of the contract the Contracting Agency 1-09.13(3) Pnxedum to Pursue Arbitration(RC) rr reserves the right to establish a completion date and unilaterally The ffixfings and decision of the board of arbitrators shall be aconit the eonnact. Unilateral acceptance will occur only after the final and binding on the parties unless the aggrieved party. within Contractor has been provided the opportunity, by written request 10 days chanengex the findings and decision bLse__L and filin g from the Engi*eer, to voluntarily submit such documents, if petition for review by the superior court of KmR-C ire voluntary compliance is not achieved formal notification of the Washington The grounds for the petition for review are limited to impending undateral acceptance will be provided by certified letter showing that the findings and decision: from the Engineer to the Contractor which will provide 30 calendar 1 Are not responsive to the questions submitted; days for the Contractor to submit the necessary documents. The 2 Is contrary to the terms of the contras or any component 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting g the n cessarY thereof; 3 is arbitrary and/or is not based upon the applicable facts documents This reservation by the Contracting Agency to and the law controllin the issues submitted to arbitration The unilaterally accept the contract will apply to contracts that are �� of arbitrators shall support its decision b� setting fourth in err completed in accordance with Section 1-08.5 or for contracts that are terminated in accordance with Section 1-08.10. Unilateral Ming their findings and conclusions based on the eyidenec acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. ON any way relieve the Contractor of the provisions under contract or Page-SP-17 Revision Date:May 19, 1997 rYr 1-10 Temporary Traffic Control 1-10 Temporary Tra flit Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices ieces of equipment, or services which could such procedure• not be usually anticipated b a rudest 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 items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further item.. contractor's filing of the protest or action is capricious or without consideration of payment for these items are that °""s.nor reasonable foundation. In_the latter case, all costs shall be borne covered by other pay items m the bid ro an not by the contractor. specified in the Special Provisions as mcd tal grail not d the accumulative cost for the use of each mdnvtdual t channel* 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed 5200 in total cost for the duration of their need. In the event of di rill SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated t,., , ,, contractor. The cost for these items will be b a uuue FOLLOWING: recd rice rice established by the Faxineer, or by force account Additional t 1-10.1 General Rte' required as a result of the Contractor's modification to the .rr,� � Whed ,,,+aaa,, the bid proposal includes an item for 'Traffic Control," control plan(s)appearing?in the contract shall not be cove rr�by the the work required for this item shall be all items described in provisions n this paragraph. Section 1-10,including,but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades flashers decreases by more than 25 percent,an equitable adjustment will be construction signing and other channeiization devices considered for the item "Traffic Control"to address the increase or unless a pay item is in the bid proposal for any specific decreaSC• device and the Special- Provisions specify furnishing, SECTTON I-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 Supervisot2Q(SA) personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set'up and remove S ;lll -Tihe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supe yisoes(TCS)duties devices: for the project The TCS shall be certified mesa worksite traffic Ali contra 4. Furnishing labor and vehicles for patrolling and maintaining I in position all of the construction signs and the traffic The TCS shall assure that Remomily control devices, unless a pay item is in the bid proposal to pel all the duties of the specifically S are performed during the duration ecifically pay for this work;and of the contract S Furnishing labor, material and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to di during the rife of the proiec t. 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 *chicic used shall bo equipp-A ;Axith - Foot a; post designating the person responsible for traffic control at the work site. 1`11e traffic control plan shall include descriptions of the traffic control methods and devices to be Possession of a current flagging card used by the prime contractor, and subcontractors shall be by the TCS is mandatory. submitted at or before the preconstniction conference and SECTION 1-10.2(2)IS SUPPLEl1�NZED AS FOLLOWS: shall be subject to review tied approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans ILL ) notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are oven to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m.. correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Cons'>truetion Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item 'Traffic Control' appears in the proposal then well as any other appropriate signs prescribed by the Engineer, or all work required by these sections will considered incidental and required to conform with established standards will be furnished their cost shall be included in the other items of work. CO— ec°r• Page-SP-18 Revision Date:May 19, 1997 ref 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards w. 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 adiustment per Section 1-04.6 only when the total contract price increases or decreases by more than ZS percent. 1 Wm--costs for the work to " provide Class A or Class B construction signs shall be included in The Lump Sum nail contract price P"-hve shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car signs)for any am-pilot No car operation. Any necessary flaggers will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic controlaaboF. .. " 1-10.3(6) One-Way Piloted Trafriie Control Through The Lump Sum wait contract price pap4wur-shall be fWl Construction Zone pay for all costs for the labor provided for performin g those construction operations described in Section 1-10.3(1) and as Capowal The Canwactips Agency will fumish, without cost to &he, authorized by the Enginxr .11 be IN rwnwol =Gnsm.-Gsian " The Lump Sum nail contract price paml- ma-shall 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 vehicles nocessary for the initial acquisition, the initial iustallaiion of Taffic-can"l. Cuss A signs,and ultimate return of all Contracting Ageaey_ on C n&%;ctor-Furnished One-Way Piloted Tree Con&W. The fiwnishe. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area Any necessary flaggers shall be furnished by the Contractor " "PC;day err "CgaUQGW; The Lump Sum_nait contract price mall be full " pay for all costs involved in furnishing the person(s)assigned ppwAA-A 1-14 as the "Traffic Control Supervisor" DELETE SECHON 140.4 AND REPLACE WITH: All costs for the vcWcle(s)required for the Traffic Control Supervisor shall be included in the lAtmp 1-10.4 Measurement(RC) (SA) Sum mail contract price for"Traffic Control-SugeaAeW." " "lump Pm No specific unit of measurement will apply to the lump sum Aw jtan of-Traffic Control" SECTION 110.5 IS REVISED AND SUPPLEMENTED AS . " FOLLOWS: 1-10.5 Payment(RC) b@ paie Payment for all labor, materials, and equipment described in b. Ra�wicnt for the Femwaing 5()pavepat of the amoUnt Section 1-10 will be made in accordance with Section 1-04.1, for the folbwing bid items when iheyan included in the proposal: 'Traffic Control.'hM tarm. The himp sum contract price shall be full tray for all costs not "PCF dayr hall be full by other specific pay items in the bid proposal for The Lump Sum wwit-contmct price p"-day-shall fumisno inmlling maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices requited by the contract and as directed by the Engineer in for the work described in Section 1-103(2 N conformance with accepted standards and in such a manner as to � maximize safety,and minimize disruption and inconvenience to the Labe:* public.. Progress payment for the lump sum item 'Traffic Control" 1-11 Renton Surveym* g Standards ar will be made as follows: a When the initial warning signs for the beginning of the pro9ec t and the end of construction signs are installed 1-11.1(1) Responsibility for surveys g and approved by the Engineer. 30 pereetU of the All surveys and survey reports shall be prepared tinder the aw amount bid for the item will be paid. direct supervision of a person registered to practice land sun►-M b Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prePa�in accordance bid for the item will be paid on a prorated basis in on for accordance with the total job progress as determined with the requirerpents established by the Board of Regtsuau Professional Englneers and Land Surveyors under the provrst°ns of by progress payments. Chapter 18.43 RCW. +� t Page-SP-l9 Revision Dale:May 19, 1997 an 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 field notes coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the iunm"Of two or Control Network monuments. The source of the coordinate values more boundary Imes. A monument is usually set at such int to used will be shown on the survey drawing per RCW 58.09.070. physically reference a confers location on the ground_ t The horizontal component of all surveys shall meet or exceed Monument Any physical obiect 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 Wudn u n Standard • A corner or other survey point established by or under the Detail Requirements for ALTA/AGSM Land Title Surveys jointly supervision of an individual per section I-11 1(1)Land established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in fiture editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision cornets down to and includine one` survey control shall be revealed on the face of the survey drawing, sixteenth corners,and as shall the method of adjustment. . Any permanently moritumernted boundary, right of way The horizontal component of the control system for surveys alignment,or horizontal and vertical control points established � using global positioning system methodology shall exhibit at least 1 by any governmental agency or private surveyor including part in 50SO precisltfn in line length dependent error analysis at a street intersections but excluding dependent interior lot 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys eon• n as defined in Geatndnc Geodetic Adtaacy Standards do Spedd7wions for Using GPS Relxivve Positioning Techniques dated 1-11.1(6) Control or Base Lfne SWTey(RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Storeys shall be established for all said document.. construction Projects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied io at kart one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks.If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the proiect site a tie to both shall be made. The bgxlgnark(s)used observed for staldng or 'as-builting' while oocupyjng one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing montmtenm, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or du exhout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall (bendumark)will be shown on the drawing,as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and ,go drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch myiar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic myiar of the drawing will be submitted to the City of 1-11.1(4) Meld Notes (RC) Renton and upon their review and acceptance per the c Field notes shall be kept in conventional format in a standard requirements of the proiect the original will be recorded wide the bound field book with waterproof pages. In cases where an Vim'County Recorder. electronic data collector is used field notes must also be kept with a If recording is not required the survey drawing rYi shall be r Prepared on 22 inch by 34 inch myiar, and the original or a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each Photographic mYlar thereof will be submitted to the City of Reirton. The survey drawings shall meet or exceed the requjrerrrents of point- WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards American Public Works Association symbols a description. Point numbers shall be unique within a complete shalt be used whenever possible and a legend shall identify' ail job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No.348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listing should Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in notebooks) provided by the City or the original field notebook(s) the field notes) a brief description of the point and northing, used by the surveyor will be given to the City. For all other work tasting and elevation (if applicable) values all in ASCII formats surveyors will provide a copy of the notes to the City upon request. on 1BM PC compatible media. +tttl Page-SP-20 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards so 1-11.IM Precision Levels(RC) 1-11.1(12) Monument Setting and Referen (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-1 1 satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded surVeY shalt Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedure of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witnece rea Control Committee. marker shall be set. In most cases,this will be the extension of the Beach marks must possess both permaneaa and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record e a 'Tar ela in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other (RC) cases the corner shall meet the requirements of section 1-1 1 2(1) Topographic surveys shall satisfy all applicable requirements herein. 'm of section 1-11.1 herein. All non corner monuments, as defined in 1-11.10 shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein, if the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic listing requirements set forth in within a-lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface,per saxion 1-11.2(3). In the case of right of way centedina monnnents all points of r 1-11.1(9) Radbd Topography(RC) curvattm(PGA,points of tangency(PT),street intersections,center Elevations for the points ooanpied or back sighted in a radial points of ail de sacs shag be set. If the point of intersection, PI. topographic survey shall be determined either by 1)spirit leveling for the tangents of a curve fail within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way,a monument can be set at the M instead of the PC and PT ear Committee third order elevation accuracy specifications. OR 2) of the curve. rr;000ametrie leveling with elevation differences determined in at For all non comer monuments set while under contract to the last two directions for each point and with misdosure of the City of Renton or as part of a City of Renton approved subdivision prwit not to exceed 0.1 feet. of property, a City of Renton Motannent Card (furnished by the rdr city)identifying the mommnen; point of intmuction(PI). point of 1-11.1(10) Station—OMet Topography(RC) tangency(PT) point of ctu aftre(PC), one-sixteenth corner, Plat Desvatioss of the baseline and topographic points shall be monument sired intersection,etc.,complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monumeru,a minimum of two reference points and MAD 83/91 C wol Committee specifications as to the tam points and shall not coordinates and NAVD 88 elevation shall be filled out and fled exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey(RQ 1-11.2 Materials err All hMxpypMg4 required to be'as-built' ()ost construction survey)per City of Renton Codes THE 4 Building Regulations 1-112(1) Propertya of Corners(RC) and TniE 9 Public Ways and Property, mist be located both Corners per 1-11 1(5)shall be marked in a permanent manner boriaotttallyand vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in kMgg!; durable metal survey. The as-built survey must be based on the same base line plugs or caps tack in lead etc and Pe fly marked or tagged or ooatrol survey rased for the eonsauction staking survey for the with the surveyor's identification"number The W2q fie mature of immweamuts being 'as-built' The 'as-built' survey for all the marker used can be determined by the sarveyor at the tint_ a of rr subsurface improvements should occur prior to backfilling. Close installation. 000peation between the installing contractor and the 'as-builtinR" surveyor is therefore required. 1-11.2(2) Montunents(RC) All'as-built'swvevs shall satisfy the requirements of section Mommitxits per 1-11.1(5) shall meet the ms's as set r 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page 11031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's ideatifrcuttion mrnber. The field notes for 'as4milt' shall meet the requirements of RQ section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Covet' daa 'as-built' drawings which includes a statement certifying the Materials shall meet the requirements of section 9"22 and City accuracy of the'as built'. of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.10 herein shall be observed for all 'as-built' surveys. dw ' an s. Page-SP-21 Revision Date:May 19, 1997 ®w 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be come,.� �► eitner a manually or by means of electronic data processm �•i;�, b Earthwork use of the averse end area method. An char es co me work as directed by the Engineer that would alter thy,. gttantitik shall be calculated by the Engineer and submitted to the Contractor for his review and verification 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated � the Plans, unless ordered by the Engtnheer shall not be III Obstructions 'd for All work and material required to return these areas to their original conditions, as directed by the ftineer shaft be to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense. 4W FOLLOWS. All areas shall be excavated filled and/or backfilled as necessary to comply with the grades shown on the Plane In 2-02.3(3) Removal of Pavement, Sidewalks, and Shed Curbs_R�' and backfilled amts, fine grading shall begin dune th..,i cement and the compaction of the In removing pavement, sidewalks, and verbs, the Contractor th final layer. In cut sections fine grading shall begin within the final six (6) mates of cant Final gradin¢ shatl: shall produce a surface which is smooth and even wig 1. Iiatii broken-up pieces ' changes m grade. �abrupt to some off-project sing. Excavation for curbs and ¢utters shall be a Cover. any;Necec blWe"I W"" the light of Way With comnlished by Cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified ` S. When an area where pavement has been removed is to be grades. The contractor shall maintain A excavations free from opened to traffic before pavement patching has been completed detrimental Quantities of leaves brush sticks trash and other temporary mix asphalt. concrete patch shall be required debris until final acceptance of the Work. Terhporary patching shall be placid to a minimum depth of 2 Following removal of topsoil or excavation-to grade and inches immediately after baddilling and compaction are complete before placement of fills or base course the subgmde under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to sh identify a>nr soft or loose areas mix all be used at the discretion of the Engineer, which may warrant additional compact ion or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items. their removal will be paid for as part of the quantity removed in excavation. If The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the ahehtiorhed as a separate item in the proposal,they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the saw' ie<I included in the gdantjri calculated for excavation. compaction. Any native material used for fill shall be free of SEC77ON 2-02.5 IS SUPPLEMENTED BY ADDING.- organics and debris and have a maximum particle size of 6 inches It shall be the responsibility of the Contractor to prevent the 14 ?x02.5 Payment native materials from becoming sauuated with water. The 2. "Saw Cutting',per lineal Foot. measures may include sloping to drain compacting the native 3. 'Remove Sidewalk'.per Square Yard. materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter'.per Lineal Foot Contractor fails to take such preventative measures any costs or 4 5. 'Cold Mix',per Ton d elay related to drying the materials shall be at his own expense. 6. 'Remove Asbbalt Concrete Pavement.'per square Yard If the native materials become saturated, it shall be We 7. 'Remove Cement Concrete pavement,'per square Yard responsibility- of the Contractor to dry the materials, to the 8. 'Remove existing "pef optimum moisture content. If sufficient acceptable native soils are All strum- ctu costs related4o-the removal and disposal of strures and not available to Complete construction of the roadway embankment, obstnhctions including saw cutting excavation, back ilinit and Gravel Borrow shall be used. temporary asphalt shall be considered in to and included in If subgrade trimmer is not required on the project,all portions other items unless designated as specific bid items in the proposal of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determined by the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Sect'on 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: mi 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 perfotmed unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer roadway excavation, the Contractor. borrow excavation and unsuitable foundation excavation - by the t- Page-SP-22 Revision Date:May 19, 1997 rr 2-04 Haul 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 SUPPLLMF.NTED BY ADDING THE FOLLOWING: SECTION 2-03.S IS REVISED AS FOLLOWS. ,a 2-03.5 Payment (RC) 2-06.5 Payment(RQ Subgrade preparation and maintettance i_ydina warrr;ns Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall_be_included in the appropriate unit or lump n, I. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices.A(B, C,etc.)",per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul in shall apply. If he orders excavation more than 2 feet below subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: provided in Sacrist-i-04.4 Itcm 3 of this payment section. In this case,all items of work other than roadway excavation shall be paid 2-09.1 Description (RQ at unit contras prices. This work also includes the excavation, haul and dis of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable o excavating, loading. placing. or otherwise disposing of the dial. materials mcierdmg berried logs and stumps. including pay t1U unit contract price per cubic yard shall 2-09.3 Construction Requirements include haul. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS: 3. 'Unsuitable Foundation Excavation".per cubic yard. The unit contract price per cubic yard for 'Unsuitable 2-09.3(1)D Disposal of bcesvated Material(RQ Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. limits shall be included in the unit contract price for structure pveWded -a Section 3-04 cb-11 apply, except whan the bid hem- is excavation. Class A or B. -6 :RGJ;uAjp4 haul in that G�G@,err The unit contract price per cubic yard shall include haul. 7. "Embankment Couipacdam" If the contract includes structure excavation, Class A or B. including haul, the unit contract price shall include all costs for loading and hauling the material the full required distances otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item.-All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS. a• items involved. 2-09.4 Measurement(RC) 2-04 Haul Gravel backftll. All gravel bacldill will be measured by the rrr cubic yard in place determined by the neat lines requited by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be inctdeaW to the FOLLOWS. installation of the pipe or paid for as other gravel backfill unless a 2-04.5 Payment (RQ specific separate pay item is included in the contract for gravel Pa�qaent will be m�de to; 4he following bid item A.Aehen. is is bacldill for pipe bedding. inrluded-A the P;Gpowl; 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 rr are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl. Haul%per cubic yard. so "Structure Excavation 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 rat price of other items of work if "Structure Excavation' or Page-SP-23 Revision Date:May 19, 1997 Krr 2-09 Structure Excavation 2-09 Structure Excavation 'Structure Excavation Inc[Haul' are not listed as pay items in the I contract. `Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the r structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calailated by the Engineer only for the neat line measurement of t 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 (T�pe of Excavation), per Cubic Yard or per Ton'. When travel backfill is paid by the ton,the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny wjy payment for such load tickets. Unless included in the contract as a separate pay item. gravel backfill used for pipe bedding shall be o---6der+ed incidental to the installation of the pipe or shall be included in the gravel backfill used to backMI the trench, if a rid separate pay item is included for trench baddill. ■W t rrr �i trl Page-SP-24 Revision Date:May 19, 1997 it 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 ON No supplemental specifications were nemssary for Division 3. necessary No supplemental specifications were necessary for Division 4. ON n� wr me rrr IW go �r dw No do t- Page-SP-25 Revision Date.May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) Surface Treatments and Pavements same!K-4oWhen a sample from uncompacted mix is needed the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can .be obtained in accordance with WSDOT Test Method 712. E -shall �110*, the C,Mple to be taken whhGw the SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS Willing vehicle FOLLOWS. B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot�s�defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or wort produced for each iob mix ar:-provided under- sWistical—� a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur Determination nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes(asphalt concrete pavement Classes A. B. E, F. and G) shalhvill be evaluated for quality of gradation on.a dallylot basis by the Contractor. This gradation analysis shall be - is The J based on WSDOT Test Method 104 and the results delivered to the MF 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 any Changes to the IMP without prior written approve! of the with Section 9-03.8(6)A.2.7ad4 A-asphalt content shall be tested at Engineer. the Eamineer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B)falls below 1.00. clie Change Will b4 b,ic;C Of i9W-" Faquost .6 app;0410d, all of&W =:64-1 pr-adlaced up go Clio d The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ±3% for sieve sizes greater than 1/4'and t2%for sieves smaller than the No. 10,then W111PIS r the costs of the sampling and testing shall be borne by the mix sublot G;28 ChAll b- AgwMiaGA IQ the Reams& -Ir"Com to Contractor. If the tTest results vary from the Contractor's data am-within the ranges listed abov , then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting t+rYi A performed on a random basis at a minimum frequency of one „.:n c e,,.en 99d f_ aixa quality ,.o •.,-,d•,ncr ,e pavemew •re..:... lmr, tie sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor rYl with a copy of the results as they become available. QC 11 Qualivy-A cRarame Riice Adjustments and w-h-tion of quality, ftnA fol.-F boiac -Aw: the beginaing of the next pa*ipg Shift Zhe to 13agineci; Will also PFQ%tids, by noon of Lug D. Test Methods. When sample testing of asphalt content is necessary, Aaeceptance tatxi% for compliance of aWhAt-teA6" 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 necessary, Aacceptance testing for compliance of gradation will use the Quick requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted €eF Procedure; WSDOT Test Method 723-T.E. Reject Mixture { taste-based on their-conformance to the requirements of Section 9- riot to 02.1(43). Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may. p be the responsibility of the contractor. If the vendor or grade of sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any the asphalt cement changes, a new job mix formula (JMF)shall be evaluated and approved. such new material will be sampled, tested, and evaluated for 4 3. Asphalt Concrete Mixture acceptance. 43 A. Sampling (2) Rejection -by Engineer Without Testing itlaeut-Te • The Engineer may, without sampling, reject an y batch load, or (1) A sample will not be obtained from either the first or last section of roadway tall 25 tons of mix produced in each production shift. } Page-SP-26 Revision Date:May 19, 1997 i.i 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement aw mat"W that appears defective in gradation or asphalt cauwnt SECTION 5-04.03(10)A IS SUPPLEMENTED By ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into !Edw pavement. Any rejected section of 5-04.3(10)A General(RC) compacted faadwwypavement shall be removed. The Contractor shall not use vibration when com actin on a No payment will be made for the rejected materials or the street where A.C. Line (Transite) is in place (refer m C removal of the materials unless the Contractor requests that the of rtit rejected material be tested. If the Caontractor elects to have the Renton Comprehensive Water System Plan to tdenttfy locations of rejected material tested, a minimum of three representative samples A.C.lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(70)B IS REVISED AS FOLLOWS: for testing from coamacud 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, LThe cost of campling and testing shall and speed change, and having a specified compacted course rrr thickness greater than 0.10 foot, shall be compacted to a specified am cost of Sampling and wsting Will be bome by the level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Sation 5-04 3(8) The specified level of relative density shall be *m 045 cou"mation for. the Fejected Fain adill be -1 - CRV a (CP44 of not loss than 190 0416A W.Kallinc-A a .—Wd.g" 0-25 a4m,-A-Adition of 10 Pon@— centmc&PFiGG addW SeGtien 1-06"(1). using minimiwa a 921..0 percent of the —Acceptance of the initially referent maximum density rejected 6ygxw d material will use the acceptance sampling and 146tlaad.aras._The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that developed in the job mix formula(JMF1tha.mouittg-ayYri formula tolerances of Section MAMA. the mix will be rejected aid all costs associated with sampling,testing and removal shall be coacme being placed. If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximmn density may be and replaced wilt new material at Do expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances, the mix will be accepted for quality of mix but will density attained will be. determined by the average stasi cA is remain subject to the compaction adiustment of Section 5-04.3(10) svalaa wn-cif three €rya nuclear density gauge tests taken m 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. plate (after completion of the finish rolling) at locations determined by m_ wr s"lift within each density lot aaaptanGe *-- . - - n1 p6lg$ " M-t@F.;ft1 that *.r, SUGp@G&9A CC bp*ng ZIA quantity mpaceateA by each Aeasity lat will,bs.sa peata Ahan U&6,The Fatgineer will a copy of the IN results of all acceptance testing performed in the field as soon as and&-"@A-no snataii-I will then be ev-luatsd fa;p4rs adjustmeRt the results are availabl Ix GS dW a9m ir 4A411 — Pavement compacdon below 89 percent of the reference maximum density shall not be accepted Relative densities falling between 89 percent and_92 a at-'-x Fandom samples p e r c e n t shall be subject to t h e price adittstinents o f 5-- 04.5(1)B• For compaction lots falling below a CPF of 1.00 pay and thus subject to price reduction or rejection. cotes maybe used as an alternatives to the nuclear density gauge tests. XtltattF" cc of the rra after.paving. -When the Contracting Agency requests cores and the PFOgre6s; level of relative density within a sublot is less than 92.0 S=- tZte cost for dw-coring and testing shall be borne by the Contractor When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent the cost for corin4 and testing shall be borne by the Contracting Agency._azga -aube'�i°-$x be 15 uar At the start of paving, if requested by the Contractor, a compaction test section shall be constructed. as directed by the Engineer, to determine the compactibility of the mix design. i i- Page-SP-27 Revision Date:May 19, 1997 rr 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) QUALITY ASSURANCE PRICE a ig yen quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (9U percent SECTION 5-04 5(1)A IS DELETED AND REPLACED of the reference maximum density WITH Machod 705). If a compaction test section is.requested, a THE FOLLOWING: Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality proven. Following determination of compactibility, the Contactor of AC lYIIx is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling Within I considered compactible. the limits accepted of the job mix formula shall be aoce Asphalt Concrete Classes A, B. E, F. and G constructed at the unit outside the under conditions other than listed above shall be compacted on the contract price. If the constituents of the mix fail limits of the Job mix formula,the mix shall not be accepted(see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION S-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density,shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC m Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the Engineer. Compaction_( Z In addition to the randomly selected locations for tests of the For each sublot a compaction Pay density. the Engineer may also isolate from a normal lot any area Factor will be that is suspected of_being defective in relative density. Such determined based on the reative density of the tests The isolated material will-not include an original sample location. A following table lists the Comwction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density-,4U CM" equals Cho-4iffepwce The isolated area will then be evaluated for price adjustment in aacorda= with this n, considering multiplied by 40 pamem The Comp"cdQa-.CampJjaao0_V4k* it as a separate_sublotlet. Adj"OMGM Mill W G2. quancky of awhal: GGROws in the lot -A was, SECHON S-N 5 IS REVISED AS FOLLOWS: S-04.S Payment (RC) Relative Density Compaction Pay Factor (average of three tests) `Mist and/or Driveway Asphalt Conc. App;:wrlt Cl. ', 292.0 1.00 per ton._This item.-when included in the contract, includes asphalt 91.5 0.99 paying for arm 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 lob IQ Gamal*-ace Mce-A Ai-amem's" *411 be-Galcula"d "ad 89.5 0.80 tr pa*A s. r deaG eAia_C>,.-on 5 04 50 89.0 0.75 rrt 0 ttid trri t- Page-SP-28 Revision Date:May 19, 1997 tY 6-12 Rockeries 6-12 Rockeries a Division 6 and have a stable appearance. The rocks shall be carefij]1V placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or peperndicular to the o rockery face. The rocks shall have all mclrmne faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement betwce I the two. After seta a ,rr 6-12 Rt�ekeries course of rock all voids between the rocks shall be dunked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description(RQ inch square probe. au The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill(RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minas crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). Phis material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer and the cart or fill nuterial. The baddill material wiu be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials(RC) rocks placed. The backfill will be placed after cacti course of r Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock ande site or other igneous rock. Individual piers of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe(RQ weighing 50 to 150 grams and tested for soundness with sodium . A 4 inch diameter perforated pvc pipe shall be placed as a ' sulpbaoe in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plane inch sieve after 6 cycles shall not exceed 35%by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RQ Ito shone shall be used which does not extend through the wall. The inspector will have the authority to reject airy defective The rock material shall be hard, sand, durable and free from material and to suspend any work that is being improperly done. dwred port ions,seams,cracks and other detects. subiect to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material stall be approved by the engineer before delivery to the 6-12.4 Measurement(RQ sate. 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-malt rocks (300 made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13' in its least dimension; duv&-man rocks the nearest square yard. (800 to 1,200 potmds) each 16' in its least dimension: four-man rocks(1,500 to 2.200 pounds)each 18'in its least dimension. The 6-12.5 Payment(RC) rocks shall range uniformly in size for cub classification specifies. The fate-man rocks shall only be used for the first course of Payment will be made under the item 'rock retajnjtig wall*, rock in walls over 6 feet in height. per square yard. urr The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements(RC) the rockery/rode retailing wall in place and shall include all work, Tlm rock unloading at the site will be done in such a manner materials and eguiPnent required- to complete the installation, �w as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding Paragraph. The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth below subgrade in w excavation sections,or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock ow wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across aw in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable r, Page-SP-29 Revision Date:May 19, 1997 wr 7-0I Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section 9 till Drainage Structures, Storm Sewers, regard to a kind of culvert pipe,pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment 1 (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in rill Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel or alum*.,.. referred to in Section 7-02 it shall be understood �� "�s 7-01 Drains that reference is also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS.- 7-01.2 Materials R ' 7-03 Structural Plate Pipe, Pipe Arch, Arch, 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: sled_ with Asphalt Treatment I. corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials RQ option of the Contractor unless the Plans specify the type to be used. Materials shall meet the requirements of the following sections: SECTION 7-01.3 IS3tEVISED AS FOLLOWS: Concrete Class 3000 6-02 7-01.3 Contra-lion Requirements(RC) Corrugated Steel Asphalt Treatment I ¢05,6(g) Corrugated Aluminum 9-05.6(8) I PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible dastomeric seall 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 recomamided by the maitufact uer of the tubing. 7-03.5 Payment_R Q_ PVC undmirain pipe shall be jointed using either the flexible ehutomeric seal as described in Section 9-04.8 or solvent cement as Payment will be made in accordance with Section 1-04.1, for described in Section 9-04.9, at the option of the Contractor unless each of the following bid items that are included in the proposal: otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe_ Gage In. Diam.", per linear PE or ABS drainage tub' underdrain foot with Asphalt Treatment L g mg pipe shall be jointed with In.Span". snap-on, screw-on, or wraparound coupling bands, as "St.Str.Plate Pipe Arch Gage Ft.per linear foot_with Asphalt Tteatrnent I. r eoorntnended by the manufacturer of the tubing. "St.Str. Plate Arch Gage Ft. In. Span". per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment L od FOLLOWING: "Structure Excavation Class B".per cubic yard. 7-01.4 Measurement RAC "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 contract pay items. Excavation Class B". If it is not in the contras, 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 C 7-04.2 Materials Materials shall meet the requirements of the following where steel or aluminum are referred to in this Section in Oil sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized): Asphalt Treatment I Coated Q* Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch. Asphalt Treatment 1 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Revision Date:May 19, 1997 i0s 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins r SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 7-04.3(1)B Pipe Bedding(RC' 7-05.3 Construction Requirements-E ro Pipe bedding for PVC sewer pipe shall consist of clean. All manholes shall have eccentric cones and shall have granular pea gravel consistent with section 9-03.12(3). It shall be ladders. placed a depth of 6' over and 6" under the exterior walls of the pipe- SECTION 7-05.3(1) IS REVISED AND SUPPLEAIFA7ED AS FOLLOWS: 7-04.3(2) Laying Storm Sewer Pipe 7-05.3(1) Adjusting Manholes and Catch Basins to SECTION 7-04 3Cl)A IS REVISED AS FOLLOWS. Grade RC 7-04.3(2)A Survey Line and Grade�tCZ The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required elevation. SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: rJWl to &he _ V00inments of Me &-_A4aF4-F4aa ppra*ed by the as 7.04.3(2)G Storm Sewer Line Connection 9 All connexions unpaved streets Manholes, catch basins and similar not occurring at a manhole or catch basin shall in u 6e done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by die Eagiiheer Amy other method or materials be constructed to a pout tipproxtinately eight inches below the No vrop�'�"for use in making connections shall be athlete to approval subgrade and covered with a temporary wood cover. Enstmg by the ineer. manholes shall be alt off and covered m he a similar manner. T contractor shall carefully reference each manhole so that they may SEC77ON 7-04.41S REVISED AS FOLLOWS: be easily found upon completion of the street work. After plaCip� rrh the gravel or crushed stone atrfac_O. the manholes and manhole 7-04.4 MeaStwelnent-LE9 castings shall be constricted 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 lint► 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 aditistinaht,the void. of linear feet will be measured from the center of manhole to around the manhole shall be bacicfitled with tnaunals which reailt canter of manhole or from the canter of catch basin to center of in the section required oa the typical road way section, and be catch basins and similar type structures. thoroughly compacted. In cement concrete vment: Manholes catch same SEf770N 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constrcted and adittsted in FOLLOWS: manner as outlined above except that the final add shall be 7-04.5 Payment C made and cast iron frame be set after forms have been A�be checked. In lac' the concrete vaneat extreme cam The unit contract price per linear foot for storm sewer proe_of taken not to alter the position of the ca4 in anY-Way the kind and sit specified shall be full pay for_ail work to In asphalt eonaete pavemhemt Manholes shall 2612)e adulated irr ----lete the installation iihcuding adttiscment of inverts to until the pavement is oo letod at which time the canter of each manholes. When no bid item "gravel bac]dU for pipe bedding is _ manhole shall be careftdbF relocated from ref O° established the contractor. The vemert shall be at to a winded is the Schedule of Prices pipe bedding as shown_ m theme standard plans shall be considered mctdental to the pipe apd no restricted area and base material be removed LO auade hmtt t to — additional payment shall be made. the cover. The manhole shall they be as for the mannolc • util• ' the same metthods of constru�oi► Testing of storm sewer Pipe if required by the Engineer.shall itself. The cast iron frame shall be laced on the eoric>ete bloom be considered incidental to and included in the unit contract pnces and wedged up to the desired grade The V. `a t 0011�e g1vem s i0a for other u _ shall be art and removed to a treat circle the diameter of which iron frame plus shall be equal to the outside diameter of the iemo�c two feet. The base materials and crushed rock shall e�shell ed be and Class 3000 or Conan miat Portland Cement ;�t�,laoed up to placed so that the entire volume of the ex(:ZVW40 within but not to exceed 2 inches of the finished -emad MCA On the day following placement of the concrete the edge of the me s►ell asphalt concreteu)avement and the outer eel a of the can ,1 No be painted with hot asphalt cement Asphalt Class G concrete shall a patching then be placed and compacted with hand tam pe n and SurtaCe roller. 'Ilse complete patch shall match the extra Q een the for texture density,aPd uniformity of grade. The tomt betty an Page-SP--31 Revision Date:May 19, 1997 irr 7-08 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 (RC) covered with dry paving sand before the asphalt cement solidifies The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adiustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet i . iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and ntlscellanU," items �ch established from the forms or adiacent pavement surfaces The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and mrSCelanennc ;*" - aw- protects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured b Ad ust Existin JUUI r tnt) i frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the coin feted adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame The existing per each. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adiustments in the inlet structure shall be FOLLOWS. constructed in the same manner and of the same material as that required for new inlefs. The inside of the inlets shall be mortared 7-05.5 Payment_R Z and plastered. _ Monuments and.-cast iron frame and cover: Monuments and '--J—uGl-Existing ,' per each monument castings shall be adjusted to grade in the same manner The unit contract price per each for 'Adjust Existing as for manholes. " shall be full pay Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration made in the same manner as lbr manholes. of adjecent areas in a manner acceptable to the Engineer. "Structure Excavation Class B".per cubic yard. SEC77ON 7-05.3(Z)IS REVISED AS FOLLOWS. "Structure Excavation Class B Incl.Elaul per cubic yard. Structure excavation for concrete inlets and area inlets is 7-053(2) Abandon ExLtting Manholes�It� considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If die 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 Mall be fractured to prevent standing water,and the work will be considered incidental and its cost should be included am manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. Specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin.'per each the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe"per each to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SEC77ON 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS: FOLLOWING. 7-08.3(1)C Pipe Zone Bedding'(R � (SA) 7-05.3(3) Connections to Fxutiag Manholes Rte' Hand compaction of the bedding materials under the pipe Where shown on the plans.new drain pipes shall be connected haunches will be required Hand compaction shall be accomplished to existing Ire• catch basin, curb inlets and/or manholes The by using a suitable tamping tool to firmly tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort manner. Where directed by the engineer or where shown on the _Pipe bedding shall be considered incidental to the pipe and no plant.additional structure channeling will be required. further compensation shall be made. A "Connexion to exist'ing item will be allowed at any SECTION 7-08.3(Z)B IS SUPPLEMENTTD AS FOLLOWS: connection of a new line to an existing structure or the connexion of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints CCZ wnli be accepted at the location of new installation relocation and In laying pipe with rubber gaskets, the pipe shall be handled uj> adjustment of Ire manholes,catch basins or curb inlets carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. turi - before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor,materials and equipment required home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together,except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint Page-SP-32 Revision Date:May 19, 1997 It(li 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements �r tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openin s in Contracting Agency. the pipe line shall be closed with water tight expandable tune sewer • Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the vice pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap wood or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the Pipe due to unforeseen +eta entirety forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGMM may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short ruins which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is lard on a downhill grade shall no gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between wa SECTION 7-08.3(2)!IS AN ADDED NEW SECTION: changes in fie. For concrete pipes with elliptical reinforcement 748,3(2)) Placing PVC Pipe RRO the pipe shall be placed with the minor axis of the reinforcement in In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position. am pipe shall be laid beginning at the lower end with the bell end Lnmediately after the pipe joints has been made,Proper gasket Urade Pea gravel will be used as the bedding material and placement shall be checked with a feeler stage as approved by the extend from 6'below the bottom of the pipe to 6' above the top of P� to verify proper gasket placement. the pipe When it is necessary to conned to a-swucture with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE m mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection, 748.3(1)G Sewer Line Connections (RQ 748.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of im Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through it cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When Uagia";on a manner consistent with accepted practices. the existing main is constructed of vitrified clay. plain or The C ntrador shall transfer fine and grade into the trench reinforced concrete cast or ductile iron pi* the existing maul air where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minhoum intervals for grade staking Any other proca&ro shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core"ed,_aW shaA OF-U99 gnAii ling SUppQ;Wd go CIFWAY 669 have an 'O' ring rubber gasket meeting ASTM C-4 88 in a manhole coupling equal to the Johns-Manville Asbestos-Cement Dollar, or use a otahical type flexible seal equal to kore-Neal. PVC pipe connection shall Consist of tee nipple and coupiers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLBMEN7ED AS FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE 7-08.4 Measurement(SA) F LLOWING: 7.08.3(2)B Pipe LAIA119(RC Gravel.bacld-dl for foundations, or gravel backo for pipe Checking of the invert elevation of the pipe may be[Wade by zone bedding when used for foundations, shall be measured by the rrr calculations from measurements on the top of the pipe. or by cubic yard,including haul,as specified in 2-09. —Or IMAM—TON- looking plugging existing pipes will be measured by the {oolong for pending of s, h less which indicates a (0) is of a cubic and for the volume which would be required to e°mPletcly condition At manholes when the downstream Drpe(s) s of a Y fill the pip erse for a distance of two diameters. ComPutadon for larger size Pipe(s)shall be laid by matching the(aght-tenths)flow metal pipes will be based on the nominal diameter• W' elevation.unless otherwise approved by the Engineer. corrugated Ali pipe fittings etc shall be carefully handled and Protected Excavation of the trench will be measured as insc damage impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including* equip Aaneat shall be acceptable to the ENGINEER. Pipe shaU not by the cubic yard as specified in Section a me Whet below rate is necessary.excavation will be measured to�limits be placed directly on rough ground but shall be supported in_a g manner which will protect the pipe against miurry whenever stored ordered by the Engineer. placement under the at the trench site or elsewhere No pipe shall be installed where Embankment construction before culvert p (inning or coating show defects that maybe harmful as applicable provisions of Section 7-08.3(1)A will be measured in the accordance with Section 2-03. determined by the ENGINEER Such damaged lining or coating Shoring or extra excavation class B will be measured as shall be repaired or a new undamaged pipe shall be ftirmshed_and specified in Section 2-09.4. installed. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged Portions of the pipe Any defective damaged or unsound pipe shall be repaired or replaced All foreign maser or dirt shall be removed from the M interior of the pipe before lowering into position in the trench. f. Page-SP-33 Revision Date:May 19, 1997 rr� 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-I1 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations",per cubic yard,or Ton. 'Gravel Backfill for Pipe Zone Bedding", per cubic yard, or SECTION 7-I1.3(4)A HAS BEEN REVISED AS FOLLOWS Ton. 7-11.3(4)A Ductile Iron Pipe_ CCZ 'Commercial Concrete".per cubic yard. Long radius (500feet or more) curves, either horizontal -Structure Excavation Class B",per cubic yard. vertical, may be laid with standard pipe by deflecting the joi or nts. If 'Structure Excavation Class B W.Haul".per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and balling shall be incidental deflecting the joints with standard lengths of pipe. If shorter e 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 joiru when pipe If this pay item is not in the contras then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I incidental• the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SEC 7ON 7-II.3(4)B IS SUPPLEMENTED AS FoLLOVM Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over) Rte' SECTION 7-10.4 IS REVISED AS FOLLOWS. Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measnrement�R Z THE THLH AND TEXT OF SEC170N 7-11.3(0 HAS BEEN Measurement of bank tun gravel for trench backfill will be by REVISED AS FOLLOWS the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and aings with accordance with Section 1-09. Polyethylene Encasement-R ) 47he Contractor shall by ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with-a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment RQ encasement shall be installed in accordance with AWWA CI05. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals couplings fittings and valves. with 8 mil. polyethylene plastic m accordance with Section 4-5 of ANSI 21.5 or AWWA C105. Rep _Ir TT--Vitable Material" shfty!be full pay fa;ftil work The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall 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 tit incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run:Gravel for Trench Backfill". per cubic yard or.ton. 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND The unit contract,price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3('7) Laying Steel Pipe CZ furnish, pl ace: and compact the material in the trench. Also Steel pipe shall not be used. included in die unit contras price is the disposal of excess and unusable material excavated from the trench. SECTION 7-11.3(9)1 IS REVISED AND SUPPLEMENTED AS 6. 'Foundation Material' ,per ton or cubic yard. FOLLOWS: Payment at the unit contract price for 'foundation material' 7_113(9)A Connections to Existing Mains(RC) rte shall be full compensation for excavating and disposing of the The Contractor may be ttigtrired to perform the connection material p material and replacing with the appropriate foundation during times other than normal working hours. The Contractor tnateria!per Section 9-30.7B(1). shall not operate valves on the pc any existing system*AdHAA44*GW4c Pemir,sion of the EAgineer.- Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. I W When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by CCi forces as provided below: City Installed connectiRns: Page-SP-34 Revision Date:May 19, 1997 ltd 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains err Connections to existing piping and tie-ins are indicated on the registering 1 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: r.r Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors. without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed MIN A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which rewires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 Psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. 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 t on site. Allowable leakage per 1000 ft. of pipeline#-in GPH err The Contractor shall provide all saw-dotting, removal and disposal of existing surface improvements excavation haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering. foundation PSI 6' 8' 10' 12' 16' 20' 24' material at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 ' 2.55 3.18 3_82 MIN connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1_80 2.40 300_ 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 pt=, including but not limited to the required fittings couplings 275 0.75 1_00 124 1.49 1_99 2.49 2_99 pipe qmb shackle materials to complete the Connections. The 250 0.71 0_95 1.19 1.42 1_90 2.37 285 to Contractor shall provide and install concrete blocking, polyYmM_ 215 0`68 0_90 1.13 1.35 1.80 225 270 We piping at the connections, baddiill and surface restoration at the 200 0.64 0.85 1.06 128 1.70 2.12 235 locations shown on the plans for the connections to the existing *If the pipeline tinder test contains sections of various *rater mains. diameters. the allowable leakage will be the stun of the computed +'r The City will art the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(71)IS SUPPLEMENTED AND REVISED AS _ Tbe quantity of water lost from the main shall not exceed the FOLLOWS. number of gallons per hour as determined by the formula .. 7-11.3(11) Hydrostatic Pressure Text(RC) L= P 7400 A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be L which obtained from the City by completing the required forms and I-= Allowable leakage,pipeline tested making required security deposits There will be a charge for the N = No.of joints in the length r of h pipeline tested water used. Before applying the specified test pressure air shall D = Nominal diameter of the pipe m inches be expelled completely from the pipe valves and hydrants. If P = Average test pressure during the leakage test,psi permane.,r air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be dllr.Lqg the 15 mi=e&W P8404, excelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND der emelled the corporation cocks shall be dosed and the test SUPPLEMENTED AS FOLLOWS. pressure applied. At the conclusion of the pressure test, the emporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and"Pe>ty-p "_T-Q The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be tludwk2ly_ ME under pressure for a minimum of 24 hairs to allow the escape of pigged to remove any solids or_contaminate material that may air and allow the lining of the pipe to absorb water.The State will have become lodged in the pipe.ff WCU119A at OW furnish the water necessary to fill the pipelines for testing pwposes the main cannot be 'poly-pinged'. Wen a tap shall be at a time of day when sulfide nt quantities of water are available for provided large enough to develop a velocity of at least 23 fps in NO corral 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 Aeltca- required pressure,stopping the pump for a minimum of two hours. Swab-AS 21b/cu-ft dens* foam with 90A durotneter urethane and then pumping the main up to the text pressure again. During rubber coating on the tear of the 'Poly-pig" only The �P° i to lY'pg' the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared md- visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup ' NO water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail• Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that camel m the- accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system as 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 unit hand go t- Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Males W SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hor-dip 7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7.5/8 for 2 and 3' mechanical oints 3/4• for 4' to 12' mechanical ioints, ASTM A325, type 3D exce t. Dry calcium hypochlorite shall not be placed in the pipe as w+uue laid. strength of full-body threaded section shall be increased._40 000 lbs. minimum for 5/8 and 60,000 Ibs, minimum for 3/4' w SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat heat rid hardness specifications. SST 753:3/4 for• 14' to 24' 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77• aid• Treated water shall be retained in the pipe at least 24 hours SST 7, except 1 eye for 7/8 rod. same A- as SneC�fin gays as but no long than 48 hours. After this period, the chlorine residual SST 7. to at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8. 518" an aid- least 25 mg/l. ASIM A563, grade C3,or zinc Plated. S8: 518 and 3/4nt 3/4 ' e ' ..a SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS A563, grade A,zinc plated or hot-dip galvanized iii 7-11.3(12)N FSnat Flushing and Testing(RC) Tiecounling: used to extend continuous threaded rndc and are Before placing the line$into service,a satisfactory report shall provided with a center stop to aid mstallafi zinc plated or dip galvanized. SS 10: for 5/8' and 3/4' ti ASTM a 563 hot - be be received from the local or State health department or an grade C3. SIO: for 5/8'and 3/4'tierods,ASTM A563 trade A. approved testing lab-on samples collected from representative points in the new system. Samples will be collected and Tierod:continuous threaded rod for cxitting to desired lengths bacteriological tests obuined by the Engineer, zinc plated or hot-dip galvanized. SS12: 5/8` an d 3/4' diameter ASTM AM type 2; ANSI B1.1. S12: 5/8` and 3/4` diameter SEC77ON 7-11.3(13.) BAS BEEN SVPPLEMENTED BY ASTM A36,A307. ADDING THE HOLLOWING: Tiewasher. round flat washers, zinc plated or. hot-din 7-11.3(13) Concrete Thrust Blocidng and Dead-Man galvanized. SS17:ASTM A242,F436. S17:ANSI B18 22 1 Block(RC) Installation: trtji Install the joint restraint system in a000rd me with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horimrml or vertical angle points. Conform to The City of Renton etogether to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks heroin. pull against the mechanical joint body and not the MI follower. � All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4'nuts. Install tiecotiplings plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be with both rods threaded equal distance into tiecouplings Arrange poured tierods symmetrically around the pipe. around ioints. The forms shall be stripped prior to backfilling. err Joint r+estraint(shackle rods), where required shall be installed in a_ ccordanc a with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels shackle Tic Rods rods,installation and removal of formwork. _ — Blocking shall be commercial concrete (hand mixed concrete 4 .2 is not allowed)and poured in place. 6' 2 8• 3 rrr SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10"...........................................4 7-11.3(15) Joint Restraint Systems (RQ 14• .8 General: 16"...........................................8 Where shown on thf-plans or in the specifications or required by 18 ' ...........................................8 the eagamr, joint restraint system(shackle rods)shall be used all 20'...........................................10 joint restraint materials used shall be those manufactured by star 24'...........................................14 national products, 1323 holly avenue PO box 258 Columbus Ohio 30............................................(16-7/8"rods) iw 43216, unless an equal alternate is approved in writing by the 36' .(24-7/8'mds) minieer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242 beat- Where a manufactures mechanical joint valve or fitting is treated,superstar'SST'series. High strength low-alloy steel(cor-ten) ASTM A242 superstar supplied with slots for 'T' bolts instead of holes a flanged valve 'SS.series with a flange by mechanical ioint adapter shall be used instead, so Items to be galvanized are to meet the following requirements- as to provide adequate space for locating the tiebolts. ASTM A153 for galvanizing iron and steel hardware Where a continuous run of pipe is required to be restrained*. ' ASTM A123 for galvanizing rolled pressed and forged steel no tun of restrained pipe shall be greater than 60 feet in length so shapes. between fittings Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. -Dp—e used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installe#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 FOLLOWS: with koppers bitomastic no. 300-m,or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings tierods and tiewashers may be galvanized as specified rr 7-12.3(1) Installation of Valve Marker Post in the preceding paragraph or plain and painted in the entirety with koppers bitumasiic no. 800-m,or approved equal. Where required, a valve marker post shall be furnished and Teebolts tienuts tiecouplior proved, 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 18 inches of the post exposed above grade.�w.axgasod��� jw payment shall be made. Fh�n SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: ar 7-11.4 Measurement (RC) 'A dis fare at the P06f. Measurement for payment of concrete thrust blocking and will owdoge 1$us" high. dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION: included as separate pay items. If not included as separate pay rw _items in the contract, that thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same man=as VW no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to,the locations shown_on_the Plans. wain(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7 11.5 HAS BEEN REVISED AS FOLLOWS: final finished gyrades' 17he final histallatiOn shall be made,m accordance with the applicable portions of Section 7-12. 7.11.5 Payment(RC) In the event that the existing valve box is plugged or blocked with debris the Contractor shall use whatever means necessary to Pipe for Water Main and Fittings In. Diam.', per remove such debris leaving the valve installation in a fully lineal foot. operable condition. The unit Contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of_Pipe for Water Main_In. Diam.' shall be full pay for fourth inch(1/4)to one-half inch(1/2')below finished grade. an work to complete the installation of the water main including aw but not limited to trends excavating. bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pqm and fittings, backfdling. concrete thrust blocking. installation FOLLOWING: of polyethylene wrap cleaning by poly-pigs vertical crosses for 7-12.4 Measurement hwrtion and removal of poly-pigs temporary thrust bloch and blow-off assemblies testing flushing disinfecting the pipeline, Adiustment of existing valve boxes to grade all be measured shaclde rods abandoning and capping existing water mains, per each if included as a separate pay item in the Contract: of not a removing miscellaneous pipes removing separate pay item but required to Complete the work, then valve 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 Thnist Blocking and Dead-Man Blocks' per cubic meawreme nt for hydrant assembly and will not be included m this w- measurement item. The unit contract price bid for 'Concrete Thrust Blocking and SECTION 712.S IS DELETED AND REPLACED wffH TBE rrc Dead-Man Block' Shall be for the complete cost of labor, FOLLOWING: materjals equipment for the installation of the concrete thnst 'Gate Valve from 4 inch to 10 inch le diameter and Valve Mocks and dead- than blocks including but not limited to Box,' per each. excavation dewatering haul and disposal of unsuitable materials The unit contract price per each for the valve of the specified concrete reinforcing steel shackle rods and formwork. If thus size, shall be full pay for all labor, DO emit � ma to item is not included in the contract schedule of prices, then thrust furnish and install the valve complete in place on the water main, blockking and dead-man blocks shall be considered incidental to the including trenching jointing bio +g Of ift installation of the pipe and no further oompasation shall be trade. disinfecting hydrostatic testing cast-iron valve box and extensions 'Connection to Existing Water Mains',per each. r rn final grade. The unit contract price per each connection to existing water as required valve nut extensions adjustry,. 12 inch Gate Valve and Concrete Vault 'per each. mains shall be for Complete compensation for all equipment,labor, valve 60 materials required for the connections to the existing water mains. 'lam unit contract price per each for the 12 gate assembly,shall be full pay for all labor, equipment and maw to furnish and install the valve complete in place on the water including trenching iointing, blocking of valve by-pass rigers Ins unt cast-iron castinit and cover ladder rung conxxete users as required, adjustment to final grade. �' r.p� 16 inch and larger Butterfly Valve and Concrete Vault,__r-. each. err 1 Page-SP-37 Revision Date:May 19, 1997 rr 7-14 Hydrants 7-14 Aydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and aceessoria butterfly valve assembly, shall be full pay for all labor equipment concrete blocks and two concrete rd sts oN and material to fumish and install the valve complete in place on outside right-of-way), if h drams are rr1 the water main, including trenching iointing blockinL_2L valve Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing concrete vault cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required adiustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING TSE 'Blow-off assembly,'per each. FOLLOWING: The unit contract price per each for each blow-off assembly 7_14.3(3) Resetting listing Hydrants shall be for all, labor, equipment and material to complete the work shall conform to Section 7-14.3 rrfl installation of the assembly per the City of Renton Water Standard (1)• Ally Detail,latest revision. shall be rebuilt to the approval of the Citv(or replacxd with a new hydrant). All rubber gaskets shall be replaced with .�-—"-- 'Air-Release/Air-Vacuum Valve Assembly' per each w gaskets of The unit contract price per for air-mlease/air-vacuum valve the type required for a new rnstallatron of the same type assembly shall be for all, labor equipment and material to SECTION 714.3(4) IS SUPPLEMENTED By ADDING THE complete the installation of the assembly including but not limited FIOLLOWING: to. excavating, tapping the main. laying and jointing the pipe and fittings and appurtenances, backfilling testing flushing and 7-14.3(4) Moving Existing Hydrants (RC) hyj disinfection, meter box and cover,at location shown on the plans All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail latest revision rep :ed 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 'Adiust Existing Valve Box to same type. Grade' above dWl'be full comyertsation for all labor, material tools gad equipment neoasary to satisfactorily complete the work SECT70N 7-14.S IS REVISED AS FOLLOWS: as defined in the Contract Documents• including all incidental 7-14.5 Payment(Rg work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher-compensation shall be made. "Hydrant Assembly',per each. The trait contract price per each for"Hydrant Assembly"shall be full pay for all work to Turn sh and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, place an a uraleg main tie reds, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as mafk9r.peer, specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made y 7-14 Hydrants 7-14.3 Construction Details "Resetting per�-R contract I P Per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main.The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants R�` 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 anetwo field coats.The . 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 shalt be identified by covering with "Moving.Existing Hydra=".per each. trrY a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding(or replacement with a new Renton standard details. Hydrant and guard hosts shall be painted hydrant), shackling, blocking, painting, and guard hosts and im in accordance with the water standard detail Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the protest,all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6' 8' AND 10' piping in trenches 3 - 1/2 feet deep unless otherwise specified The hydrant shall be designed for a 4-1R foot burial where 12" and larger pipe is ' shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-von or ductile iron tee(MJ x FL),6'gate valve(FL x MJ) 6' DI spool(PE x PE) 5- 1/4' MVO fire hydrant (MJ connection) 4' x 5' Stortz adapter, s. Page-SP-38 Revision Date:May 19, 1997 ■o 7-15 Service Connections 7-17 Sanitary Sewers 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_gC1 Once the television inspection has been completed the 7-15.3 Construction Details(RC) contractor shall submit To the Engineer ii:w: reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color rri and compatible with the City's viewing and recording systems The lines shall i copper. City system accepts 1/2' wide high density VHS Tapes.Where iiutatation is in existing paved streets the service lines The laves shall be installed by a trenchless percussion and impact method will be tun at standard speed SP(15/16 I.P.S.). (lice-hogging) If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMffiVr1ED AS fails regular open trench methods may be used. FOLLOWS. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement�CI C The length of sewer pipe will be the number of linear feet of 7-15.5 Payment�W completed installation measured along the invert and will include payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of iww -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. 1n. Dram." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connenim including but not limited to, excavating or (hoc. Section 7-17.3(2) will be the number of linear feet of completed h g&W tapping the train.ley and jointing the pipe and fittings installation actually tested. l sad appurtenances, balling, testing, flushing, and disinfection Measurement of 'Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic,yard in place,measured by the neat line dimensions shown in the Plans, or by the Ton on tuck 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 7-17.5 Payment ZQ 7-17.2 Materials Q(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 Flexible 'Plain Conc. a;-VX--Sewer Pipe _ In. Diam.".per linear Concrete ADS.Composite foot. 34LFMad.Clay PVC(Polyvinyl Chloride) Cl.,—Reinf. Conc. Sewer Pipe_In. Diam.". per linear Ductile Inert foot. iar Materials shall meet the requirements of the following 'PVC Sanitary Sewer Pipe_in.Dram.'.per linear foot- sections. "Ductile Iron Sewer Pipe_In.Dian.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) — Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the ' r W494fierl Clay Sawa>:Pipe 44.919 kind and size specified shall be full pay for furnishing,hauling.and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes. Ductile Iron Sewer Pipe 9-05.13 tees. special fittings, joint materials. bedding material- nerd ADS Composite.Saws;RiPs 9 0414 adjustment of inverts to manholes for the completion of the ra installation to the required lines and grades. All pipe shall be clearly marked with hype, class, and -Testing Sewer Pipe".per linear foot. thidmess. 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 frill pay for all labor, material and equipment required to conduct the leakage tests required m Section 7-17.3(2). SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe' is included it shall be FOLLOWING: considered incidental to the pipe items. r■ 7-17.3(1) Protection of Existing Sewerage Facilities 'Removal and Replacement of Unsuitable Material". per C cubic yard. The unit contract price per cubic yard for "Removal and When extending an existing sewer, the downstream system Replacement of Unsuitable Material"shall be full pay for all work shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable trap in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A. shall be the contractor's responsibility to maintain this screen or -Bank Run Gravel for Trench Backfill Sewer", per cubic trap until the new system is placed in service and then to remove it. yard.or Ton. Any construction debris which enter the existing downstream The unit contract price per cubic yard or Ton for "Bank Run system shall be removed by the contractor at his expense, and to Gravel for Trench Backfill Sewer"shall be full pay for all work to the satisfaction of the Engineer. When 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. err f- Page-SP-39 Revision Date:May 19, 1997 �r 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks r Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING TaE Miscellaneous Construction FOLLOWING: 8-13.5 Payment "Reset Existing Monument"per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted b e cocncti ,be incidental unless included as a pay rtem n nr shall the Schedule of ad SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment(RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING T7YE "Raised Pavement Marker Type I",per eachl�dnd. FOLLOWING: "Raised Pavement Marker Type 2",per eaclrhrradrad. 8-14.3(4) Curing(RC) `Raised Pavement Marker Type 3- In.", per eachhuadmd. The Contractor shall have readily available si ffiriPnt 'Recessed Pavement Marker",per eachhundrad. protective covering such as waterproof paper or plastic me�„t ran The unit contract price per eachlwndied for"Raised Pavement to cover the pour of an entire day in the event of rain or rn Marker Type 1". 'Raised Pavement Marker Type 2", and"Raised unsuitable weather. Pavement Marker Type 3- In." and 'Recessed Pavement _The Contractor shall be responsible for barricading Marker"shall be full-pay for all labor, materials, and equipment patrolling, or otherwise Protecting newly placed -concrete rrooessary for furnishing and installing the markers in accordance Damaged, vandalized,or unsightly concrete shall be removed and with Huse Specifications including all cost involved with traffic replaced at the expense of the Contractor. Oo unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: ny contract as a separate pay item. 8-14.4 Measurement(RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp Cement Concrete,' the Per each measurement shall include all ad costs for the complete installation per the plant and standard details 8-13 Monument Cases including expansion joint material curb and gutter and ramped sidewalk section Sawcutting removal and disposal of excavated ar SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and 'sidewalk, gushed FOLLOWS: surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for'Curb Ramp, Cement Concrete'unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these hem. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp. the Plains or as staked by the Engineer or by the Contractor Cement Concrete.' but the plans call for such installation, then r supplied surveyor. quantities stall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SEC77ON 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS. shall be included in the pay item for 'Miscellaneous and/or rri 8-13.3 Construction Requirements Driveway Asphalt Concrete." The monument will be furnished and set by the SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE dig 8 °r by 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 construction 'Curb Ramp,Cement Concrete,"per each. After construction is complete, the monuments shall be re- Payment for excavation of material not related to the am 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 SEC77ON 843.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. otherwise. the FOLLOV17NG. Contractor shall make all excavations including haul and disposal. 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contraction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete." contract unless specifically called out to be paid as a bid item rrW 1, Page-SP-40 Revision Date:May 19, 1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and ETectri�l rr 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trend, which prove necessary for the completion of the p oject. i THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will ffic however, be of suient size so that all of the necessary conduit can be installed within the deaths_ 8-17.5_Payment Q specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk arras shall aui If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maxitnum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for 'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.30 Foundations_2 and Electrical arcor4apce with the r-9912ir-ements of 8-20.2 Materials Where obstructions prevent construction of planned SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Condor shall construct an effective foundation satisfactory to the Engineer. nr FIOLLOWINCe 8-20.2(1) Equipment List and Drawings(RCS PlUG&he aacbar bolt Oil;ho;gm shall not exc"d 4 -Aches ab-w.;e the The Contractor shall submit for approval six sets of shop gFound The contractor shall provide aII material for and oonstrtxt the drawings for each of the following types of standards called for on foundations for and to the dimensions specified in table 1 below. this project: The anchor bolts shall natal that of the device to be installed 1. light standards with or without pre-approved plans. thereon. 2. Signal standards with or without pre-approved plans. All excess materials are to be removed from the foundation 3 Combination Signal and lighting standards. construction site and disposed of at the contractor's expense. 4. Metal Strain Poles. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or bacW1 material sbM be compacted to 95 percent of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard OOce� � eOO�� shall block-out around arty outer shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to cleatiy 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 trowdcd, brushed fi edged aand nished in a worlananship- like[runner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. Prr ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified Curing period the contractor may install the applicable device 8-203(2) Excavating and BacldiIIing(Lt thereon. The contractor shall supply trench within the unit widths and Table I +irr to the specified depths at the locations indicated on the contract plans or as directed by the engineer. Type of device D_ incisions The contractor shall have approved compaction equipment on site before beahming am excavation: compaction shall be Street Light Pole 4'DeeP x 3' Set or Din. rr� Qerfornied at the time of the initial backfiling of the trench unless Sign]Pole up to 40'mast arm 7' ?2m x T Set or Du- directed otherwise by the engineer. Signal Controller See Detail Sheet Tnrs,diino for conduit runs shall be done in a neat manner Street Light Control Cabinet See Dena Street Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail work shall be covered until it has been examined by the engineer, backrdi material used for fill around and over this conduit system All concrete foundations shall be constructed ir► the manner shall be free of rocks greater than two inches in diameter w a depth specified below. rrrrs of six inches above the conduit. 1. Where sidewalk or raised islands are to be constructed as a Trench within the roadway area shall use select trench baclfill pan of this project,the to of the foundation all be made which shall consist of 518th inch mirms crushed surfacing top flush with the top of the sidcwAjk or island. (See decal, course or other material as indicated in the special provisions or sheet schedule of prices aid directed for use by the engineer. the source 2 Where no sidewalks are to be itistall�a the grade for t[te top and quality of the material shall be subject to approval by the of the foundation shall be as specified by the engineer.(Sec engineer. Trench backfill within the sidewalk area shall be made del shed) with acceptable materials from the excavation sub to the ject All concrete foundations shall be located as per stationing on Engineer's approval of the material and shall be considered a the plans or as located by the engineer in the field. nxttsary part and incidental to the excavation in accordance with the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by @x Engineer. The Page-SP-41 Revision Date:May 19, 1997 tin 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical i SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-203(5) Conduit(RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be cons*ctn.,t ..a.uin i continuous conduit runs with no mixing of different schedule tym between terminations, All vssingr The contractor shall provide and install all conduit 31 All P.-An kam the lum;m1re bare to the Asagest junction necessary fittings at the locations noted on the plans CnnA. �u 11t size '- shall be as indicated on the wiring and conduit schedule tnd �l �.. Conduit to be provided and installed all be of rhr twe +� sh indicated below. 1. Schedule 40 heavy wall p.v.c. COnfOrininil to aS1 standards shall be used whenever the conduit is to be Plamd other than within the roadway_ area. 2. Schedule 80 extra heavy wall p.v.c. Conforming t., ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE of 60 P;4;9;02!6'y 108FAigned 10 fact IsAgth of oal--Aiz@A steel FOLLOWING: 8-20.30 Junction Boxes The contractor shall provide and install junction boxes of the tie and size at the locations specified in the plans and as per detail sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only"Lighting' 2. Signal only: "Signals" eljpfQMWA b,;de; 3. Traffic signal and street lighting: 'TS-LT" 4. Telemetry only "Telemetry' In --kiect;G the fGH049inge Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be consistent till throughout the project. All iunction boxes shall be installed in sloe! conformance with provisions contained in the standard plans and 1). Aluminum coadvig Ghall not be place" in Goarr-ets detail sheets. The unit contract price per each for "Type I" or'Type Il' Junction box shall be full compensation for furnishing same and for disoubed withoug the 4pFwal of the Engineer.and then only in the all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavation, backfilljng and compaction all in accordance with plans, If allowed in the-'fans or if obstructions are encountered jn specifications and detail sheets. or drilling ions, the Contractor will be allowed to All function boxes shall have galvanized steel lids and frames, ��g ng �� install conduits by open trenching. Open trench constriction shall All imi Lion boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep.The cuts shall be parallel to each other and extend 1 Pant-0ne under and around the base of the junction box. Concrete shall be (1)foot beyond the edge of the trench. — promptly cleaned from the function box fume and lid, 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing tun course and a over conduits below the roadbed, and 18 inches below finished 4' thick Class "B' cement concrete pad enclosing the junction box grade in all other areas.. as per the plans specifications and detail sheets Installation of the 4- Tmach width shall be 4 ;AGhec 0; the wnduit diameter. crushed surfacing and the concrete pad shall be incidental to the unit price per iunction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for 'crushed M19 r the Renton Standard Detail.WGkfilled Atitb 3 of surfacing'and/or for concrete pad.' w sit-felle'uad no t- Page-SP-42 Revision Date:May 19, 1997 tlY 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding,Grounding(RC) the contract will be charged to the Contractor, except that the cost A It metallic ft Owning of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the State C X. Three types of power service are used as indicated below: I Type I system shall be single phase 120 volt,2 wire, 60 cycle A.C.(traffic signal service only) MGFG- 2. Type rl system shall be single phase 240 volt,?wire 60 cycle AC. (strcd lighting non contactor, individual controlled me"g*Quadine photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded MADEGA,:A neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. Geavu., The service cabinet shall be. marked with the service go Identification of the equipment grounding conductor shalt opiiform to all Code requirements. agreement letters and umbers.The markings shall be installed on Grounding of conduit and neutral at the service pouts shall be the outside cabinet door near the lop of the cabinet. The markings under the Code. Grounding o the neutral shall be series C using stencils and black enamel alkyd gloss paint accomplished as required conforming to Federal Specification IT-E-489. � shall be accomplished orily at the service. Z�m ixP4cGg*ouad&shall be SECTION 8-20.3(11)IS REVISED AND SUPPZ.fiMlTHD AS FOLLOWS: 8-20.3(11) Field Test(RQ MWWAIM CC 44"t&P2M US fiNg CePA A VCA Shall h, Aft-e-r- all-lests ha*9 been GOW190d fg;U�affiG 694W SY99mg Casa rtr #16-n 30 fact 4__ 442;Ach-*,M A—gnGtG;a;not IC&C zb- Ants fa;ch=Wift&oa Mahift to stop and 90 apsgation rrr All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 P.M.on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, Copper dad metallic ground rod 5/8' in diameter x 8'0' in length holidays.or the day preceding a holiday. complete with a#8 AWG bare copper bonding strap located in the of the GGAUG118F supplis;shall PF 9-1-- dearest junction box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a si¢nainighting service gabinids shall be grounded to a 5/8" in pre-turn oa inspection of signal system has taken place. diameter x 8'0' in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be CO by the in The nearest iutiction box with a bare copper bonding strap sized contractor and re-inspected prior to regtreshnf; aty turn on in accordance wilt the plans Vecifications and applicable codes. date. Ground rods are considered miscellaneous nears and all costs 3 Requests for signal turn on shall not be considered until are to be included with the system or conductors. Ground straps electrical service to the intersection has been provded and has are also mist euaneous items unless a separate pay item is provided been energized by the electric utihtY. tice X11 be required in tlx*Schedule of prim. A nininum of three(3) working days Do for signal turn on. SECTION 8-20.3(IO)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be Coamlete t>ce plan before requesting signal turn on date. Any deletions of cliatuielization Drier to turn ri on must FOLLOWS: be approved__1+e ats 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 si M location will be determined in the field. warning of new signal ahead. to 8-20.3(13) Illumination Systems each r-pice chall include - timber-pole fts 6POGifi@4 1A SUPPLEMENTED 8-20.3(13)A IS REVISED AND AS FOLLOWS: 'm' 8-20.3(13)A Light Standards(RC) (SA) assaaiW}. rrr r. Page-SP-43 Revision Date:May 19, 1997 rr 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical Wam-&ion of*h-top of the boug"l-dip-PI246- All poles and davit arms shall be designed to so a luminaire wee ht of 50 lbs. or more and to wid!:- n caused by wind loads of 85 m.p.h. with gust factor of 1.3 ressures go vl;p plas and the keeper. All poles shall maintain a minimum saf factor of 4.38 .s.i. on yield strength of weight load and 2.33 psi for basic 3. Anchor bolts shall extend through the top heavy hex nut two pressure. "ma full threads. Davit Arms: ill The davit style arm shall incorporate a s,o" radius bend o oClamping bolts shall be lightened to the sperified twque, pill& 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 inches to fit the lumina speci tre fied The tv le end the davit arm tube shall be fastened secureel to the to of the shaft producing a flush joint with an even profile Anchor Base: the A one piece anchor base of adequate &-_dqpe and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that he base shall not be repaired by bending or wel ding.The Contractor's shall be capable of resisting at its yield at the bead'no moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior'to snaking any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nuit covers shall include removing the damaged portion of the anchor bok be provided with each pole. cutting threads ion the undamaged portion to remain, the Anchor Bolts. installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9.06,5(3) and 9.06,X41 The bottom of the slip base. anchor bolt Yield point shall be capable of resisting the bending do installed plumb, t 1 degree. moment of the pole shaft at its yield point 0- =4119 fQF slip ba664069-1124WA shaU-cmroan to clowic ;;I.the - The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer rer and shall secure and submit to the City for approval all manufacturer to data on pole bending moment anchor bolt fabrication data, test results and any other data that may be required to confirm that the a_nchor bolts meet these specifications. Miscellaneous Hardware- Will -r noted under.clip bass immll-tion FFQGGdU All hardware(bolts, nuts, screws washers etc.) needed I)- Anchor. bal— shall be Gals all :Adwc -bal's to complete the installation shall be stainless steel I.D. (Idendfincation for poles): UWA2118d alith top at bolt 24.42 to The contractor shall supply and install a combination of [awd-&Wn• 4dilits and one letter on each pole whether individual luminaire or signal pole with himinair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film resistant to dust,weather and ultraviolet exposure The decal markers shall be 3 inch square with gothic gold,white refleetotized 2 inch legend on s 'd-W Rims a black background. The LID. number will be assigned to each r-Wated to the pole above the --ndhQ,- .0 pole at the end of the contract or proiect by the Cit_Y traffic e_ngineering office. stamps,'014 die L%4 Cost for the decals shall be considered incidental to the contras bid. rW Light standards shall be spun aluminum davit style and shall M -IFS voltage meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand trii installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adiusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon After pole is installed and Will minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers pipe wrenchhes, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be rmitted- on the side away from traffic. A grounding lug or nut shall be Tools shall be of su ient size to achieve adequate torquint;of the ail provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap the pole base plate shall be filled with a dry pack mortar grout and 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 Systems(RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opttcom Priority System components xh portland cement and fine sand with just enough water so that the all be 500 Series, or approved equal. The Contractor shall supply one cony mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on cabinets shall have the 562 harness weed Into the cabinet b the the standard detail. — SECTION 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 Q 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be fi lled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of pordand cemerd and fine sand with iust sdtedule and wiring diagram. All stranded wins 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 moisture when so terminal connector, and all solid wires_terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS m of the correct type of connector and crimping with pliers, wire FOLLOWS. craters etc.,will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat.clean 8-20.4 Measurement M annr�rinn installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as r' shall be permitted unless otherwise indicated on the plans. AlI display and-detection-system conductor runs shall be attached to appropriate signal wrininal or. waffic ri system_l traffic signal boards with pressure type binding posts. The only exceptions shall _ no specific unit of of all be the splices for detector bops at the nearest iuncxion box to the will apply, but meawrement will be for the sum total of all items so for a complete system to be furnished and installed. lbs.. Conduit of the kind and diameter specified in the Schedule of SECTION 8-203(I4)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 +tr system,signal system, or other type of electrical system lump sum 8-20,3(14)C Induction Loop Vehicle Detectoirs_Tq bid uart. 11. Splices to loop return cables shall be made-with soldered Measurement for unit price items shall be as described in compression type connectors. Section 9-20.5 or as described in the contract schedule of prices SEC77ON 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS wr 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS. Cable LRQ 8-20.5 Payment_RC) The Contractor shall keep records of field testing and shall Payment will be made for each of the following bid items that furnish the engineer with a copy of the results. are included in the proposal: SBCT70N 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System lump sum. AS FOLLOWS. "Traffic Signal y� lip SUM. 8-20.3(14)E Signal Standards Q 3. Disconnect connectors complete le and bracket with p° The lump sum contract price for 'Diumjnation System._ able shall be installed in any signal standard supporting a and "Traffic Signal awl luminaire. be full pay for furnishing 1111 all labor, materials, tools, and equipment necessary for the construction of the complete elearjcal system. modifying existing -=ent for. the 4amll-M-Wrof any 14 The signal standard and its fabrication shall conform with systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, 10 all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, aW for making ctrl WSDOT. 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 requited to complete the 1111 proper sized sockets open end or box wrenches. Use of pipe electrical system,`shall be included in the lump sin contract price. wrenches or other tools which can damage the galvanization of the runts and bolts will not be permitted. _pe;Tools shall be of a sufficient size and strength to achieve M adequate torquing of the nut(s). Page-SP-45 Revision Date:May 19, 1997 1111 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical Abe pipe 6A aGGOr-dance with the above P;Qvisiorts, '"Gluding ftl, The unit per each price for (14)"Service cabinet' shall be w ruii compensation for furnishing and installing the fully cabinet and for risers, standoffs and am+ other materials iii.._ w. or costs associated with providing electrical service as ie4iiiral by the electrical utility, the contract plans, details and SpeCificaiions and not included as separate pay items in the contract schedule of m, ig shn" be ;Acluded ;A the lump sum price fo; the- races. systaRt clieWA "........Signal head......,"per each. All costs for installing conduit containing both signal and '.......Signal head mounting hardware,"per lump sun, illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mrnmt�n signal system. hardware' shall be full compensation for supplvin? and instdl_ino All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets prices for the signal system. "Pole mounted terminal box...'x...'x..," and mountin The unit prices for the items listed below shall be full hardware,"per each. compensation for furnishing and installing each item and for all "2/c shid loop return cable,"perlinear foot. labor, materials, tools, equipment and testing necessary and/or '3/C shld pre-eatption cable,-per linear foot. incidental for the full and complete installation as Per.the contract '...-pair ddd interconnect cable.'per linear foot. plans,detail sheets and these specifications. "Traffic signal controller and cabinet,'per each, hi 'Trench and Backfill......... wide by.......... deep, ' per The unit contract price for "Traffic Signal controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract;price for (3) 'Trench and Backfill' per fully equipped,wired and operational controller and cabinet. Ihmar foot shall be full compensation for excavating, loading, 'Traffic signal wine,'per lump sum. WA hauling and otherwise disposing of the waste materials, for 'Signal standard,Type....with...-foot mast-am per each backfilling and compacting backfdl material to specified density "Induction loop vehicle detector."per linear foot. . and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector' shall be measured by the linear feet of full depth accordance with the plans,specifications and detail sheets. sewcut required for installation. The w* price shall be full 'Select Trench Backfill,' per ton. (4)'Select Trench Backfill' compensation for full and complete installation including wire, shall consist of 5/8' minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required ris unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, '........Foundation, .........per each.* splices to loop return cables unless separate pay items are included air '1Ype....Junction box,'per each. * in the contract schedule of prices for these other items. Sawarttine 'Tire unit per each price for(5)"Foundation'and(6)"Junction shall be considered incidental to the loop installation whether or not Box' shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop"Home runs'shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of 'Concrete Pad." proper locating of loop return 'Stub-out", by direct routing of 'Concrete Pad,"per square yard. "home runs' and by combining up to 4 pairs of loop wires in a Ali Measurement for.(7)"Concrete Pad" shall be by the square single 'home run' sawcut. Loop and 'Home Run' layout shall be yard of surface area enclosed 'inclusive of and not subtracting for approved by the Engineer before sav=Wng 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. s ficadons 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. *The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, "per each. couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post,' per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole Type I 10-fat,"per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole,"per each. tilt from end of conduit to end of conduit as measured from the top of The unit per each price for"relocate existing - pole"shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing ant at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment,plugging holes as required and installing the Pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor tools materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard......... per each. complete the installation and make the electrical equipment '.......watt...Luminaire and lamp,'per each. operational all in accordance with the plans specifications and Ali ........watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each. 'Service cabinet, 'per each. t- Page-SP-46 Revision Dale:May 19, 1997 [iii 8-22 Pavement Marking 8-22 Pavement Marking w The unit per each price for "Remove existing foundation" Traffic 14aaF> end shall be full compensation for full and complete removal and A WHITE marking��faz=kig go he 14 JA-pubUcatioa hauling and disposal of the foundation. as prege�ienusing alphabetical letters, 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high )ee contract plans and detail sheets. � SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.1 Description(RC1 Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) rtr Length of Stripe: The longitudinal accumulative error A BROKEN YELLOW line 4 inches wide. The broken within a-494eet 24-foot length of skip stripe shall not exceed lus or"skip"pattern shall be based on a-40-#'eet 24-foot unit consisting or minus 1 inch. p of 2--10 teeE 9-foot line and a-30-feet 15-foot gap. Skip center stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS; two way highways. Double Yellow Center Stripe 8-22.30 Installation Instructions (RC) Two S01 JD YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided so separated by a 4-inch-oF 2,iPA 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_uu" and for c hanneliration Gom roach S w - rn A SOLD WME line, 8 inches wide, used-at-k4swsy SECTION 8-22.3(7)IS A NEW SECTION: to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8_22.3('7) Removal of Traffic Markers(RQ trr mart stripes shall be placed on 45 degree angle and 10 =feet The work to remove all old or conflicting stripes. fines, art- buttons or markers as required to complete the channelization of Lane Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are broken or `skip" pattern shall be based on a-40-faoa4-foot unit provided for such removal. consisting of a 10 f"9-foot line and a 30 feet 15-foot gap. Drop Lane Strtpe(SUP Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS sw A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that end p. The broken or "skip" 8-22.4 Measurement(RC) (SA) pattern shall be based on a 2445-foot unit consistin g of a 93-foot line and a 1543-foot gap. The measurement will be based on the travel distance r-sgaimd Ato-Paa�StF+$a of a marking system capable... 6"4Approach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type- o1 Traffic arrows will be measured by the unit with each arrow 4" inch space head defined as a unit Traffic Uaers!gends, handicapped parking stall symbols, " preferential lane symbols, railroad crossing Symbols- drainage t. markings,and cycle detector symbols will be measured by the uni Measurement for paint/plastic stripe line removed shall bed aar gap" the linear foot of " " wide line or shall be included m the lug Two Way Left Turn Stripe s" finless specified A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic mark BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. ff not specified as a se M!S pay I ,rr space."Ilse broken or "skip" pattern shall be based on 2 40 f"24- item ffi then removal of existing trac rrtarlcings shall be considered incidental to the payment for other items of work and no further foot unit consisting of a-404eet 9-foot line and a-04eet 15-foot cempe tion shall be made. space. The solid line shall be installed to the right of the broken line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS rrr Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-42 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe 8-22.5 Payment (RC) and "Painted 6sreApproach Stripe-, per linear foot. M parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.. "Painted Traffic LatteFL!-Qend".per each- Stop Bar "Plastic Traffic LeuesLegend%per each. A SOLID WHITE line.—>-Y 12, 18 or 24 inches wide 'Remove Paint Line ...... wide,' per linear foot-* W unless as noted atherwise is on the Contract plans- Page-SP-47 Revision Date:May 19, 1997 as 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings 'Remove Plastic Line....... Wide " per linear foots 8-23 Temporary Pavement Markin S 'Remove existing traffic markings 'per lump sum g • The linear foot contract price for "Remove Paint Line' and SECTION 8-23.5 IS SUPPLEMENTED 'Remove Plastic Line' and the lump sum contract price for WITH THE 'Remove existing traffic markings' shall be full compensation for FOLLOWING: removal of existing traffic markings as per the plans specifications 8-23.5 Payment (RCS and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation removal of tem ra pavement markings.then all costs =06 vl for ed markings required to complete the channelization of the project as ated shown on the plans or detail sheets shall be considered incidental to With these items are considered incidental to other items in the other items to the contract and no further compensation shall be contract or included under 'Traffic Control " if that item ie tai 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 ad W it rrr r VA rw Page-SP-48 Revision Date:May I9, I997 rrr 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for_use on a project un►:i.tic fob mix formula has been approved by the enatneer_ 'Me�mTM, 40 Materials shall be designed to meet the test criteria listed in Section 9-03.g and remain within the limits_ set forth in 9-0-3.8 The determination of the job mix formula shall bt the resaons� ib_ i_li of 9-00 Definitions and Tests the Contractor. rrr The jntermingling of asphalt concrete mixtures produced from more than one JW is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING. job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toin the 9-00(A) Recycled Materials(RC) JMF The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of pavjng operatjons applicable requirements described elsewhere in the contract and shall include as a minimum: specifications Should recycled materials be utilized, the City a. Percent passing each sieve size. mquires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. rar the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e• Compaction temperature. f. Anti-strip agent content. air 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECHON 9-02.1(70)IS A NEW SECT70N. of materials be made, a new JMF must be approved by the air Engineer before the new material is used. 9-02.1 10 Loop Sealant_(RC) Unless specified otherwise in the con tract or permitted by the Engineer upon request from the contractor, loop sealant shall be b-can estalalistmed� do tot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal) shall meet the penetration flow and resilience dos of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's 'm recommendations. The contractor shall request and obtain approval from the Al;UX Am Fimgineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances amts. detector loops and shall submit manufacturer cutsheets or other a. Zolminces Statistical AcGpetaPGOAfter 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 acceptance shall conform to the following tolerances: only be installed in thoroughly clean 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 temperaurre and means of application such as to completely fill the mix constituent shall not sawau area encapsulate the loop wires and adhere to the exceed the broad band specification limits specified in Section 9-03.80. rar A regace passing 1 , Broad band specification 9-03 Aggregates 3/4g 5/8, 1/2 , and limits Section 9-03.80. o SEC77ON 9-03.8(6)4 IS REVISED AS FOLLOWS. 3/8" sieves Aggregate passing 1/4" sieve t 6% 943.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve t 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve f 4% rr conformance to the project job mix formula (JMF). Aggregate passing No. 200 sieve t2% Notel Asphalt cement 60.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(67. air Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP. 0.7% for over 20% RAP, but less than 50% RAP, 1.0%for 50% RAP or greater. ON These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. �• No Page-SP-49 Revision Date:May 19, 1997 wra 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures Culverts,and g Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints C Joint assembly design shall be reinforced concrete bell and C— Adjustmencr, spigot type incorporating a fully retained single ruhtv� accordance with ASTM C361 or AWWA 0302. ski Rubber material shall be neoprene. M-X;Fm.,m of for. the aggregue Fetakied on the No 10 SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 200-04ve-Xhosa 461" Wjmstmwitc to the U.4m=3'be Made b5 9-05.7(4) Testing Concrete Storm Sewer Pine Joints (RQ Hydrostatic testing of tubber gasket joints shall be performers in accordance with ASTM 0361 or AWWA C302 except test &—now-A= Us adjusted AM Plus or. Minus 4-he allau.'ed pressure shall be 5 psi. SECTION 945.9 IS REVISED AND SUPPLEMENTED AS tirt q*Q;r4G2$iGF1r FOLLOWS. 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) the SPOGi€icatieas. The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications.The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. lei 9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000 MI BG 610 be furnishexd with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be sit evenly.Spiral rib pipe shall be fabricated either by using a continuous helical lock scam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the nib. Conduits SECTION 9-05.4 IS REVISED AS FOLLOWS: 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type H. Welded seam aluminum ctatei:. coated (aluminized) corrugated steel pipe and pipe arch with laybricated *Qh ands that can be Wbc4hgely metallized coating applied .inside and out following welding is th acceptable and shall be asphalt treatment coated. SECTION"5.7(2)`1S DELETED AND REPLACED BY THE As fo; sp;;al Fib pipe Shall GonfoRn FOLLOWING: 10 seat;anc Steel spiral rib storm sewer pipe shall be manufactured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and (RC) inspected in conformarxe with Section 9-05.4. The size, coating, Reinforced Concrete Storm Sewer pipe shall conform to the and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical nibs shall project requiremaits of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type fabricated single thickness of material. The ribs shall be essetitially conformance ther ise s with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (20 plus or minus 1/8 inch (measured outside to outside) and a w SECTION 9-05.7(2)4 IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimtim vertical FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib) The maximum 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(Measured ttiii All pipe shall be subiect to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the (D-load) test in accordance with ASTM C76• and (2)a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adiacent ribs AWWA C302 except test pressure shall be 5 psi does not contain a lockseam a stiffener shall be included midwaytl Page-SP-50 Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pita shall be spacing of ribs shall be 4.80 inches center to center (measured stir fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of lid of the bands metal at the corners of the ribs shall be 0.065 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall rrr spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall aad shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the at from a single d&kness of material. The ribs shall be .375 itch— outside of pipe wall to top surface of the rib). The maximum IIS inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured 4375 inch high(rneasared as the minimum vertical djstance of ribs normal to the direction of the ribs). The radius of bend of the shall be 480 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 finch with an direction of the nibs) The radius of bend of the metal at the allowable tolerance of+ 10 percent. 22%m of the ribs shall be 0.0625 inch with an allowable tolerance of—lo p=ent_ 9-06 Structural Steel and Related Materials SECTION 945.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts 945.W) CPEP Sewer Pipe(RC) - CPEP - Smooth interior pipe and fittings shall be SECI TON9-06.S(4)HAS BEENSUPPLEMENTEDBYADDING. rw Manufactured from high density polyeth ylene resin which shall mat 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 ASIM D1248. In addition, the All anchor bolts, guts, 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 toles shall AASHTO M294. meet the iecominwded specifications of the pole manufacturer. The Contactor shalt be raponsible for providing to the Engineer SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill SEMON 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and oilier data required to confirm that the anchor FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer iw �Q Unless otherwise specified. spiral tub storm sewer pipe shall recommended that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal reooinmerThe for the Hole to be installed thereon axis of the pipe.Pipe ends shall be curt evenly.Spiral rib pipe shall 1 The standard anchor bolt for aluminum street litdtt poles AN be fabricated by using a continuous helical lock seam with a seam shall be 42 itches in length and shall meet the teguire[nerits of I ASTM A 36 or ASIM A 307. The shaft of the anchor bolt shall Cb-11 limps h4r.21 as"s pr-Q4" be a full one inch in diameter with a hot forged four inch'L' bend on the bottom end and a minimum of six inches of die-cut threads trr on the top end.-onraFa QV-of the following Gordigumd-GRGO 2 The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental mans or ++m specifications provided by the manufacturer. All anchor bolts nuts and washers shall meeq the pole manufacturer's specifications and shall be hot di S galvanized d. 3.944-mb wide by 599-inch deep at 12 i-aches Gsage; to am GWOF unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). joinwd with compline bands 9-08 Paints an SECTION 9-08.8 IS A NEW SECTION: to the FeRukagnents of SeGtigas 0 05 4(3)nod 9 05 4(4) 9-08.8 Manhole Coating System ProductsTRQ we For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for rrw Pipe shall be fabricated with ends that can be effectively jointed coating(sealing) interior concrete (including the ehannep 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 wail and shall be fabricated M from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 Revision Date:May 19, 1997 an 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical ii Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable(RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a number wrap-around 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 COnCit[C pCimittM suhfatxs' unless otherwise indicated on the plans. All conductor runs ill be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only ezCtptionS shall be the 9-08.8(2) Coating Systems splices for detector loops at the nearest ntnctton box to the loops A. High Solids Urethane The contractor shall provide and install all the neceMa Coating System: C1 wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans All ma Coating Material: High Solids Urethane serials Surfaces: Concrete and installation methods, except as noted otherwise herein. shall Surface Preparation: In accordance with SSPC SP-7 comply with applicable sections of the National Electrical Code (Sweep or brush off blast) 8 Detector loop win shall be No. 1214 AWG stranded All Application: Shop/Field The drying time copper wire, Class B. with chemically cross-linked polyethylene between coats shall not exceed type RHH-RHW insulation of code thickness. 24hours in any case (11)Sim pair-cCommunications cable(04=)-shall meet REA specification PE-39 and shall have six-pa O. 19 AWG wires System Thickness: Primer: dry film with 0.008 inch FPA/WR coated aluminum shielding. The cable Coatings: Primer. One coat of Wasser shall have a petroleum compound completely fining the inside of MC-Conceal hi solids the cable. urethane(2.0 DF1)Finish: T_ he shielded communications/signal interconnect cable shall Two or more coats of Wasser meet the following: MC-Conceal(min.4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SEC77ON 9-23.9 JS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk 9-23.9 Fly Ash(RC) and meet strict capacitance limits. 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumimation, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. S. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING. temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit-(RC) continuous covering. The conduit P.V:C. - non-metallic shall be of the two tunes 6• Footage markings: footage markings must be printed indicated below sequentially a minimum of 2' along the outer jacket. ills 1. Schedule 80-:£xtra heavy wall P.V.C. conforming to 7• Filling: the entire cable within the outer jacket is flooded A_ SIM,Standards, to be used in all installations under roadways, with petroleum-polyethylene gel fulling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 9-29.9 Ballast, Transformers (RC) arm •9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires(RC) 1. Signal only: 'Signals" 2. Street Lighting only: 'lighting' The filter shall bd charcoal with elast-omer gasket. Milt Luminaires shall have a cast aluminum housing of the cobra_ 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. Page-SP-52 Revision Date:May 19, 1997 Old as 9-29 Illumination,Signals,Electrical 9-29 11141min8tion,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. Xype 120 on each luminaire. we 9-29.11 Control Equipment 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH unsatisfactory operation voltages, the conflict monitor shall to immediately cause the signal to revert to flash; however. the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery irr sensitive element connected to necessary control relays. The unit gm"y low- shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per as values in the temperature range of-55 degrees C to +70 degrees minute. C The photo cell shall be mounted externally on top of the tumimire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the lummaim nearest to the FOLLOWS. ow servicxkantactor cabinet. The photo cell shall be capable of switching'ON' 1,000 watts of incandescent load as a minimum. 9-29.1 Emergency Pre-emption(RC) Immmee diately after a valid .call has been received, the SECTION 9-29.13 IS SVPPLFMFA7F.D BY ADDING THE pre-emption controls shall cause the signals to display the required iw FOLLOWING: clearance intervals and subsequent pre-emption intervals. 9-29.13 Traff'e Signal Controllers(RC) Pm-emption shall sequence as noted in the contract. Pre-emption equipment shall be installed so that internal wiring of the all The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not alternating current and shall use the Rower line frequency as a time altered. base The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) rir Standard Publications. lam- Components such as resistors capacitors, diodes and Emergency vehicle pre-emMion shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units The pre-emption system operation shall be compatible r mounted in sockets and shall be easily replaceable without with the 500 Series 3M company 'opticom' system which the City yptdrl4no All components shall be standard'Off the sbelf" items. of Renton is currently using and shall be capable of b eing 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 m shall be capable of both on-line operation(oonuol by the niultisomc authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers)along an unobstructed establish the sequence of signal phases including overlaps m "line of sight' path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fim pre-qpMgon program. �r�eyxrieo either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software. for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accom0shed at the local components: ift intersection. ii. Optical energy detectors which shall be mamted on the traffic signal mast arms and shall receive the optical energy SECHON 9-29.13(2)IS REVISED AND SUPPLEMENTED AS emitter's signal. FOLIOTM. b Discriminators which shall cause the .nW controller to "" 9-29.13(2) Flashing Operations(RC) no into internal pre-emption which Vol give the authorned vehicle th 2. Police Panel Switch: When the flash-automatic switch the right of way in e manner shown on the Abase sequence diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights. +era the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP IUA " When the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. rrr flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-WF immediately resume normal cyclic operations at the beginning of to +180OF(-40°C to +85°CC. artery gsasa ely low. d. Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On "NEMA" controllers any power flexible compound and shall be impervious to moisture. im interruption longer than 475 plus or minus 25 milliseconds. signals a Shall respond to the optical energy ir^^ul�t;en5Mted by shall re-energize consistent with No.2 above to ensure an 8 second a pulsed Xenon source with a pulse energ} dens y of 0.8 micro flash period prior to the start of artery green. A power interruption joule per square meter at the detector a rise time less than ant of less than 475 plus or minus 25 milliseconds shall not cause microsecond and half power point pulse width on not less roan tiled resequencing of the controller and the signal displays shall thirty microseconds. i- Page-SP-53 Revision Date:May 19, 1997 irr 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signalsi Electrical to Discriminator jQ Each module shall do the following: a. Shall provide for a minimum of two channels of optical method of ova{laps. detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle ] the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the . phase selected until the detector no longer detects the emergency vehicle. aca+afiets. When the phase selector is responding to one detector, it shall All riming functions and input and output features for n not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in acxY,�� 11 are satisfied. Indicator lights shall indicate power on signal being with led, vO standards received,channel called. Switches shall control system power and The controller shall provide for setting each timing'^r^rval by simulate detector calls for each phase. means of positively calibrated settings. The tmiing functions shall be on the front of the controller unit or shall have k board entry SECTION 9-29.13(2),IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the ft 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 Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon ot>aiirig The controller cabinet shall have a waterproof envelope with a of interconnect lines,failure of central master computer or when side access attached to the inside of the cabinet door. At the time specified by the master. Mhe 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 09 SEC77ON 9-29.130 IS SUPPLEMENTED BY ADDING THE cell up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING ME FOLLOWING: tti 9-29.130 Radio Interference Suppressors 9-29.13('nA Environmental,Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A C power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers(RC) other devices within the cabinet. The traffic signal controller assemblies including the traffic signal cortroller, auxiliary control equipment and cabinet shall be SECHON 9-29.13(7)IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. out of all timing circuits tihasing and sit'nal operation shall be at 9-29.13(7) 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 test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or tip both. shall operate the electrical traffic signal related signal control equipment ready for testing. A complete Pe goal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. The traffic signal control equipment, unless otherwise satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the permitted,in the contract, must specifically conform to current entire integrated system has been demonstrated. The NF1vtA specifications. demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated units. Volume-density timing features shall be provided on all control gear when field installed. controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS. 9-29.13(7)B AuxWary Equipment for Traffic Actuated Controllers (RC) n- f 11 -apply to flu .:..Fy--e4� ncs;rhftngsabilky 1 .1 '• h /.. eLa ail tt� 1- Page-SP-54 Revision Date:May 19, 1997 t 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical w Power Switches Computer Interface Unit ANN There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The off. There shall be a controller power switch that shall render the communication devices shall be used for on-lute computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector jo maintaining flashing operation for purposes of dunning controllers and signal status information and receiving and decoding eotnntarhd or load switching devices. information from the computer all in conformance and within the capability of the muldsonic master computer unit and the Stop Time Bypass Switch interconnect cables. 'm SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED There shall be a switch in the cabinet identified as the stop AS FOLLOWS: time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RCS rat controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thidrness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness dgu normal cycling operation while the intersection remains in flashing aned4ed.-sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white do enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be dear anodized aluminum. rir Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed, the switch a. A spring leaded Construction core lock capable of shall place a call on its respective signal phase.. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets ww The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. aw cabinet A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal.on-0ff circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit am sigma!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 placed in the 'flash' position controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel 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 Cabinet doors shall be gaskoted enough to be visible to motorists or pedestrians before the monitor tvidi one piece dose cell neoprerhe TheY shall be eguipixd with initiates flashing operation There shall be a visual indication that some type of stops so the door may be held open in either of two- 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 appro ved equal. d. A two position door stop assembly- e. The Controller cabinet shall have a load bay t with at rr Surge Protector(Lighting Arrester) least the following items mourned on the face of the panel:_transfer relays• load swig• and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate pand (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Stuocificatior>sZ INS damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be vossible to obtain fall access to the Field Wiring Terminal terminations on the back of the load bay panel. ANN There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance SECTION 9-29.1,6 IS SUPPLEMENTED BY ADDING THE with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both FOLLOWING: air numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Beads (RC) drawing shall include the field wiring numbers where the terminal lens sizes unless strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and rn�— Specifications for light output Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. OWN Page-SP-SS Revision Date: May 19,1997 an 9-29 illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of facto t111 plates shall be finished with two coats of factory-applied traffic traffic signal g""- ellow baked enamel. The inside ry aPsors, Y- of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard (RQ plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)IS DELETED, rtrl Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RQ and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RQ1S DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other 9-29 16(3)B U-inch rolyaar4wnata miscellaneous mounting hardware shall be stainless steel. $eadr (RQ SEC77ON 9-29.16(2)1!HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A O]�Ycal Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 130=volt operation, 595 minimum fig aad N shall :-Oallwf iti initial sl unen, 665 rated in al lumen, 8,000-hour minimum, ainpainiedrAli adw4-hardware for outer-mounts shall be painted 2 7/16-inch light center length. A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow t6i traffic signal lamp. Twelve inch traffic signal heads require g""-baked enamel. 420130-volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECHON 9-29.18(1)IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament 9-29.18(1) Induction Loo Detectors ends up. p (RC) Detector amplifiers shall be Detector Systems model 810A or I SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. ey Val• 9-29.1b(2)B Signal Housing (RQ Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. Ampl+fic;&--installed aluminum of the tunnel type,unless specified With otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal(RC) SECTION 9-29.16(2)C BAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either incaadesceut-fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors�R Z Pedestrian signals shall conform to TTE Standards (Standard for - Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). lull furnisded and installed.-Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be uaffir. signal lamp Fow for. 1,10 voig opsFation sball-be constructed of alumin ,and the louvers shall F290d 1'190 initial himm, 9000 bot2r. avemge life, ;nGh be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. mbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29 16(2)D HAS BEEN DELETED AND width. REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates(RC) two coats of factory applied traffic signal ellow enamel- Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING ( nt11 heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION. half4nrd aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic e C 5-inch square cut border and painted black in front and yellow in P • TyP (R ) back. The fiber optics;shall be drawn from optical glass of high purity. The fibers shall be temperature resistant The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime f. Page-SP-56 Revision Date:May 19, 1997 ad Ilia 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(l) IS DELETED AND REPLACED qnTg 53 microns. Each single arm in the harness shall contain THE FOLLOWING: car approximately 300 fibers. The optical sheathing shall have a wall 9-29.24(1) Painting(RC) thickness of at least 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on enamel light Iry shall have a hexagonal bundle format. The common bundle end in color. The galvanized surface shall be etched before the baked and each arm cnd shall be epoxied and optically polished. on enamel is applied. The interior shall be given a finish coat of to The light source shall be a halogen incandescent lamp with dichroic reflector.The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). a a temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITS shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING. hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors rrt together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clips type color filter, one of Portland 3, Utility plug(120 volt-20 Amp rated)G.F.I.Type Orange and one of Lunar White.The viewing end of the fiber optic 4. light control test switch(120 volt-15 Amp) display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt 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 1201240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service a" 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 w 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. a rugged plastic module. 12. Meter base sections are unnecessary r,w SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY X-M-06-foFma R9 50111- THE FOLLOWING: pyrox !-cc elect housing The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) to electronic ballast,no external transformer,and operate at 30 watts. The heads shall display two symbol messages, 'hand' (for the The pole mounted terminal box shall be made of molded do not walls mode) in Portland orange and 'Man' (for the walk fiberglass be grey in color, 13-7/8' be approximately 16" high x mode) is lunar white. The message module shall consist of two wide x 5-7/8" deep and have a tninimam of 16 terminals on ffie "w neon gas tubes enclosed in a housing made shall polycarbonate sist o two terminal blocks The box shall be her tight,have a single door plastic. The leas 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. Tenninal 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 step shall be permanently marked with the circuit number indicated in The signat/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless sleet piano hinge• panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. rat The cabinet door shall be fitted for a Best internal type lock. The Mounting stpll 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 z 11" 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-57 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 TAE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) SECTION 9-30.I(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Gmnndh SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe(RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. . All other ductile iron pipe shall be Valve markers shall be carsonite coin site utility marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0"or approved equal with blue label"water the ins. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30,3 Valves FOLLOWS. SECTION 9-30.3(l)HAS BEEN REVISED AS FOLLOW.- 9-30.3(7) Combination Air ReleaselAir Vacuum Valves(RC) 9-30.3(1) Gate Valves(RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating; Primer Corp. 'Heavy-Duty.' combination air release valve or pressure of 200 PSI:-Gate valves shall be Iowa list 14 Mueller equal- Company No.A2380,Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8' x release valve as show on the plans is approximate The installation to 24'cast iron Rate valve box and extensions, as required. All 12" shall be Set at the high point of the line, diameter and larger Rate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. Water Standard Detail for 12' Rate valve assembly vault and V bypass installation. 9-30.3(8) Tappitg Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron stainlogs-ste64 body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel,or other approved material. and 0-ring stuffing box. RES SEC77ON 9-30.3(9)IS A NEW SECTION: VA IL�IT SEATED VALVES: Resilient seated Rate valves shall be manufactured to meet or 9-30.3(9) Blow-0f AssembM(RC) exceed the requirements of AWWA Standard C509 latest revisions. permanent blow-off assembly shall be#78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate Co. or approved equal. Installation of blow-off permanent blow- � valve shall be coated for corrosion protection with fusion bonded off assembly shall be per City of Reston Water Standard Detail epoxy. The epoxy coating shall be factory applied to all valve latest revision. Pipe and fittings shall be galvanized. Blow-off parts prior to valve assembly and shall meet or exceed the assembly shall be installed at location(s) shown on the plans. ' requirements of AWWA Standard C-550 latest revision. Valves Temporary blow off assembly on new dead-end water main shall shall be provided with two (2) internal O-ring stems seals. The be installed blow-off location shown on the plant. valves shall be equipped with one (1) anti-friction washer. 'nee Temporary blow-off assemblies for testing and flushing of the resilient gate valve shall have rubber sealing surfaces to permit bi- new water mains will not be included under this item and shall be dirmdonal flow. The stem shall be independent of the stem nut or till wily cast. considered incidental to the contract and no additional payment Manufacturers of Resilient Seated Rate Valves shall provide shall be made. the City on request that the valve materials meet the City SEC77ON 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening with the ans mechanical by flanged joints as shown on the project pl . - Resilient Seated Gate Valves shall be U.S. Metroseal 250 Pressure) or approved equal conforming to AWWA C-502-85. Clow,M&H Style 3067,Mueller Series 2370 Kennedy. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against Pressure) Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centurion try obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85. in diameter shall include an 8'x24" cast iron gate valve box and extensions,as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details latest revision 9-30.5(1) End Connections(RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 1. Page-SP-58 Revision Date:May 19, 1997 tell 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 to 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 (RC) 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 FOLLOWS. rw AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 114 inches, two 2 112 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and 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 gating nut opened by turning counter 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. im threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test p�rlpper rjng pressures. wtiw The 4' pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread z 5' Stortz. Stortz adapter shall be forged and/or FOLLOWS. extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5)Mete Meter Setters(RC7 io Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. ow ®r. o r rwr ww rrr ww wr rwi ww �. Page-SP-59 Revision Date:May 19, 1997 rw WSDOT AMENDMENTS WSDOT AMENDMENTS rr INDEX TO WSDOT AMENDMENTS o WSDOT AMENDMENTS do The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Spectficalions for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting rr provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. #. SECTION I SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION AM CONDITIONS AND EMBANEAIENT (March 3, 1997) (March 3, 1997) "Irregular Proposals' revised. A new Amendment. Sub-section 2-03.3(2)Rock ON Cuts is revised. Sub-section 2-03.3(14)K Select of 04.AP1 SECTION 1-04, SCOPE OF THE WORK Common Borrow is added. (March 3, 1997) "Embankments at Bridge and Trestle Ends" "Increased or Decreased Quantities" revised. formula revised. as 07.API SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC (March 3, 19977 (March 3, 19977 A new Amendment. Sub-section 2-09.3(4) dw A new Amendment. Sub-section 1-07.9(5) — Required Documents is revised. Sub-section Construction Requirements, Structure Excavation, Class B, Sub-section 2-09.4 Measurement, and 1-07.13(4)Repair of Damage is added. rrr "Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub- section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MIEASURElfflENT AND Fill is added. PAYMENT "Measurement" drywells added. me (March 3, 19977 "Payment for Material on Hand" revised. SECTION 3 No 10.AP1 SECTION 1-10,TEMPORARY TRAFFIC 02 AP3 SECTION 3-02,STOCKPILING CONTROL AGGREGATES (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 1-10.3(5) "Asphalt Concrete Aggregates" revised. ow Temporary Traffic Control Devices is revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. � 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. irr err 1- Page-SP-60 Revision Date:May 19, 1997 err WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised, added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. GUIDE POSTS G 10, 10,Apg SECTION 8- "Face Lumber, studs, Wales, and Metal Forms", (September 3- G and "Field Bending" are revised: A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment ILAP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- section 6-10.3(1) Precast Concrete Barrier is added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials%and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT ATTENUATOR 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS BASINS (March 3, 199 (March 3, 1997) 7) Construction Requirements revised. Revised to include drywells. New standard item 1062 "precast Conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION,TRAFFIC Revised standard item 7345 `Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) A new Amendment. Sub-section 8-203(4) 06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A ANCHORS (March 3, 1997) Light standards is added.This section is deleted in its entirety. "Equipment List and Drawings" revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIREMENTS (March 3, 19971 A new Amendment. Sub-section 8-21.3(6)Sign (March 3' 7997) Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying—Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised, are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING ad "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 Measurement is revised. (March 3, 1997) "Materials" revised. A new Amendment. Sub-section 7-17.3(2)C Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) Page-SP-6l Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS .� SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. as "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. rr► A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. (March 3, 1997) r "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04,JOINT AND CRACK 16.AP9 SECTION 9-16,.FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Posts and Blocks revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS {September 30, 1996) A new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2)Optical Requirements are revised. Sub- O6.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5)Foundation Hardware is revised. +rr RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3)High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION wr Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 are A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. Placing in Treating Cylinders is revised.. rr rrr Page-SP-62 Revision Dale: May 19, 1997 „ iirx Y ria *fit 4is x »; �S +b tip`! z r DN 1 0 AW 4 r rri 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. dw Page-AMD-i err Revision Date:May 19, 1997 Table of Contents WSDOTAMENDMENTS...................................................................................................................................i SECTION 1-04,SCOPE OF THE WORK March 3, 1997 ......................................................................................... 5 1-04.6 Increased or Decreased Quantities........................................................................................................ 5 lily SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3,1997 ................................ 5 1-07.9(5) Required Documents ..................................................................................................................... 5 1-07.11(10)B Required Records and Retention................................................................................................. 5 1-07.13(4) Repair of Damage........................................................................................................................ 5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997........................................................................... 6 1-09.8 Payment for Material on Hand............................................................................................................ 6 SECTION 140,TEMPORARY TRAFFIC CONTROL March 3, 1997 ........................................................................ 6 1-10.2(1).Traffic Control Supervisor..............................................................................................................6 1-10.2(1) General......................................................................................................................................6 1-10.2(3) Conformance to Established Standards.............................................................................................. 8 1-103(1) Traffic Control Labor....................................................................................................................8 1-103(2) Traffic Control Vehicle.................................................................................................................. 8 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 nl 2-033(14)I Embanlanents at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997..................................................................................10 2-09.3(1)E Backfilling......................................................................................................................•........10 2-09.4 Measurement.................................................................................................................................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-M3(4)D Temperature and Time For Placement............................................................................................11 6-02.3(11) Curing Concrete ....................................................................12 6-02.3(17)J Face Lumber,Studs,Wales,•and Metal Forms ................................................................................12 6-023(24)A Field Bending..........................................................................................................................12 6-023(25)F Prestress Release......................................................................................................................12 SECTION 6-10,CONCRETE BARRIER March 3,1997..........................................................................................13 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment........................................................................................................................................13 SECTION 7-05,MANHOLES,INLETS,AND CATCH BASINS March 3, 1997...........................................................13 SECTION 7-05,MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS........................................ ................13 7-05.1 Description....................................................................................................................................13 7-05.2 Materials.......................................................................................................................................13 7-05.3 Construction Requirements................................................................................................................14 7-05.4 Measurement .................................................................................................................................14 7-05.5 Payment........................................................................................................................................14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 Page-AMD-ii Revision Date:May 19, 1997 .rr SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials............................................................................_................_.........................................15 a.. 7-08.3(1)A Trenches..................................................................................................................................15 7-08.3(1)C Pipe Zone Bedding.....................................................................................................................15 7-08.3(1)C Bedding the Pipe.........................................................................................................................15 7-08.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 wr 7-08.3(2)G Jointing of Dissimilar Pipe............................................................................................................16 7-08.4 Measurement .................................................................................................................................16 7-08.5 Payment........................................................................................................................................16 SECTION 7-17, SANITARY SEWERS March 3, 1997............................................................................................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 axr 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.................... 8-113(1)D Anchor Installation....................................................................................................................18 �r SECTION 8-15,RIPRAP March 3,1.997..............................................................................................................18 8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement.................................................................................................................................18 on SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18 8-173 Construction Requirements................................................................................................................18 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 �r ANDELECTRICAL March 3, 1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 rr 8-20.3(13)A Light Standards.......................................................................................................................19 SECTION 8-21, PERMANENT SIGNING March 3, 1997........................................................................................19 8-21.2 Materials.......................................................................................................................................19 r�r 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 ....................................................................................... 8-21.3(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22,PAVEMENT MARIONGS March 3, 1997.......................................................................................21 rrr 8-22.2 Materials.......................................................................................................................................21 SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997...................................................................................21 ww 9-02.4 Anti-Stripping Additive....................................................................................................................21 SECTION 9-03,AGGREGATES March 3, 1997....................................................................................................21 9-03.12 Gravel Backfill..............................................................................................................................21 "r 9-03.12(5) Gravel Backfill for Drywells ...22 9-03.14(2) Select Borrow............................................................................................................................22 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 9-04.3 Joint Mortar..................................................................................................................................22 SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS, AND CONDUITS March 3, 1997.........................................22 rr9-05.4(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 Revision Date:May 19, 1997 rU» 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 rW 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23 9-06.16 Roadside Sign Structures..................................................................................................................24 tail 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt,Nut,and Washer Specifications......................................................................................................25 SECTION 9-09,TMOER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25 Mli SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproormg................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins...........................................................................................................26 9-12.7 Precast Concrete Drywells.................................................................................................................26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION, AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 ri SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26 9-1630) Rail Element...............................................................................................................................26 9-163(2) Posts and Blocks..........................................................................................................................26 9-16.3(5) Anchors.....................................................................................................................................27 4A rtl ail Page-AMD-iv Revision Date:May 19, 1997 ii wrr 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage lift { TC "SECTION 1-04, SCOPE OF THE WORK" )SECTION 1-04, SCOPE OF THE z WORK 3 March 3, 1997 ift it 1-04.6 Increased or Decreased Quantities 5 The first sentence of Item no. 1 in the first paragraph is revised to read: f 7 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the 810 original bid quantity. 9 C 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 4 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 0 originally bid for the item. 6 7 Item no.4 in the second paragraph is deleted. > " { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE s PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO c 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 I 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. 8 1-07.11(10)B Required Records and Retention fi The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". 0 The third paragraph is revised to read: 3 e 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 SM Contracting Agency funded projects,and those Federally funded projects under$100,000. 7 io 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: as 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 iNa Revision Date:May 19, 1997 1 1-09.8 Payment for Material on Hand 1-10.2(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" )SECTION 1-09, Oil 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 a 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL X o March 3, 1997 ,s 1 1-10.2(1) Traffic Control Supervisor 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 W 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be a 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. sit 7 8 1-10.2MA Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 t 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. o - Page-AMD-6 Revision Date:May 19, 1997 r� 1-10.2(1) General 1-10.2(1) General t 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 3 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for W Streets and Highways for the State of Washington and applicable standards and specifications 6 available at all times on the project. 7 lim 6. Attending all project meetings where traffic management is discussed. 9 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 2 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 5 . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be t able to be on the jobsite within a 45-minute time period after notification by the Engineer. 16 8 The TCS's duties shall include: e 1. Inspecting traffic control devices and nighttime lighting 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 +fir project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: W a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and 6 e. Observations of traffic conditions. do 3. Ensuring that corrections are made if traffic control devices are not functioning as required. 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has 9 concurrence of the WSDOT TCS. 2 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. S A reflective vest and hard hat shall be worn by the TCS. No Page-AMD-7 on Revision Date:May 19, 1997 (5) Tem ora rY Traffic Control Devices 1-10.2(3) Conformance to Established Standards 1-10.3 P 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 r 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(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 0 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for,360 5 degrees. 6 7 1-10.30 Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 0 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 WAi Page-AMD-8 Revision Date_ May 19, 1997 am im 1-10.4 Measurement 1-10.5 Payment 1 1-10.4 Measurement ego The fourth paragraph is revised to read: 3 4 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties 5 a described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 7` 8" The following paragraph is inserted after the fourth paragraph: 9 0 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to 1W 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. 3 4 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. 91 Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing do the work required by this section but will be excluded from payment under this section. 1 1-10.5 Payment The bid item "Traffic Control Supervisor", per day, is revised to read: 5 "Traffic Control Supervisor", per hour. The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 8 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person l performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 1 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read W "Section 1-10.3(5)". 4 S The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: +Nr 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". b 1 The last paragraph of this section is deleted. Page-AMD-9 Revision Date: May 19, 1997 2-03.3(14)I Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT ' 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers I. and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 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/ft3 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. ► 1 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 iwr 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. ry 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page-AMD-10 Revision Date:May 19, 1997 m 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe arches, structural pipes, and underpasses" are deleted and replaced with the following: " For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be calculated based on the following trench width: For drain and underdrain pipes, trench width = I.D. + 12 inches. For pipes 15 inches and under, trench width = I.D. + 30 inches. i For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. Under "Horizontal Limits" the following new paragraph is added: I " For drywells, the limits shall be in accordance with the Standard Plans. i The paragraph for "Gravel Backfill" is revised to read: t a" 3 Gravel Backfill Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the )0 cubic yard in place determined by the neat lines required by the Plans. t 2-09.5 Payment 3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. NO 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" )SECTION 3-02, s STOCKPILING AGGREGATES 6W March 3, 1997 7" 3-02.3(1) Asphalt Concrete Aggregates The first paragraph is revised to read: o Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the 1 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. 4 { TC "SECTION 6-02, CONCRETE STRUCTURES" )SECTION 6-02, CONCRETE s STRUCTURES I March 3, 1997 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: Page-AMD-11 Revision Date:May 19, 1997 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release I 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. 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 Ili 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 t 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)J is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the "I 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 1d 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02.3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of I the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. + Page-AMD-12 Revision Date:May 19, 1997 ali 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials i { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE 2- BARRIER 3 March 3, 1997 ow 4 6-10.3(1) Precast Concrete Barrier 5w The first two paragraphs are replaced with the following paragraph: 6 1 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No bw 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. C im 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 4W 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 t additional curing is required once the barrier is removed from the forms. 1 6-10.5 Payment 9 Section 6-10.5, Payment, is supplemented with the following: "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 z place or precast single slope concrete barrier. a { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 7,05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 The title of this section is revised to read: SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 7-05.1 Description In the first paragraph, the work "drywells" is inserted after the word "inlets". ow 7-05.2 Materials to This section is supplemented with the following: 6 Crushed Surfacing Base Course 9-03.9(3) so Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 No Revision Date:May 19, 1997 7-05.3 Construction Requirements 7-05.5 Payment W 1 Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, try 3 Moderate Survivability 9-33.1 4 11 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 0 The 15th paragraph is revised to read: 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: 6 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. 0 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 go 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 o "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 rri 4 "Precast Concrete Drywell", per each. r Page-AMD-14 Revision Date:May 19, 1997 III aw 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum I The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing t the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. 1�00 { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" )SECTION 7-06, s CONCRETE PIPE ANCHORS 5 March 3, 1997 M 7 This section is deleted in its entirety. ( TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 )SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS a. March 3, 1997 11. 7-08.2 Materials 2 This section is revised to read: 3 e Materials shall meet the requirements of the following sections: s 6 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 5 rr o 7-08.3(1)A Trenches �w 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 !ow by the Engineer. 5 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 1 we 9 7-08.3(1)C Bedding the Pipe lift In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 1 bedding". 33 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: S" 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 together with approved bands. Page-AMD-1 S ie Revision Date:May 19, 1997 7-17.3(2)C IN 7-08 3(2)G Jointing of Dissimilar Pipe _ Infiltration Test 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 9W 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 i There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 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 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 I 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: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per ow 1 hour)". Page-AMD-16 Revision Date.May 19, 1997 rr 8-09.1 Description 8-11.3(1)D Anchor Installation t { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-099 RAISED 24W PAVEMENT MARKER 3 March 3, 1997 a 8-09.1 Description 5to The word "raised" is deleted from the first and second sentences. 6 7+m 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: 9' r e 8-09.3(5) Recessed Pavement Marker brr 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. i aw 4 8-09.5 Payment The first paragraph is supplemented with the following new bid item: +r. 6 7 "Recessed Pavement Marker", per hundred. 1 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. AW s { 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: 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. aw 3 8-11.3(1)D Anchor Installation go The heading is revised to read: 5 Terminal and Anchor Installation W 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 rr� Revision Date:May 19, 1997 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 kt 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP 9 March 3, 1997 o 8-15.2 Materials i The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: irw 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 > 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 0 Assembly and installation shall be in accordance with the manufacturer's recommendations. I { TC "SECTION 8-20, ILLUMINATION, 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 2 pre-approved plans listed in the Qualified Products List. 3 4*4 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. 6 7*' The first sentence of Item No. 4 in the third paragraph is deleted. 8 { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT 9 SIGNING o March 3, 1997 W i 8-21.2 Materials 2�" The second sentence of the first paragraph is revised to read: 3 4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the 516" requirements of Section 9-06. E . 1 8-21.3 Construction Requirements so s 8-21.3(4) Sign Removal S„. This section is revised to read: 0 1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. .r 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 C 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 become the property of the Contractor and removed from the project. The Contractor will be charged 4 I $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: w� Page AMD-19 rrr Revision Date_May 19, 1997 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. w 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 Ii 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 9 8-21.3(12) Steel Sign Posts o Steel sign posts shall be connected to concrete bases using the following procedure: t 2 1. Remove all galvanized rims and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 41" 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. w 9 o When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall I 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. 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 o Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 r 3 8-22.4 Measurement Page-AMD-20 Revision Dale: May 19, 1997 6 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow The second sentence of the eighth paragraph is revised to read: 3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for the area actually removed. s { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02, BITUMNOUS MATERIALS vo March 3, 1997 oi 9-02.4 Anti-Stripping Additive This section is revised in its entirety to read: wr 1 When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the 4W 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 amount of anti-stripping additive shall not be changed without approval of the Engineer. aw 77 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. o When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall I not exceed 0.67 percent by mass (weight)of the aggregate. If The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered A based on a proposal from the Contractor. s' { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES March 3, 1997 9-03.12 Gravel Backfill T This section is supplemented with the following new section: 9 IV 9-03.12(5) Gravel Backfill for Drywells Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, Grading No. 4 in accordance with Section 9-03.1(3)C. 3 o 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." Page-AMD-21 Revision Date:May 19, 1997 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- ' 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1. PVC Sanitary Sewer Pipe ' 2 The section heading is revised to read: 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: Old 8 9 "solid wall PVC sanitary sewer pipe" 0 i The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 Page-AMD-22 Revision Date_ May 19, 1997 an 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe 1 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC z Sanitary Sewer Pipe 3 400 The first paragraph is revised to read: 5 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO ;W 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. 9 t7m The first sentence of the third paragraph is revised to read: 1 2 Qualified producers are identified in the Qualified Products List. 310 4 The fifth paragraph is revised to read: S 60 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 so 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: t 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: 4 s Qualified producers are identified in the Qualified Products List. t 7` 9-05.20 Corrugated Polyethylene Storm Sewer Pipe R The first subparagraph in the first paragraph is revised to read: t ` The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. 2' { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS[[ }SECTION 9-069 STRUCTURAL STEEL AND RELATED MATERIALS .w March 3, 1997 This section is revised by adding the following: 9-06.16 Roadside Sign Structures All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 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 WE Revision Date_May 19, 1997 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 irk 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI r 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as NJ 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 o For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 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 2 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are ' 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 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". Page-AMD-24 Revision Date_May 19, 1997 wr 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBERtt }SECTION 9-09, TIMBER AND 2im LUMBER 3 March 3, 1997 wo 4 9-09.3(1)B Placing in Treating Cylinders w 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 9-119 WATERPROOFING ew March 3, 1997 ri 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS March 3, 1997 9-12.4 Precast Concrete Manholes 6 This section is revised to read: I Precast concrete manholes shall meet the requirements of AASHTO M 199. 6 n The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. T 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type 11 III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly muted with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the Ir 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. rr� 1 9-12.5 Precast Concrete Catch Basins This section is supplemented with the following: 3 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. irr 6 Section 9-12 is supplemented with the following new section: rr Page-AMD-25 Revision Date:May 19, 1997 ■r 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 1 9-12.7 Precast Concrete Drywells rr 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 r 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 66 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 Jz 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: old 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and 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 rift o 9-16.30 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. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". rr Page-AMD-26 Revision Date: May 19, 1997 a� yN slo- i 7 � v • ss I 4 V SPECPKOV.DOCt Table of Contents Division1 General............................................................................................................................1-1 1.1 Summary of Work..........................................................................................................1-1 A. Work by Others..............................................................................................................1-1 B. Owner Use of Project Site and Facilities....................................................................1-1 C. Use of Public Property for Staging, Storage and Marine Access ............................1-1 1.2 Specifications...................................................................................................................1-2 1.3 Permits and Licenses......................................................................................................1-2 1.4 Pre-Construction Conference.......................................................................................1-3 rn 1.5 Submittal and Shop Drawings......................................................................................1-3 1.6 Substitutions....................................................................................................................1-4 A. Prior to Bid Opening.....................................................................................................1-4 B. After Contract Execution..............................................................................................1-5 +rr 1.7 Site Control.....................................................................................................................1-5 1.8 Waste Material Control..................................................................................................1-5 rw1.9 Sewer Bypassing..............................................................................................................1-6 1.10 As-Constructed Records ...............................................................................................1-7 1.11 Work Sequence, Constraints and Milestones.............................................................1-7 1.12 Qualifications Information............................................................................................1-8 rDivision 2 Sitework..........................................................................................................................2-1 2.1 General.............................................................................................................................2-1 2.2 Submittals........................................................................................................................2-1 2.3 Sedimentation Control...................................................................................................2-2 2.4 Excavation.......................................................................................................................2-2 2.5 Precast Manhole Placement..........................................................................................2-3 2.6 Shoring.............................................................................................................................2-3 2.7 Gravel Bedding and Backfill.........................................................................................2-3 2.8 Spawning Gravel.............................................................................................................2-4 rrr 2.9 Steel Piles.........................................................................................................................2-4 A. Description......................................................................................................................2-4 B. References........................................................................................................................2-4 C. Performance Requirements...........................................................................................2-4 D. Qualifications..................................................................................................................2-4 rr S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc 1 4/28/2003 11:35 AM rtr E. Materials..................................................................................... ........2-4 ilk .............................. F. Preparation......................................................................................................................2-4 G. Installation.......................................................................................................................2-4 H. Tolerances........................................................................................................................2-5 I. Project Record Documents...........................................................................................2-5 2.10 Sewer Cleaning................................................................................................................2-5 2.11 Television Inspection.....................................................................................................2-7 2.12 Pipe and Pipe Fittings....................................................................................................2-8 2.13 Ductile Iron Pipe and Fittings......................................................................................2-9 2.14 High Density Polyethylene (HDPE) Pipe..................................................................2-9 2.15 Manhole Access Shafts..................................................................................................2-9 2.16 Flexible Couplings........................................................................................................2-10 Division3 Concrete.........................................................................................................................3-1 3.1 General.............................................................................................................................3-1 3.2 Submittals........................................................................................................................3-1 3.3 Design Standards and References................................................................................3-1 3.4 Materials...........................................................................................................................3-1 ali 3.5 Accessories......................................................................................................................3-1 3.6 Installation.......................................................................................................................3-1 rlil 3.7 Watertightness.................................................................................................................3-2 Division5 Metals..............................................................................................................................5-1 5.1 General.............................................................................................................................5-1 5.2 Submittals........................................................................................................................5-1 5.3 Reference Standards.......................................................................................................5-1 5.4 Materials...........................................................................................................................5-1 5.5 Fasteners .....................................................5-1 ..................................................................... 5.6 Welding............................................................................................................................5-1 5.7 Surface Treatment—Field Applied..............................................................................5-1 5.8 Corrosion Protection.................................................................:...................................5-2 t Division 18 Measurement and Payment.....................................................................................18-1 18.0 Measurement and Payment.........................................................................................18-1 18.1 Bid Item No. 1 —Mobilization, Demobilization and Clean-Up............................18-1 r► 18.2 Bid Item No. 2—Site 1 Precast Concrete Manhole................................................18-1 18.3 Bid Item No. 3 —Site 2 Precast Manhole.................................................................18-2 18.4 Bid Item No. 4—Site 3 Precast Manhole.................................................................18-2 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc ll 4/28/2003 11:35 AM lIIY r 18.5 Bid Item No. 5 —Sewer Cleaning..............................................................................18-2 18.6 Bid Item No. 6—Barge Access for Sewer Cleaning................................................18-2 r. 18.7 Bid Item No. 7—Television Inspection....................................................................18-3 18.8 Bid Item No. 8—Barge Access for Television Inspection.....................................18-3 rr, 18.9 Bid Item No. 9 —Flush Main Repair.........................................................................18-3 18.10 Bid Item No. 11 —Spawning Gravel.........................................................................18-3 18.11 Bid Item No. 12—As-Constructed Information.....................................................18-4 Appendix A - Permits rr w err rrr rri S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 111 4/28/2003 11:35 AM so Division 1 am General ON 1.1 Summary of Work Work incidental and necessary to completion of work described and shown on the Contract Plans shall be completed under the bid items listed and no other compensation shall be allowed. it The work to be performed under this Contract shall consist of providing all tools, equipment, materials, supplies, and manufactured articles and providing all labor, transportation, and services, including fuel, power, and communications, and performing wo all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the work in good faith shall be provided by the Contractor as though originally so indicated, at no increase in cost to the Owner. The work of this Contract generally includes cleaning and closed circuit television inspection (CCTV) of the existing Kennydale lakefront sewer, providing three new precast concrete manholes in the sewer system, and various repairs of the submerged piping system. The Kennydale lakefront sewer is located in Lake Washington and serves approximately 52 lakefront homes and the Kennydale Beach Park. A. Work by Others Interference With Work On Utilities: The Contractor shall cooperate fully with all utility forces of the Owner or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the work, and shall schedule the work so as to minimize interference with said relocation, altering, or other rearranging of facilities. B. Owner Use of Project Site and Facilities The Owner will utilize all of the existing sewer system facilities during the entire period of construction for the conduct of the Owner's normal operations. This shall include, but not be limited to, the flush station, the 8-inch lakeline forcemain and the lift station. The flush station will be operated for a period of 2-hours, twice per day. The system is operated in the morning and evening hours of 10:00 a.m. and 10:00 p.m. The Contractor shall cooperate and coordinate with the Owner to facilitate the Owner's operation of the sewer system. w C. Use of Public Property for Staging, Storage and Marine Access No City of Renton properties are available for use by the Contractor to stage and/or store materials and equipment, or to provide access to barges for equipment and material loading and unloading. The Contractor shall make all necessary provisions for staging, storage and marine access. S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc 1-1 4/30/2003 12:56 PM 'Yr� City of Renton 11 Division 1- General Kennydale Lakefront Sewer Improvement w 1.2 Specifications Work under this contract shall be performed in accordance with applicable sections of the City of Renton Standard Specifications for Municipal Construction as modified and supplemented by these Special Provisions. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the latest editions of the following documents: • UBC Uniform Building Code • UPC Uniform Plumbing Code • UMC Uniform Mechanical Code • NEC National Electrical Code . rr1 • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association a • ASTM American Society for Testing and Materials • The City Code of the City of Renton,Washington 1.3 Permits and Licenses + The Owner will secure and pay for the following permits: • Building Permit • SEPA Permit • Hydraulic Project Approval • Corp of Engineers Nationwide Permit 12 • Shoreline Substantial Development Permit The Contractor shall acquire and pay for all other necessary permits which may include: • Street Use Permit err • Electrical Permit • Burning Permit • Disposal Permit • Wage and Hour Permit • Transportation Permit Copies of the Corps of Engineers Nationwide Permit 12 and the Hydraulic Project Approval are included in Appendix A. All other Owner-acquired permits will be available 4/28/2003 11:35 AM 1-2 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc so City of Renton Kennydale Lakefront Sewer Improvement Division 1- General 10 at the Owner's office for examination by bidders. The Contractor shall conform to the requirements of these permits and all other permits issued for this project. 1.4 Pre-Construction Conference The Owner will schedule a general pre-construction conference not more than 5 days after the notice to proceed is issued. The following personnel must attend the Conference: 0 The person representing the Contractor with contract authority • The project site superintendent • Subcontractor site superintendents as • The Owner and their representative will be present The Owner will require that all subcontractors attend a pre-construction conference prior to beginning work on this project. In the event that subcontractors have not been selected prior to the general pre-construction conference, a subcontractor is replaced, or various subcontractors do not attend the general pre-construction conference, a second pre-construction conference will be scheduled for these subcontractors. No subcontractors may begin work until attending a pre-construction conference. The contractor shall prepare and submit a construction schedule, per WSDOT 1-08.3 at the pre-construction conference. 1.5 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 5 copies of each submittal to: + Tetra Tech/KCM, Inc. 1917 First Avenue Seattle,WA 98101 ,w Attn:Jeff Lykken Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. r Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and will 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. rr Shop drawings shall be submitted on 8'/2" x 11 x 17", or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Contractor and Applicable Subcontractor. S:\Active\2030051-Renton-Kennydale\specs\Techmcals.doc 1-3 4/28/2003 11:35 AM City of Renton Division 1- General Kennydale Lakefront Sewer Improvement 3. Owner's Name. 4. Applicable Specification and Drawing Reference. 5. A stamp showing that the Contractor has checked the equipment, materials and work items for conformance with the contract requirements, coordination with other work on the job,and dimensional suitability. Submittals that do not comply with these requirements will be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 10 working days after receipt by the Engineer. Revise and resubmit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Three sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturer's specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. 1.6 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. A. Prior to Bid Opening aw Up to 10 days prior to the date scheduled in this document for the opening of the bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. Drawings and specifications in sufficient detail to allow the Owner for determine whether or not the substitute proposed is equal to that specified must 4/28/2003 11:35 AM 1-4 S:\Ac6ve\2030051-Renton-Kennydale\specs\Techrucals.doc City of Renton Kennydale Lakefront Sewer Improvement Division 1- General rr accompany all requests. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that at fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs „o for any modifications required to adopt the substitute. B. After Contract Execution wr Within 10 days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in iw construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. go In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work,making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.7 Site Control Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Contractor. wr The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. ww As-built notes and cut sheets shall be approved and stamped prior to transmittal to the Owner. wr Replace all damaged survey monuments in accordance with RCW 332-120. Except for sewer cleaning and CCTV inspection access at 2807 Mountain View Blvd. North and Lake Washington #2 Lift Station, all work under this contract is to be performed from Lake Washington from floating equipment. The contractor shall not perform any work activities, store materials or equipment, move equipment through or disturb any areas within the City right-of-way or on private property without the written consent of the City and/or property owner. 1.8 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc 1-5 4/28/2003 11:35 AM City of Renton Division 1- General Kennydale Lakefront Sewer Improvement Use only dumpsites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. At all times, keep the construction area clean and orderly. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Remove all asbestos-containing materials and other hazardous materials from the site. Follow all requirements and regulations for hazardous waste removal and disposal. The Contractor shall meet the following qualifications to be eligible to be selected to perform asbestos demolition or disposal work for this project: 1. Possess a Certified Asbestos Abatement Contractors' license or retain the services of a Certified Asbestos Abatement Contractor. 2. Have performed Asbestos Abatement of a similar nature within the last year. 3. Not have received a citation from the Puget Sound Air Pollution Control Agency related to asbestos abatement within the last year. + Yl 4. Possess occurrence based liability insurance coverage. 1.9 Sewer Bypassing + + The Contractor shall provide a plan to the owner for approval that details the proposed methods of keeping the Kennydale lakefront sewer system operational at all times during the construction work. The Contractor's sewer bypassing plan shall contain provisions for operation of the flush station for a period of 2 continuous hours, twice per day. Bypass operations shall be donee in such a manner as to cause no damage to private or public property, or create a nuisance or public menace. Bypassed and pumped sewage shall be in an enclosed hose or pipe that is adequately protected from damage, and shall be redirected into the sanitary sewer w1Y system. Dumping or free flow of sewage on private property, surface waters, excavations, gutters, streets, sidewalks, or into storm sewers is prohibited. Available hydraulic head loss in the Kennydale Lakefront sewer system is extremely limited. Sewer bypassing and/or sewer cleaning methods that introduce significant head 4/28/2003 11:35 AM 1-6 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc r City of Renton Kennydale Lakefront Sewer Improvement Division 1 - General loss into the system or surcharge the system will result in sewer backups into homes. The Contractor shall at all times conduct its work so as to prevent any blockage and rr surcharging in the side sewers connected to the flush main. Damage to existing facilities as a result of the Contractor's work shall be promptly repaired in kind at the Contractor's expense. 1W The Contractor shall take all necessary precautions including 24-hour monitoring of bypassing operations to ensure that no private residences or City property are subject to a sewage backup or spill. The Contractor shall be liable for all cleanup, damages, and .r resultant fines in the event of a spill. Monitor all operating pumps 24 hours per day. The Contractor shall repair any damage that may result from inadequate or improper ,,,,, design, installation, maintenance and operation of bypassing including mechanical and electrical failures. Installation of temporary pumping systems, bypasses or plugs shall not begin until written approval has been obtained from the Owner. 1.10 As-Constructed Records Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As-Constructed" records to the Owner. Drawings shall be made on clean, unmarked prints for this project in accordance with the following standards: ev llow markings or highlights = deleted items red markings = new or modified items blue markings or highlights = items that are consistent with the design drawings (not changed) The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. Failure to provide acceptable documents will result in non-payment of the appropriate bid item in the schedule of prices. ow 1.11 Work Sequence, Constraints and Milestones 1. The general sequence of work shall be as follows: a. Verify horizontal and vertical location of the existing 8-inch flush main at manhole locations. b. Verify access shaft dimensions prior to manhole shop drawing preparation. C. Prepare and submit precast manhole shop drawings. d. Manufacture precast manholes after Owner approval of shop drawings. e. Perform flush main repair. f. Install Site 1, Site 2 and Site 3 manholes. g. Install spawning gravel adjacent to Site 1. Wo S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 1-7 4/30/2003 12:56 PM no City of Renton Division 1- General Kennydale Lakefront Sewer Improvement h. Perform sewer cleaning. i. CCTV inspect flush main. 2. Constraints and Milestones a. Individual Side Sewer Interruption: Sewer service to individual residences and properties served by the flush station sewer system shall not be interrupted. b. Precast manhole installation shall not begin before September 2, 2003 and all in- lake construction shall be completed by October 1,2003. C. Flush main repair and spawning gravel installation shall be completed by October 1,2003. d. Flush main cleaning and CCTV inspection work can proceed past October 1, 2003 provided the lake bottom is not disturbed in any way. 1.12 Qualifications Information In order to demonstrate and document qualifications, after bids have been opened, Bidders directed by the Owner will be required to submit qualification information. Upon such direction, the Bidder shall promptly prepare, complete and submit all requested information no later than three days (excluding holidays, Saturdays and Sundays) after notification by the Owner. The qualifications will be used to determine whether the NO Bidder is a responsible Bidder. In addition to the qualification requirements included elsewhere in the Contract Documents, the Bidder shall provide the following information: rIi 1. Specific information on the type(s) of barge equipment that will be employed for precast manhole installation, sewer cleaning and CCTV inspection including overall length, width and draft; crew size and auxiliary equipment. Also provide information on how and where equipment and materials will be loaded and unloaded from the barge. w 2. A detailed explanation of the sewer cleaning process including proposed work plan, a description of cleaning and flushing equipment, demonstration of the ability to clean the continuous lengths indicated in these specifications, and method of solids and liquids disposal. rr 3. A detailed explanation of the proposed CCTV inspection process including proposed work plan, a description of CCTV equipment, and demonstration of the ability to CCTV inspect the continuous lengths indicated in these specifications. 4. A progress schedule indicating at a minimum: a. Verification of 8-inch flush main location at manhole locations. b. Preparation and submittal of precast manhole shop drawings. C. Manhole fabrication. d. Flush main repair. e. Manhole installation 04/30/03 2:31 PM 1-8 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc r City of Renton Kennydale Lakefront Sewer Improvement Division 1- General rr f. Spawning gravel installation g. Sewer cleaning h. CCTV inspection. to M rr io rrr iW wr err rr r� wr am S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 1-9 4/30/2003 12:56 PM err rw Division 2 Sitework 2.1 General aw This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. 2.2 Submittals Im Submittal information shall be provided to the Owner for the following items: 1. Sedimentation Control Plan 2. Sedimentation Curtain 3. Sewer Bypassing Plan: Submit drawings and complete design data showing methods Wr and equipment that the Contractor proposes to utilize at all locations for use in sewer bypassing. The submittal shall include the following information: a. Drawings indicating the location of temporary sewer plugs and bypass discharge W lines. b. Capacities of pumps,prime movers, and standby equipment. C. Design calculations proving adequacy of the bypassing system and selected +rr equipment, and demonstrating surcharging of side sewers will not occur. 4. Dump Site Permits aw 5. Gravel Bedding and Backfill 6. Pile Driving Plant: Indicate details of hammer, leads, compressor, steam plant, etc. in +o sufficient detail to illustrate suitability for indicated site conditions. 7. Manufacturer's Mill Certificate: Certify that steel piling meet or exceed specified requirements. "" 8. Sewer Cleaning: Provide Shop Drawings identifying the methods the Contractor plans to employ to remove sediment, debris, grease, scale, encrustations, and roots from the flush main. The Shop Drawings shall include a detailed explanation of the cleaning "�" process and a schedule of activities, a plan of flush main access points and how cleaning will be sequenced at each access point, catalog and manufacturer's data sheets for cleaning equipment, references where the Contractor has used the identified 1W cleaning method successfully in the past and a list of the actions he plans to take to mitigate impact to the public and prevent surcharging in the sewer system during the cleaning operation. Include proposed method of disposal of flushing water from cleaning operations and list disposal site for all materials. 9. CCTV Inspection: Provide Shop Drawings identifying the methods and equipment rr the Contractor plans to employ to complete television inspection work. The Shop Drawings shall include a detailed explanation of the proposed inspection process and schedule of activities. Provide an example of Contractor's work consisting of one video tape of previous sewer inspection work complete with audio commentary and inspection log(s). The submitted video tape shall show operational and structural WA S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 2-1 4/30/2003 12:56 PM ■N City of Renton Division 2- Sitework Kennydale Lakefront Sewer Improvement defects in sewers that are of the same size as the sewers in this project. The tape and inspection logs will be reviewed to determine if the quality of the CCTV image is acceptable and if defects were properly identified and documented. Samples shall be with the same camera and lighting equipment proposed for this work. 10. Spawning Gravel 2.3 Sedimentation Control The Contractor shall prepare a Sedimentation Control Plan (SC) which details all measures that will be implemented to comply with all applicable requirements of the permits issued for the project and these specifications. Excavation operations shall be conducted at all times in such a manner as to cause little or no disturbance or siltation to adjacent waters. The work area at each precast manhole site and pipeline repair site shall be enclosed by a sedimentation curtain that prevents turbid water from migrating past the construction limits. All SC control measures shall be installed prior to any excavation, grading, or pile driving activities. SC control systems shall remain in place throughout the duration of construction at each site. The Contractor shall inspect the SC control facilities daily and maintain the system as necessary to prevent the off-site migration of silt. 2.4 Excavation The Contractor shall excavate as necessary to construct the improvements shown. Excavation shall include the digging, scraping, and removing existing native material, abandoned or interfering utilities,abandoned or interfering structures,logs and debris, and any other obstacles necessary for the construction of the improvements shown on the construction drawings. The lake bottom may contain sunken logs, deadheads,rock and other debris that will need to be removed to perform the Flush Main Repair and manhole installation. All costs associated with removal of debris of any description shall be included in the bid items, and no additional compensation for its removal will be made. Excavated material shall be deposited at an approved, designated disposal site. No r excavated or dredged material shall be stockpiled on a permanent basis below the Ordinary High Water elevation. The Contractor shall obtain all permits for the disposal of excavated material. A copy of all permits and the locations of each disposal site shall be submitted to the Owner. Available staging area for temporary stockpiling of excavated material has not been rni identified. The Contractor is responsible for determining their staging area requirements and finding an area that meets their needs. w WO 4/30/2003 12:56 PM 2-2 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc City of Renton Kennydale Lakefront Sewer Improvement Division 2- Sitework 2.5 Precast Manhole Placement Place sedimentation control measures prior to beginning excavation. Excavate lake bottom materials to sufficient elevation to expose existing flush main pipe and install manhole. Take precautions to maintain undisturbed state of foundation soils at or below the bottom of the excavation. Excavated materials shall be immediately removed from the lake and disposed of at an upland site to be determined by the Contractor. Remove necessary length of existing 8-inch cast iron flush main for manhole installation and connection. Comply with sewer bypassing requirements in Special Provisions. Removed sections of the existing 8-inch flush main shall be saved and delivered to the City of Renton Field Maintenance Shops located at 3555 NE 2nd Street in Renton,WA. Ow Place gravel bedding and backfill a minimum of 8 inches below the bottom of the structure. Place manhole plumb and level, install piles, and connect to existing flush main piping. Backfill around manhole and secure marker buoy. Gravel bedding and backfill materials shall be placed in a manner that minimizes the migration of turbid water. 2.6 Shoring Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements including Chapter 296-155 of WAC, aw Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of No soil below and adjacent to excavation. Where the Contractor is required to provide the shoring design, it shall be prepared by a r qualified person as defined by WAC 296-155. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all plans r and calculations, and all submittals must be reviewed and accepted by the Owner prior to starting work. 2.7 Gravel Bedding and Backfill Backfill shall be a very well graded and uniform mixture of rounded, rock-derived particles conforming to the following gradation: ..� U.S. Standard Sieve Sieve Size Percent by Weight Passing 0.01 to 0.1 inch dia. 10% 0.1 to 3/8 inch dia 25% 3/8 to 3/4 inch dia 40% 3/4 to 1-1/2 inch dia 55% 1-1/2 to 3 inch dia 70% 3 to 6 inch dia 85% 6 to 9 inch dia 100% S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc 2-3 4/28/2003 11:35 AM City of Renton Division 2 - Sitework Kennydale Lakefront Sewer Improvement 2.8 Spawning Gravel Spawning gravel shall be a washed, rounded gravel of 2-inch minus aggregate placed at the locations indicated on the Drawings. Remove any lake bottom debris from the area prior to gravel placement. 2.9 Steel Piles A. Description This section includes labor, equipment, and material requirements necessary for steel piles installation at precast manhole locations. B. References 1. ASTM A 252—Welded and Seamless Steel Pipe Piles 2. AWS D1.1 —American Welding Society, Structural Welding Code. rr C. Performance Requirements Piles shall be driven to 6-ton capacity as determined by the pile driving formulas in Paragraph 6-05.3(12) of the Standard Specifications. D. Qualifications The steel pile installer shall be a company specializing in performing the work of this section with minimum 3 years experience. rri E. Materials Pipe Piling: ASTM A 252, Grade 2;new steel pipe,plain wall. F. Preparation Use driving method which will not cause damage to nearby structures. Protect structures and facilities near the Work from damage. G. Installation 1. Drilling, jetting or spudding shall only be used for penetration of near surface obstructions after approval by Engineer. 2. Protect pile head during driving, using helmet with full bearing on pile for even distribution of hammer blow. 3. Deliver hammer blows to central axis of pile. 4. Re-drive pipe shells which have lifted or moved due to driving adjacent piles, or by soil uplift. 5. Do not damage piles during driving operations. 6. Set or cutoff tops of piles to elevations indicated. 7. Long Piles: Handle and drive piles of high slenderness ratio carefully to prevent wi overstress. Provide pile driving rig with rigid supports so that leads remain accurately 4/28/2003 11:35 AM 2-4 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc +� City of Renton Kennydale Lakefront Sewer Improvement Division 2 - Sitework aligned. Where a high degree of accuracy is required, erect templates or guide frames at or close to the ground or water surface. 8. Splices: Provide splices of the full penetration butt weld type. 9. Welding: AWS D1.1 by AWS Certified welders. H. Tolerances 1. Maximum Variation from Vertical for Plumb Piles: 1 in 48. 2. Maximum Variation from Top of Pile Elevation: 2 inches. 3. Maximum Out-of-Position: 2 inches. "w" I. Project Record Documents Keep a complete and accurate record of each pile installed. The record shall indicate the pile location, diameter, original length, ground elevation, tip elevation, cutoff elevation, hammer data including make and size, and any unusual pile behavior or circumstances experienced during driving such as redriving, heaving, weaving, obstructions, spudding, and stops. Upon completion, turn records over to the Engineer. 2.10 Sewer Cleaning r�r This section specifies the requirements for cleaning the 8-inch flush main prior to CCTV inspection. The work to be done under this Contract consists of furnishing all tools, equipment, materials, supplies and labor to remove the accumulated sediments and clean the flush main as specified. All cleaning activities shall be performed from Lake Washington from floating equipment, except for cleaning access at 2807 Mountain View Boulevard North and Lake Washington #2 Lift Station. The existing flush main pipeline is generally flat in profile and contains several significant W sags along the pipe profile. Conventional sewer cleaning techniques of flushing solids downstream during cleaning operations will not work for this sewer system configuration. The Contractor's cleaning methods will include provisions for extracting solids from the pipeline along flat and adverse grades. The pipeline also includes bends and offset joints at locations of vertical and horizontal directional changes. The Contractor's cleaning equipment shall be capable of negotiating directional changes. The Contractor shall clean sediment, debris, roots, scale, encrustations, and grease accumulations from the flush main after installation of the precast manholes and repair of the flush main. All materials dislodged during cleaning shall be removed from the work area and disposed of at an approved disposal site. Cleaning shall remove all sediment, rocks, debris, roots, grease accumulations and obstructions from the flush main. The Contractor's cleaning equipment shall include a combination sewer cleaning truck with jetting and vacuum capability. Barge access for the cleaning truck will be required. The cleaning truck will include provisions for screening liquids that are discharged from the holding tank. Maximum screen opening size shall be r.. S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc 2-5 4/30/2003 12:56 PM rrr City of Renton Division 2 - Sitework Kennydale Lakefront Sewer Improvement 1/2-inch. Decanting liquids from sewer cleaning operations back to the flush main will be allowed provided no surcharging of the sewer occurs, and the Contractor provides a means (such as a riser pipe in the manholes) to prevent solids from being passed downstream into the flush main. No chemicals shall be used without written approval of the Engineer. In no case shall any chemical additive be used which might be considered hazardous, or might be considered detrimental to organisms or equipment of a wastewater treatment plant, or detrimental to old or new pipe materials. Available hydraulic head loss in the flush station system is extremely limited. Sewer bypassing and/or sewer cleaning methods that introduce significant head loss into the system or surcharge the system will result in sewer backups into homes. Cleaning methods that result in surcharging will not be allowed. The Contractor shall at all times conduct its work so as to prevent any blockage and surcharging in the side sewers 0, connected to the flush main. Damage to existing facilities as a result of the Contractor's work shall be promptly repaired in kind at the Contractor's expense. The Contractor can expect the flush main to be full of flushing water and substantial accumulations of sediment and grease at the beginning of the cleaning operation. The Contractor shall be thoroughly familiar with all phases of sewer line cleaning to ensure the completion of this Contract without causing a health hazard or damage to the sewage system,public and private properties. The projected cleaning plan is as follows: Access Location Cleaning Limits Lake Washington #2 Lift Station Lift Station to Sta 39+00 Access Manhole—Sta 39+00 Sta 39+00 to Lift Station Sta 39+00 to Sta 34+50 Access Manhole—Sta 23+00 Sta 23+00 to Sta 34+50 Access Manhole—Sta 22+00 Sta 22+00 to Sta 12+00 Maintenance Access @ Sta 3+00 to Sta 11+00 2807 Mountain View Blvd. North At a minimum, the Contractor shall have cleaning equipment capable of reaching 1,200 feet from any one access location. The Contractor shall supply water for performing hydro cleaning or flushing. If water is to be obtained from public water system, obtain approval from public water system authority prior to commencement of work. Prior to pipe cleaning from Sta 23+00 to Sta 34+50, the Contractor shall coordinate rrl closure of the side sewer plug valves at the following properties: • 3307 Lake Washington Blvd. • 3401 Lake Washington Blvd. 4/30/2003 12:56 PM 2-6 S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc City of Renton Kennydale Lakefront Sewer Improvement Division 2- Sitework • 3405 Lake Washington Blvd. rr� • Kennydale Beach Park Bathhouse The Contractor shall be responsible for transporting and disposing, including all disposal fees, of all material removed from the sewer,including stored flushing water. All material removed from the sewer shall be disposed of off-site in a lawful manner. Hauling containers shall be watertight. On-site stockpiling of removed material will not be permitted. The Contractor is responsible for obtaining all necessary permits, fees, and approval from all regulatory agencies required to perform the work,including transport. Off-site disposal of all material removed from the sewer shall be the Contractor's responsibility. Copies of all disposal receipts shall be provided to the Engineer. 2.11 CCTV Inspection The Contractor shall inspect the flush main interior using a color closed circuit television (CCTV) camera and document the inspection on video with audio location and date information, video title information, and hard copy inspection logs. All television inspection activities shall be performed from Lake Washington from floating equipment. The television inspection shall be performed after cleaning the sewer as specified in Section 2.10. The purpose of the television inspection is to document the interior condition of the flush main and determine if there are additional locations where flush r main repairs will be required. The existing flush main pipeline includes bends and offset joints at locations of vertical and horizontal directional changes. The Contractor's television equipment shall be capable ar of negotiating directional changes. Television Inspection Camera shall be intrinsically safe and shall be operative in 100 percent humidity conditions. Lighting intensity shall be remote controlled and shall be adjusted to minimize reflective glare. Lighting and camera quality shall provide a clear,in- focus picture of the entire inside periphery of the sewer. Videotape recordings of all sewer line inspections shall be made on high-quality color, 1/2-Mich VHS format magnetic tapes. The audio portion of the composite videotape shall be sufficiently free from electrical interference and background noise to provide complete intelligibility of the oral report. A footage counter device, which measures the distance traveled by the camera in the sewer, shall be accurate to plus or minus 2 feet in 1,000 feet. Video equipment shall include genlocking capabilities to the extent that computer wr generated data, (i.e., footage, date, size, address and location, etc.) as determined by the Owner can be overlaid onto video, and both indicated on the television monitor and ar permanently recorded on the inspection videotape. Leaking joints in the existing flush main pipeline are to be anticipated by the Contractor. S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 2-7 4/30/2003 12:56 PM City of Renton Division 2 - Sitework Kennydale Lakefront Sewer Improvement w The Contractor shall provide temporary dry conditions in the flush main during CCTV inspection to the greatest extent possible by pumping lake water infiltrating the system. See Section 2.10 for disposal requirements. The projected television inspection plan is as follows: Access Location CCTV Inspection Limits Access Manhole—Sta 39+00 Sta 39+00 to Lift Station Sta 39+00 to Sta 34+50 Access Manhole—Sta 23+00 Sta 23+00 to Sta 34+50 Access Manhole—Sta 22+00 Sta 22+00 to Sta 12+00 rr At a minimum, the Contractor shall have CCTV equipment capable of completing the television inspection for the lengths noted above. Verbal Commentary: The Contractor shall record on the audio track of the video inspection tape, narrative of the camera launching location, change of direction fittings, side sewer location and material, date, and time of the inspection. The location of any at abandoned side sewer connections, piping defects, and previous flush main repair sections shall also be identified. Verbal commentary shall be in the English language. The Engineer shall have access to observe the monitor and all other operations at all times. The system of cabling employed to transport the camera and transmit its signal shall not obstruct the camera's view. The camera shall be pulled through the sewer in either direction, but re-inspections at any location shall be in the same direction as the initial inspection. Maximum rate of travel shall be 30 feet per minute when recording. The camera image shall be down the center axis of the pipe when the camera is in motion. The Contractor is required to provide a 360-degree view of the pipe interior. Points of r interest shall also be videotaped and shall include, but not be limited to, defects, encrustations,mineral deposits, debris,sediment,any location determined not to be clean. The Engineer will review video tapes and logs to ensure compliance with the requirements listed in this specification and contract documents. If the sewer line is determined not to be adequately cleaned, as required in this section, it shall be recleaned and CCTV inspected by the Contractor at no additional cost to the Owner. 2.12 Pipe and Pipe Fittings Provide piping, plumbing, fittings and appurtenances necessary to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for proper piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary,whether shown or not shown on the Plans, to complete all piping systems, tested and ready for operation. 4/28/2003 11:35 AM 2-8 S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc City of Renton Kennydale Lakefront Sewer Improvement Division 2- Sitework r� 2.13 Ductile Iron Pipe and Fittings Ductile iron pipe shall be cement-lined Class 54, and shall conform to standards of ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint NJ) in accordance with ANSI Standard A21.11 (AWWA C- 111), unless otherwise specified. Standard thickness cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). When requested, furnish certification from manufacturer of pipe and gasket being *a supplied that inspection and all of the specified tests have been made and the results comply with requirements of this standard. +�r All fittings shall be ductile iron short body, cement-lined, with a 250 psi pressure rating. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2 and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint compact fittings �r shall be in accordance with AWWA C153. dw 2.14 High Density Polyethylene (HDPE) Pipe HDPE pipe and fitting shall be produced from a PE 3408 polyethylene resin having a cell classification of PE 345464C per ASTM D 3350. The HDPE pipe shall meet the d, specifications and requirements of ASTM F 714 and shall be certified as manufactured to ISO 9001 or ISO 9002 quality standards. HDPE fittings shall be in accordance with ASTM D 3261 and shall be fully pressure rated. "" The polyethylene pipe and fittings shall have an established Hydrostatic Design Basis (HDB) of 1,600 psi at 60 degrees (73 degrees F) based on Plastics Pipe Institute (PPI) TR/3 as derived from ASTM D 2837 test methodology. The resign shall be listed by the PPI in its pipe-grade registry Technical Report (TR)4, "Listing of Plastic Pipe Compounds." HDPE pipe thickness shall be SDR 32.5 with a minimum wall thickness of 0.331 inches. 2.15 Manhole Access Shafts Two shafts for accessing the new precast manholes shall be made available to the Contractor by the King County Department of Natural Resources and Parks, Wastewater Treatment Division. The Contractor shall pick up from King County all access shaft based sections, extensions, gaskets, and assembly bolts necessary to perform that portion of the Contract specified herein. This equipment is presently located at King County's Duwamish Pump Station (4501 East Marginal Way South). The access shaft shall be bolted together with a sufficient number of extensions and gaskets to provide a minimum height of two feet above the lake surface when the bottom of the access shaft is resting on top of the manhole. The access shaft is placed on a clean manhole seating ring and secured to the manhole anchors with load binders. "" The water in the access shaft is then pumped down below lake level and checked for any infiltration. A fast rate of pump down will aid in providing a water tight seal. If the water r S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 2-9 4/28/2003 11:35 AM am City of Renton Division 2- Sitework Kennydale Lakefront Sewer Improvement w level in the access shaft rises, then check the assembly bolts for tightness and readjust the tension on the load binders. If the water level in the access shaft remains constant it may then be pumped down completely. The Contractor shall have an operable backup pump on the site at all times. The manhole cover is removed by turning the six locking handles. The manholes cover is then removed from the access shaft to provide working room. The access shaft shall be kept dry at all times. After the work has been performed from the access shaft, the manhole cover is put back and secured. Water is then pumped into the shaft back to the lake level and then the load binders are removed. The access shaft is then removed using care not to damage the manhole or access shaft in any way. If for any reason the access shaft is left unattended during the day or remains in place over night, it must be properly protected (buoys, warning lights, etc.) per instructions of the Coast Guard. The manhole cover shall be installed and secured at the end of each working day. All equipment shall be returned in the same or better condition than it was received. Repair any damage that may occur to the shafts. All equipment shall be cleaned and returned to the Duwamish Pump Station within five (5) days following completion of the Contract. 2.16 Flexible Couplings Where flexible pipe couplings are shown or specified for use with plain end ductile-irony] pipe,Dresser Style 38, Smith-Blair Type 411 or 441, or approved equal, shall be used. > 4/28/2003 11:35 AM 2-10 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc WA Division 3 Concrete 3.1 General This division covers that work necessary for providing precast concrete manholes as described in these specifications and as shown on the plans. 3.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Concrete design mix &admixtures wr 2. Precast manhole shop drawings. Shop Drawings shall include measured burial depth of existing 8-inch flush main piping and all piping, fittings and appurtenance necessary ■ for manhole placement and connection. Prior to shop drawing submittal, the Contractor shall verify the horizontal and vertical location of the existing 8-inch flush main, and shall field verify the dimensions of the wr existing Manhole Access Shafts to ensure the assembly will fit the new manholes and provide a watertight seal. The submittal shall be provided not more than 10 days after the Notice to Proceed is issued. 3.3 Design Standards and References 1. ACI 318—Building Code Requirements for Reinforced Concrete. w 2. ASTM A 615—Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 3. ASTM C 890 — Minimum Structural Design Loading for Monolithic or Sectional Precast Concrete Water and Wastewater Structures. 3.4 Materials WN 1. Concrete a. Portland Cement,ASTM C 150,Type II or III. b. Aggregate, Sand,Water,Admixtures: Appropriate to design standards. c. Compressive strengths at 28 days: 4,500 psi. 2. Reinforcing Steel: ASTM A 615,grade 60, deformed steel bars. 3. Mesh: ASTM A 185,grade 65. 3.5 Accessories Pulling irons shall be as required for placement of manholes. 3.6 Installation Prepare bedding for manholes such that the manhole pipe stubs are at the same elevation +•� as the existing flush main pipe. Grade level and smooth for uniform support. Set manholes and install steel piles in accordance with Section 2.5 and Section 2.9. S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc 3-1 4/30/2003 12:56 PM �r City of Renton Division 3 - Concrete Kennydale Lakefront Sewer Improvement No 3.7 Watertightness Manholes shall be watertight. Clean and water test manholes by the two test methods described below before delivery to the project site. Prior to making the tests, the Contractor may fill the manhole with clear water to permit normal adsorption into the manhole walls, provided however, that after so filling the manhole, the Contractor shall complete each test within 24 hours after filling. When under test, the allowable leakage shall be limited to one gallon per hour with a hydrostatic head of 10 feet above the top of the manhole cover. so The Contractor shall furnish all labor, materials, tools, and equipment necessary to complete all testing. The Contractor shall perform the tests under the direction and in the presence of the Engineer. Test methods shall be as follows: Test Method 1: Test Method 1 will measure leakage into the sealed manhole and is intended to confirm the watertightness of the manhole frame and cover and manhole top slab. Install and secure manhole cover. Connect access shaft to manhole with sufficient number of extensions and gaskets to provide a minimum height of 12 feet above the top of the manhole cover. Fill the access shaft with water and seal any leaks between the manhole and bottom of the shaft and at any access shaft extension joints. Begin test with a water height of ten feet above the top of the manhole cover. Monitor water level for a minimum of 48 hours. Determine cause if loss of water exceeds maximum allowable leakage rate specified above and take action to repair such leakage. Retest manhole. Test Method 2: Test Method 2 will measure leakage from the manhole similar to an exfiltration test. Remove manhole cover. Plug all manhole stubs with flexible jointed caps, or acceptable alternate, securely fastened to withstand the internal test pressure. Connect access shaft to manhole with sufficient number of extensions and gaskets to provide a minimum height of 12 feet above the top of the manhole cover. Fill the access shaft with water and seal any leaks between the manhole and bottom of the shaft and at any access shaft extension joints. Begin test with a water height of ten feet above the top of the manhole cover. Monitor water level for a minimum of 48 hours. Determine cause if loss of water exceeds maximum allowable leakage rate specified above and take action to repair such leakage. Retest manhole. 4/28/2003 11:35 AM 3-2 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc Division 5 Metals 5.1 General This division covers that work necessary for providing all metals as described in these �r specifications and as shown on the plans. 5.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Galvanizing repair paint. 2. Shop Drawings: Indicating profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners and accessories. Include anchorage layout r■ drawings for items. Indicate welded connections using standard AWS welding symbols. Indicate net weld lengths. Include data for welding materials and methods to be used. 5.3 Reference Standards 1. American Welding Society (WAS) —D1.1 —Structural Welding Code, Steel 5.4 Materials 1. Steel and iron: Carbon steel shapes,plates and bars: ASTM A 36. 2. Stainless steel: ASTM A 167 Type 304 and Type 316. 3. Galvanizing: Where items are called to be galvanized, galvanize by the hot-dip process in conformance with ASTM A 123, A 153, and A525. Two ounces/square foot minimum. 5.5 Fasteners Bolts and fasteners not permanently embedded in concrete, but located outdoors or underwater shall be stainless steel. Wrr 5.6 Welding Perform welding in accordance with pertinent recommendations of the American Welding Society. Use electrodes and methods recommended by manufacturer of material being welded. Type, size and spacing of welds in accordance with reviewed Shop Drawings. Welding shall be done by operators who are state-licensed. The quality of welding shall conform to AWS "Code for Arc Welding in Building Construction," Section 4 Workmanship. W. 5.7 Surface Treatment — Field Applied Galvanized items that must be drilled or cut in the field as approved by Engineer shall be 40 coated with galvanizing repair paint before installation. Galvanizing repair paint shall be high zinc dust content paint, meeting the requirements of Military Specification MIL-P- 21035. so S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc 5-1 4/28/2003 11:35 AM am City of Renton Division 5 - Metals Kennydale Lakefront Sewer Improvement 5.8 Corrosion Protection Ferrous metals that are not entirely embedded in concrete shall be hot-dip galvanized after fabrication. Other miscellaneous steel items not specifically described elsewhere shall be hot-dip galvanized. r so r 4/28/2003 11:35 AM 5-2 S:\Ac6ve\2030051-Renton-Kennydale\specs\Technicals.doc r Division 18 Measurement and Payment 18.0 Measurement and Payment 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. +rr Work and material not specifically listed in the proposal, but required according to the contract plans, specifications, and general practice shall be included in the contractor's bid price. No separate payment of any kind will be made for these incidental items. Unless otherwise noted, all costs to provide a barge or other floating access to perform the work shall be included in the unit bid price of each Bid Item. Section 1-04.6 of the Standard Specifications shall apply to all quantities of work except those items specifically designated "Contingent Items of Work." When bid items are designated Contingent Items of Work on the Schedule of Prices, the quantities or pre-bid accounts of these bid items represent no actual estimate and are nominal only. These quantities or amounts may be greatly increased or decreased or reduced to zero. The increase or reduction of these quantities or amounts as compared with those set forth on the Schedule of Prices will not constitute a basis for claim by the Contactor for extra payment or damages. Payment of the actual work performed based upon the prices or work done for the items of work involved will be considered full compensation to the Contractor for the work. 18.1 Bid Item No. 1 — Mobilization, Demobilization and Clean-Up Lump sum price covers complete cost of furnishing, installing and testing, complete and in- place, all work, equipment and materials necessary to: move and organize equipment and personnel onto the job site, including barges and other floating equipment; secure job site; provide and maintain necessary support facilities and utilities, construction access; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; comply with all environmental regulations and permits; demobilize equipment from the site, clean up site prior to final acceptance; and accomplish all other items of work as shown on the Plans and detailed in Division 1 of the Special Provisions and not specifically listed in other divisions. Payment shall be lump sum. No more than 70 percent of bid amount for this item will be paid before final payment request. This bid amount may not be more than 20 percent of the value of total contract. 18.2 Bid Item No. 2 — Site 1 Precast Concrete Manhole Lump sum price shown shall include, but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 1 precast concrete manhole as shown on the Plans and specified herein. Work includes,but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and S:\Active\2030051-Renton-Kennydale\specs\Techmcals.doc 18-1 4/28/2003 11:35 AM arr City of Renton Division 18-Measurement and Payment Kennydale Lakefront Sewer Improvement disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings, manufacture, testing and installation of precast concrete manhole including steel support piling and backfill material. Payment shall be lump sum. Id 18.3 Bid Item No. 3 — Site 2 Precast Manhole Lump sum price shown shall include but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 2 precast concrete manhole as shown on the Plans and specified herein.Work includes,but is not limited to: locating flush NO main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings; manufacture, testing and installation of precast concrete manhole including steel support piling;and backfill material.Payment shall be lump sum. 18.4 Bid Item No. 4 — Site 3 Precast Manhole Lump sum price shown shall include but not be limited to the complete cost of providing all labor, materials and equipment necessary for the Site 3 precast concrete manhole as shown on the Plans and specified herein.Work includes,but is not limited to: locating flush main pipeline at manhole locations; sedimentation control; barge access; removal and disposal of debris and lake bottom sediments at manhole locations; sewer bypassing; piping and fittings; manufacture, testing and installation of precast concrete manhole including steel support piling;and backfill material.Payment shall be lump sum. 18.5 Bid Item No. 5 — Sewer Cleaning Per hour price shown shall include,but not be limited to the complete cost of cleaning the 8- inch flush main pipeline as shown on the Plans and specified herein. Work includes, but is not limited to: pipeline access at the lift station and at the new in-lake manhole locations; cleaning and removal of all sediment, debris, roots, scale, encrustations, and grease accumulations from the flush main;collection of all sediment, debris and flushing water from the cleaning operation and offsite disposal of materials. The per hour cost shall be paid for the time during each working day that sewer cleaning is being performed. The per hour price for sewer cleaning will only be paid for those periods where the sewer line is being actively cleaned using hydraulically powered equipment, high velocity jet .r cleaners, or mechanically powered equipment. The per hour cleaning cost will not apply for mobilization and demobilization of equipment, time for accessing the sewer line at the new manhole locations, and the time required for removal and disposal of solids and liquids from the cleaning truck. Bid Item 5 is a Contingent Item of Work. 18.6 Bid Item No. 6 — Barge Access for Sewer Cleaning Per day price shown shall include but not be limited to the complete cost of providing all labor, materials and equipment necessary to provide a barge or other floating access for performing sewer cleaning from Lake Washington. The per day cost shall be paid for each working day that the barge is being utilized for sewer cleaning. All costs for mobilization and demobilization of equipment and personnel shall be included in Bid Item No. 1. 4/28/2003 11:35 AM 18-2 S:\Active\2030051-Renton-Kennydale\specs\Technicals.doc o City of Renton Kennydale Lakefront Sewer Improvement Division 18-Measurement and Payment no Bid Item 6 is a Contingent Item of Work. O. 18.7 Bid Item No. 7 — CCTV Inspection Per hour price shown shall include, but not be limited to the complete cost of providing all io labor, materials and equipment necessary to provide CCTV inspection of the 8-inch flush main pipeline as specified herein. Work includes,but is not limited to: pipeline access at the new in-lake manhole locations; sewer bypassing;pipeline dewatering and disposal of material; rrr and CCTV inspection. The per hour cost shall be paid for the time during each working day that television inspection is being performed. The per hour price for CCTV inspection will only be paid for those periods where the sewer line is being actively inspected using closed circuit television equipment. The per hour television inspection cost will not apply for mobilization and demobilization of equipment or for the time for accessing the sewer line at the new manhole locations. Bid Item 7 is a Contingent Item of Work. 18.8 Bid Item No. 8 — Barge Access for CCTV Inspection Per day price shown shall include but not be limited to the complete cost of providing all labor, materials and equipment necessary to provide a barge or other floating access for r performing CCTV inspection from Lake Washington. The per day cost shall be paid for each working day that the barge is being utilized for CCTV inspection. All costs for mobilization and demobilization of equipment and personnel shall be included in Bid Item No. 1. Bid Item 8 is a Contingent Item of Work. 18.9 Bid Item No. 9 — Flush Main Repair Per each price shown shall cover the complete cost of providing all labor, materials and equipment necessary to replace short pipeline segments as detailed on the Plans and specified herein. Work includes, but is not limited to: locating existing hole in flush main near property address 3825 Lake Washington Boulevard;sedimentation control;barge access; sewer bypassing; removal and disposal of debris and lake bottom sediments at repair locations; pipe segment replacement as detailed on the Plans. Flush Main Repairs are currently required at one location as shown on the Plans. The Contractor shall assume that up to three (3) additional repairs will be required at other locations based on the results of the television inspection. Bid Item 9 is a Contingent Item of Work. 18.10 Bid Item No. 10 — Spawning Gravel Per square foot price shown shall include, but not be limited to the complete cost of air providing all labor, materials and equipment necessary for providing Spawning Gravel adjacent to the Site 1 Manhole site as shown on the Plans and specified herein. Work includes, but is not limited to barge access, removal and disposal of lake bottom debris at are the gravel placement location and providing a 12-inch depth of gravel material. Payment shall be per square foot of spawning gravel in place. r SAAc6ve\2030051-Renton-Kennydale\specs\Technicals.doc 18-3 04/30/03 2:33 PM City of Renton r Division 18-Measurement and Payment Kennydale Lakefront Sewer Improvement 18.11 Bid Item No. 11 — As-Constructed Information Lump sum price shown shall cover the complete cost of providing all mark-up drawings necessary for the Owner to create accurate as-built records as detailed in the specifications. The work includes surveying all structures and utilities to determine their as-constructed locations and elevations. Failure to comply with the as-built requirements and furnish acceptable as-built records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be lump sum. rir Wl 4/30/2003 12:56 PM 18-4 S:\A6ve\2030051-Renton-Kennydale\specs\Technicals.doc W ,�$}d .I, fK 7t,t, mAlmAl mAl it AX it K # t t i � s r std 1 ��lx� 1 t y k' , DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS I P.O.BOX 3755 SEATTLE,WASHINGTON 98124-3755 • REPLY TO ATTENTION OF S E P 12 2002 Regulatory Branch 1 E 3 N132 CITY U` REIN `17,1_�T�c,c I ctufS ..r City of Renton, Utility Systems ATTN: Mr. Dave Christensen r 1055 Grady Way South, 5`h Floor Renton, Washington 98055 Reference: 2000-2-01573 _t��'• i �Y �;-;o1 Renton, City of Gentlemen: r This letter is in response to your application requesting Department of the Army authorization to install four pre-cast manhole covers over an existing submerged sewerline in Lake Washington at Renton, King County, Washington. The regulations, which govern our permit program, contain a series of Nationwide Permits (NWPs). Each NWP authorizes a specific category of work, provided certain conditions are met. The NWP 12 (Federal Register, January 15, 2002, Vol. 67, No. 10) authorizes "Utility Line Activities." The entire text of NWP 12 including its specific regional conditions is enclosed. err The NWP 12 authorizes the above-described proposed project. The work must be performed as depicted on the enclosed drawings dated December 2000 and in accordance with r the enclosed NWP conditions in order to remain authorized by the NWP. One of those specific conditions that applies to all NWPs is General Condition 11, which deals with the Endangered Species Act (ESA). I have completed the necessary coordination under Section 7 of the Endangered Species Act (ESA). I have added the following special conditions to your permit: a. You must implement the Endangered Species Act (ESA) requirements and/or agreements set forth in the Kennydale Lakefront Sanitary Sewer Biological Evaluation, dated March 2001 and revised January 2002, in their entirety. The U.S. Fish and Wildlife Service (USFWS) concurred with a finding of"may affect,not likely to adversely affect"based on this document on June 4, 2002 (USFWS Reference Number 1-3-02-I-1323). The National Marine Fisheries ,■, Service (NNTS) concurred with a finding of"may affect, not likely to adversely affect"based on this document on May 1, 2002 (NMFS Reference Number WHB-02-167). Both agencies will be informed of this permit issuance and will enforce any known violations of the commitments .rr made in this document pursuant to the ESA. .I� -2- b. In order to protect federally listed species or forage species in the vicinity, no in-water work may occur from January 1st to July 15`h of any year. Work may only occur from July 16`h to December 31st of any year. The U.S. Army Corps of Engineers (Corps)has completed the necessary review and coordination under Section 106 of the National Historic Preservation Act(NHPA). The Corps has determined that no historic properties are affected by the project as proposed. Unless new information arises, no further consultation is necessary under Section 106 of NHPA. In order for this NWP to be valid, you must obtain and comply with an individual Water Quality Certification(WQC) and Coastal Zone Management (CZM) Consistency Response determination from the State of Washington prior to commencing any work. Please telephone or send your plans to: rrl Washington State Department of Ecology Northwest Regional Office 3190 — 160`h Avenue Southeast Bellevue, Washington 98008-5452 Telephone (425) 649-7145 If more than 180 days pass and the State has not responded to your individual WQC/CZM request, the WQC/CZM requirement becomes waived. This NWP verification will be valid for 2 years from the date of this letter, or until the date the NWPs are modified, reissued, or revoked, whichever is sooner. If the authorized work has not been completed by that date, you should contact us to find out what permit requirements are then in effect. If the project meets all the conditions, you will need no further authorization from us for the above-described project. You must still comply with other Federal, State, and local requirements which may pertain to the project. When you have finished the work,please fill out and return the enclosed Certificate of Compliance. If you have any questions,please contact me at telephone (206) 764-6910. Sincerely, Jonathan Smith, Project Manager Application Review Section Enclosures r� rrw ■r irr o _ z cN m m n c u7 E rr c m m c U 1 C m Q _ d N W 6N \ CL Q v N � tjatc m o LL clJF- Y O a= WW w � �LL Cl) Cy Ww c0 _ U o }• L,- 0 -- F— F- wr Lu CL m Z W LLOcn w ul 0 o � C ? U w 0 0 to r--•` .q+.n \\ W CII Martin Luther King Jr.Way U U P e�0e Lij O Rase` Z :, so ss"L a`�ay I d �� c y o m U m / Y m C O X / m L m c a First Avenue e E V c - c Le�ai Y am' c 40 0° m H E c a c U 0O ® y LU d to m Z u) d CL rr Will �'�I - CTY^AC-n •OOlr7 ti:�1X.7 O ?'" :' 16 rA LAT 47 degrees, 31' i LON 122 degrees, 12' 30" E sj i DIRECTIONS: From Interstate 405 take Exit 6 72nD "O _ znt? and head west on N. 30th Street to Lake ST °4> .� Washington Boulevard. The project area I begins at approximately N.28th Street and 129 t MID ..uu z s t runs north to approximately N.40th Street. s SE 76TH i I N 4, c� 11 O,rY h ST / Tb 44T.-� X -tu+l � I i iw ClAIEtF. i / l�� SV. ^"SEA ' I 1 N 432D .__ S 31C t 9*w ^ h PAAC°' PLZ SE Boni / z F`/x p Q r wn AVALON3� _, / • -N :8TH n STI > r <oo l pF�e n KENHYDAL30)` i 3- S' <'. j, NE it C m� I dUG4 PAS 32 _ e9 , 25TH ST J nTM v� I • PROJECT •; I 3474 <' ST • , scum P01Hr CORRIDOR y i/1 =I 33RD PL _r A a x j NJ 33RD ST^ 4 [yxo t 1 CuCc."AN �( 700 I N 31ST $T HE 31S PAW ;r0 r L' t i00 �I N 29TH ST_ �_ .Q n E'c \ S2l N 28TH PL^ N 8T?l-— T a�''t .4E 2; IONS ua \ j IL K -PARX 3 p1: C7 N Si I i 1700 V <, _IrirtJ vl\rte }I z Nu Z3 L' JC NE L'ST Sri NE 20TH :700 Reproduced with permission granted by THOMAS BROS.MAPS. This map is copyrighted by 1?q THOAMAS BROS.MAPS. It is unlawful to copy or reproduce all or any part thereof,whether for personal use or resale,without permission. Boar '_tAG+ NAME:City of Renton Kennydale VICINITY MAP REFERENCE:� Z /S 73 Lakefront Sewer PROPOSED: Sewer facility maintenance IN Section 31,T.24N, R.5E,W.M. PURPOSE:Construct four COUNTY OF: King STATE: WA 0 manhole access points for future ? maintenance of existing in-lake NORTH 2000 Doi sewertine. No Scale SHEET 2 OF 4 December iT o o I i I 0 0 CN a) LLf 4) Z E CD CM CD c \j -S 10 m E w LU Z <0 do z Z Z u) Cn Z Lu 0 z uj a) 0 < LU < CO 0 L) _j 0 U Cl) co - < z z LIJ 0 'ji < LLJ U) c w IL z fit (D U- 0 U) ui LLI 0 U) 0 LLI C) u) z < LLJ w > Z < 0 z < z LIJ t5 2 CD 0 c cc CD X co C 0 'm 0 C: a) Z; E 0 c (D cl) Ln 6i 0- err ski I C'1 ° U W L f0 C �.., m m O) U �..�- N .0 m Q 0 co 6 1.O NoI , C LLJ O ' Q `\ygQ y m c w t � a � "> m o U- wQ _, \\' c0 LL! O w D mu w) a'c � U <m ? = C z W c } O ul m- z a .; W O o F- U � ,. a ,. s � C � Z w mQ a3"Y sue; \� LL O = W CL II II i h� z � I II II ¢ W i I d s 11;��., y � a. I�;..� j:.- WW W UII z lid m U C ca �.., m O X CD to CD.. .r .\.,�./ m a- C to i i• i �.,.�. C .. ci W E Q m C I U cn p n O � 3 CL Q m 'p — zcn a a= NATIONWIDE PERMIT 12 U5 Corps f En Terms and Conditions Engineers _aattte District M 0„ Effective Date: March 18, 2002 A. Description of Authorized Activities—page 1 B. Corps Regional Specific Conditions for this NWP—page 3 .r C. EPA,Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP—page 4 D. State WQC Conditions for this NWP—page 5 irtr E. State CZM Consistency Determination Conditions for this NWP—page 6 F. Corps National General Conditions for all NWPs—page 6 G. Corps Regional General Conditions for all NWPs—page 13 ■r H. Additional Limitations on the Use of NWPs—page 15 I. Further Information—page 15 +r In addition to any special condition that may be required on-a case-by-case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit 12 authorization to be valid in Washington State. wa A. DESCRIPTION OF AUTHORIZED ACTIVITIES Utility Line Activities. Activities required for the construction,maintenance and repair of utility Iines and associated facilities in waters of the US as follows: (i) Utility lines: The construction,maintenance,or repair of utility lines,including outfall and intake structures and the associated excavation,backfill,or bedding for the utility lines,in all waters of the US,provided there is no change in preconstruction contours. A"utility line"is defined as any pipe or pipeline for the transportation of any gaseous,liquid,liquescent,or slurry substance, for any purpose, and any cable,line,or wire for the transmission for any purpose of electrical energy,telephone,and r, telegraph messages,and radio and television communication(see Note 1,below). Material resulting from trench excavation may be temporarily sidecast(up to three months)into waters of the US, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days, where appropriate. In wetlands,the top 6" to 12"of the trench should normally be backfilled with topsoil from the trench. Furthermore,the trench cannot be constructed in such a manner as to drain waters of the US (e.g.,backfiIling with extensive gravel layers, a french drain effect). i� (e) Discharges associated with the construction of utility line substations that result in the loss of greater than 1/l0-acre of waters of the US; (f) Permanent access roads constructed above grade in waters of the US for a distance of more than 500 feet; or (g) Permanent access roads constructed in waters of the US with impervious materials. (Sections 10 and 404) Note 1: Overhead utility lines constructed over Section 10 waters and utility lines that are routed in or under Section 10 waters without a discharge of dredged or fill material require a Section 10 permit;except for pipes or rr pipelines used to transport gaseous, liquid,liquescent, or slurry substances over navigable waters of the US,which are considered to be bridges,not utility lines, and may require a permit from the USCG pursuant to section 9 of the Rivers and Harbors Act of 1899. However,any discharges of dredged or fill material associated with such pipelines will require a Corps permit under Section 404. Note 2: Access roads used for both construction and maintenance may be authorized,provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work and the area restored to preconstruction contours,elevations, and wetland conditions. Temporary access roads for construction may be authorized by NWP 33. Note 3: Where the proposed utility line is constructed or installed in navigable waters of the US(i.e.,Section 10 waters), copies of the PCN and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration(NOAH),National Ocean Service(NOS), for charting the utility line to protect navigation. +iii B. CORPS REGIONAL CONDITIONS FOR THIS NWP Regional Conditions for NWP 12—The permittee must avoid and minimize discharges into waters of the United States at the project site to the maximum extent practicable, and the "Notification," when required,must include a written justification to the District Engineer detailing compliance with this condition,i.e., why the discharge must occur in waters of the United States and why avoidance or additional minimization cannot be achieved. Regional Conditions for NWP 12(i)—Utility Lines— rl 1. This NWP is not authorized for use in the non-tidal waters of the United States listed below. An individual permit application must be submitted for any proposed work in these designated areas: a) Playa lakes,prairie potholes, vernal pools,kettles,and camas prairie wetlands or within 100 feet of any such system. 2. When trenching through wetlands,the approximate upper 12 inches of topsoil shall be removed and stockpiled separately from subsurface soils. Alternatively,topsoil can be imported to comply with this condition. Care shall be taken to avoid compaction when stockpiling hydric soils. Once the utility line has been installed,and lei armored as necessary,subsurface soils shall first be placed in the trench as backfill, followed by the topsoil as the final layer to restore the site to preconstruction contours. No more than 10 percent of the subsurface soils may be mixed in with the topsoil. Regional Conditions for NWP 12(ii)—Utility Line Substations— I. In addition to being restricted from use in tidal waters of the United States(defined in 33 CFR Part 328.4(b)), this NWP is not authorized for use in the non-tidal waters of the United States listed below. An individual permit application must be submitted for any proposed work in these designated areas: fl 3 D. STATE WQC CONDITIONS FOR THIS NWP State WQC has been partially denied without prejudice for this permit. An individual WQC, in addition to an approved mitigation plan, is required prior to starting work for any fill-related impacts to tidal waters or to non-tidal wetlands adjacent to tidal waters. 1. The project or activity will likely cause or contribute to an exceedance of a State water quality standard (WAC 173-201A)or sediment quality standard (WAC 173-204). The requirement to obtain an individual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits, approvals,or management practices. These projects are presumed to comply with state water quality standards including state sediment management standards: r.+ a. Projects or activities where the discharges authorized under this NWP are explicitly authorized or covered by a National Pollutant Discharge Elimination System permit. r b. Projects,activities or portions of projects or activities designed, constructed and maintained in accordance with the stormwater standards and practices contained in the most current version of Ecology's Stormwater Manual or an Ecology approved equivalent. c. .For WSDOT in-water or over-water construction and maintenance activities, an individual 401 certification is not required for those projects carried out in compliance with 2 through 4 below and the Ecology approved Implementing Agreement regarding compliance with the state of Washington Surface Water Quality Standards. Compliance with this condition will be determined through receipt of a signed statement by the WSDOT project " engineer or maintenance supervisor,guaranteeing that the project will meet the latest Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be sent to the Corps of Engineers along with the JARPA application. 2. For projects/activities not designed in accordance with either Ecology's stormwater manual or an Ecology approved equivalent,or for projects where there is credible site specific information which indicates that the permits, approvals,or management practices identified above will not be sufficient to meet state water quality " standards, the applicant may provide documentation with the application that the project/activity will otherwise comply with state water quality standards. An individual 401 Certification is required for projects which are unable to provide documentation that the project/activity will otherwise comply with state water quality standards. r. 3. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of impaired waterbodies [i.e., the 303(d)list] and the discharge may result in further exceedances of a specific parameter the waterbody is listed for. The current list of 303(d)-listed waterbodies is available on Ecology's web site at http://www.ecy.wa.gov/programs/wq/303d/1998/wrias/1998_water_segs pdf or by contacting Ecology's Federal Permits staff. to NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter will not contribute to an increased impairment of the waterbody. im 4. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife habitat e. soil bioengineering,biotechnical design,rock barbs,etc.). ,m NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in accordance to guidelines developed by the Washington State Department of Fish and Wildlife. rr r 5 including water quality(refer to General Condition 21 for stormwater management requirements). Another important component of water quality management is the establishment and maintenance of vegetated buffers next to open waters, including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must be taken, in most cases it is not necessary to conduct detailed studies to identify such measures or to require r monitoring. 10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11. Endangered Species. (a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of such species. Non- federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected JM* or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of formal or informal consultation with the FWS or NMFS the District Engineer may add species-specific regional endangered species conditions to the NWPs. (b) Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as defined under the ESA. In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a irrl Biological Opinion with"incidental take"provisions, etc.)from the USFWS or the NMFS,both lethal and non-lethal "takes"of protected species are in violation of the ESA. Inforination on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the USFWS and\NiFS or their world wide web ages at htt //www. vs. of/r9ends /ends hinil and ht //www.nm s.noaa.go rot_res,'overview/es.html P P= f� 8 PP PP tP I g P respectively. 12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing, in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that tr may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District ag Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the notification is complete within 30 days of the date of receipt and can request additional information necessary to make the PCN complete only once. However,if the prospective permittee does not provide all of the requested information, then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCNf review process will not commence until all of the requested information has been received by the District Engineer. The prospective perrntittee shall not begin the activity: to (1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with any special conditions imposed by the District or Division Engineer;or Mi 7 I ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10) For NI ANT 31 (Maintenance of Existing Flood Control Facilities),the prospective perrnittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less) maintenance plan. In addition, the PCN must include all of the following: (i) Sufficient baseline information identifying the approved channel depths and configurations and to existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii) A delineation of any affected special aquatic sites,including wetlands;and, (iii) Location of the dredged material disposal site; 11 e ( ) For NWP 33(Temporary mporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; Am (12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; (13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset losses of waters of the US or justification explaining why compensatory mitigation should not be required. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse m environmental effects are minimal both individually and cumulatively, and waive the limitation on stream impacts in writing before the permittee may proceed; 't 4) For N"YVP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless, for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that M the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the aquatic environment are minimal, both individually and cumulatively; do (15) For NWP 43 (Stormwater Management Facilities),the PCN must include,for the construction of new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed, to be authorized,the District Engineer must determine o that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; go 16 ( ) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining go activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities); (17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work;and (18) For activities that may affect historic properties listed in,or eligible for listing in,the National W Register of Historic Places, the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 9 14. Compliance Certification. Every perrrtittee who has received NtiVP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: (a) A statement that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions;and WIi (c) The signature of the permittee certifying the completion of the work and mitigation. 15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g. if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the US for the total project cannot exceed 1/3-acre). 16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. 18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies, asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the C7,'A). 19. Mitigation. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US to the maximum extent practicable at the project site(i.e.,on site). + (b) Mitigation in all its forms(avoiding,minimizing,rectifying,reducing or compensating)will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland impacts requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with i�11 preservation used only in exceptional circumstances. (d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39 verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to the minimum impact level in order to meet the minimal impact requirement associated with NWPs. 1 (e) To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed. 11 other waters officially designated by a state as having particular environmental or ecological significance and identified by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate additional critical resource waters after notice and opportunity for comment. (a) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical resource waters, including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General Condition 7. Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition I 1 and the USFWS or the NMFS has concurred in a determination of compliance with this condition. (b) For NWPs 3,8, 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36,37,and 38,notification is required in accordance with General Condition 13,for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The District Engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 26. Fills Within 100-Year F000dplains. For purposes of this General Condition, 100-year floodplains will be identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or FEMA-approved local floodplain maps. so (a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the US within the mapped 100- ear flood lain,below headwaters i.e.,5 cfs ,resulting in permanent above-grade fills are PP Y P ( ) g P � , not authorized by NWPs 39,40,42,43,and 44. err (b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,and 44. so (c) The perrnittee must comply with any applicable FEMA-approved state or local flood lain management requirements. 60 27. Construction Period. For activities that have not been verified by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 12-months after such date(including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period,the 40 work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an extension of a Corps approved completion date maybe requested. This request must be submitted at least one month before the previously approved completion date. wr G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS 1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the Definition section of this Public Notice),except for projects provided coverage under the following NWPs: NWP 3(i,ii) - Maintenance NWP 20 - Oil Spill Cleanup aw NWP 32 - Completed Enforcement Actions NWP 38 - Cleanup of Hazardous and Toxic Waste NWP 40(a) - USDA program participant NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a). aw 13 The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway Creek,Auburn Creek, and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High Water mark of the Green River on the east and north. 5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11, IN the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered Species.act: (a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times. (b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an occupied bald eagle nest or nocturnal roost site, within the following seasonal work prohibition times: Work prohibition times: (1) Nesting between January 1 and August 15 each year. (2) Wintering areas between November I and March 31 each year. Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S. Fish and Wildlife Service(USFWS). Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your proposed project: West of Cascades: Olympia Office—(360)753-9440 East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002 Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179 > H. ADDITIONAL LIMITATIONS ON THE USE OF NWPs I. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project I. FURTHER INFORMATION Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed on our Internet page: http✓lwww.nws.usace.army.mil (select"Regulatory/Permits"). I5 at 440 CERTIFICATE OF COMPLIANCE WITH DEPARTMENT OF THE ARMY PERMIT .. Permit Number: 2000-2-01573 Name of Permittee : Renton, city of wr Date of Issuance : SEP 12 2002 Upon completion of the activity authorized by this permit, sign this certification and return it to the following address : Department of the Army U. S . Army Corps of Engineers Seattle District, Regulatory Branch Post Office Box 3755 Seattle Washington 98125-3755 Please note that your permitted activity is subject to a compliance inspection by a U. S . Army Corps of Engineers' representative . If you fail to comply with your authorization, your project is subject to suspension, modification, or revocation. L/ The work authorized by the above referenced permit has been completed in accordance with the terms and conditions of your permit. The mitigation required (not including monitoring) by the above referenced permit has been completed in accordance with the terms and conditions of your permit. err. wr Signature of Permittee .r 11 February 1997 CT M7 ; B : CERTCOMP. 97 HYDRAULIC PROJECT APPROVAL State of Washington moo( RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife FJaad Region 4 Office 16018 Mill Creek Boulevard Mill Creek,Washington 98012 +rr DATE OF ISSUE: March 29, 2003 LOG NUMBER: ST-E9690-01 aa� PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Renton Utility Systems, ATTN: Dave Christensen Adolfson Associates, Inc. ATTN: David Wortman 1055 Grady Way South, 5`'Floor 5309 Shilshole Avenue Northwest, Suite 200 Renton,Washington 98055 Seattle, WA 98107 phone: (425)430-7212 phone: (206) 789-9658 arr PROJECT DESCRIPTION: Repair permanent, fixed, in the bed of freshwater, sewerline conduit, add clean-out access points, 4,700 1h)--al feet. air PROJECT LOCATION: From 3901 Lake Washington Boulevard to 2727 Mountain View Avenue North . Lat.: N47.5186, Lon.:W 122.2116. # WRIA WATER BODY TRIBUTARY TO 1/4 SEC. SEC. TOWNSHIP RANGE COUNTY 1 08.6007 Lake Washington Ship Canal NW 05 23 North 05 East King an PROVISIONS 1. TIMING LIMITATIONS: The project may begin July 16, 2003 and shall be completed by October 1,2007 provided that work shall only occur between July 16 and October 1 of the calendar year. 2. Work shall be accomplished per plans and specifications entitled, Kennydale Lakefront Sewer Redesign Report, alternative 3, chapter 5, dated November 2000, and per the methods detailed in the Section 7 Biological Evaluation dated March , 2001, and per the mitigation plans entitled,Provide 900 sf of washed gravel one-foot depth, submitted to the Washington Department of Fish and Wildlife, except as modified by this Hydraulic Project Approval. These plans reflect design criteria per Chapter 220-110 WAC. These plans reflect mitigation procedures to significantly reduce or eliminate impacts to fish resources. A copy of these plans shall be available on site during construction. 3. Care Siiu.i be tukCii to pr.;JC,iit tuc barge fr3iii grvJilui•i6. 4. Work shall be conducted from a barge. Materials and dredge spoils shall be stockpiled on the barge. 5. Extreme care shall be taken to ensure that no petroleum products,hydraulic fluid, fresh cement, sediments, sediment- laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the lake. rw 6. Erosion control methods shall be installed prior to the start of other work. Erosion control shall be maintained to prevent sediments from leaving the work site. Upon completion of the project and stabilization of the site, the arr erosion control materials shall be removed from the lake and the shoreline area. 7. Care shall be taken to prevent debris from entering the lake. Debris that enters the lake shall be removed and disposed of in and upland disposal site. P y AA! 8. All work operations shall be conducted in a manner that causes little or no siltation to adjacent areas. ;, Pagel of 3 HYDRAULIC PROJECT APPROVAL State of Washington RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife FISH and Region 4 Office 16018 Mill Creek Boulevard WULK Mill Creek,Washington 98012 Mill DATE OF ISSUE: March 29, 2003 LOG NUMBER: ST-E9690-01 Mill 9. Removal of native aquatic vegetation shall be limited to that necessary to gain access to construct the project. 10. The installation of the clean-out structures will result in a loss of sockeye salmon spawning grounds. As mitigation, washed, rounded gravel of 2-inch-minus mixed aggregate shall be placed a minimum of one foot deep over a 900 square foot area, as indicated in the mitigation plans submitted. This work shall be accomplished at the same time as the work on the sewerline. SEPA: Mitigated Determination of Nonsignificance, City of Renton, final on February 7, 2002. APPLICATION ACCEPTED: February 28, 2003 ENFORCEMENT OFFICER: Livezey 116 [P 2] Richard E. Johnson (360)466-4345 x254 '! - E. for Director Area Habitat Biologist WDFW GENERAL PROVISIONS This Hydraulic Project Approval (HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55 -formerly 1* RCW 75.20). Additional authorization from other public agencies may be necessary for this project. This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s) performing the work. This HPA does not authorize Will The person(s) to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HPA. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment. All HPAs issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.110 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.170. APPEALS- GENERAL INFORMATION Page 2 of 3 HYDRAULIC PROJECT APPROVAL State of Washington moo( RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife FISHaa Region 4 Office 16018 Mill Creek Boulevard Mug Mill Creek,Washington 98012 DATE OF ISSUE: March 29, 2003 LOG NUMBER: ST-E9690-01 IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. W. A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100, 77.55.110, 77.55.140, 77.55.190, 77.55.200, and 77.55.290: aiw A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a HPA, or the conditions or provisions made part of a HPA; or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the cnneerns. Most problems are resolved at this level,but if not,you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of'a HPA or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.140: A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HPA, or the conditions or provisions made part of a HPA; (B) An order imposing civil penalties; or (C) Any other"agency action" for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. �r A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is as being challenged. The time period for requesting a formal appeai is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30- days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110, 77.55.200, 77.55.230, or 77.55.290: A person who is aggrieved or adversely affected by the denial or issuance of a HPA, or the conditions or provisions made part of a HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE,Building Two 40 -Rowe Six, Lacey,Washington 98504; telephone 360/459-6327. D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. ,� Page 3 of 3