Loading...
HomeMy WebLinkAboutContract Award Date: March 14, 2011 CAG-11-024 .Awarded to:. R.L. Alia Company 107 Williams Avenue i Renton,WA 98057 $126,120.00 Bidding Requirements,City of Renton Forms,Contract Forms,Conditions of the Contract,Plans and Specifications ... City of Renton Construction of: SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvements Project HLP-PB06(012) LA-6165 SR 900-MP 9.8 TO 9.9 (HARDIE AVE.TO RAINIER AVE.) � � — PROJECT NO. CAG-11-024 of City of Renton 1055 South Grady Way �I Renton,WA 98057 General Bid Infonnation: 425-430-7319 Project Manager: 425-430-7319 AL �r Prmtcd on Rccydl,d Paper a& r CITY OF RENTON RENTON,WASHINGTON ow CONTRACT DOCUMENTS rrr for the .r SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvements Project HLP-PB06(012) �r LA-6165 SR 900-MP 9.8 TO 9.9 (HARDIE AVE.TO RAINIER AVE.) PROJECT NO. CAG-I1-024 ■r r February 2011 w. BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS rr .r wr CITY OF RENTON 1055 South Grady Way Renton,WA 98057 r Printed on Recycled Paper M�' City Of Renton, Washington Project No.CAG 11-024 February 24, 2011 Addendum No. 1 r .. �y WA � O SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvements Project aw HLP-PB06(012) LA-6165 SR 900- MP 9.8 TO 9.9 (HARDIE AVE. TO RAINIER AVE.) CONTRACT NO. CAG- 11-024 ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS Date of Issue: February 24,2011 Date of Bid Opening: March 1,2011 The Bid Documents for the above-named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge receipt of this addendum in the space provided in the Proposal Form. Failure to do so may subject the aw bidder to disqualifications of his bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: +r Special Provision 1-07.2 Sales Tax: The section shall be replaced with the following: we 1-07.2 State Taxes Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales Tax. The provisions of Section 1-07.2(1)apply. trr Special Provision 1-07.18 Public Liability and Property Damage Insurance: The section shall be replaced with the following: �nr 1-07.18 Public Liability and Property Damage Insurance r Section 1-07.18 is deleted,replaced by the following new section and subsections: rr City Of Renton, Washington Proj ect No.CAG 11-024 February 24, 2011 Addendum No. 1 w. I-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date ., to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The •. coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Aw If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. •■ The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-0718(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company •r+ acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s)required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII(A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. d+ The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. ,,. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. +r Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: �. • Premises and Operations (includin g CG2503; General Aggregate to apply P er project, if applicable) • Explosion, Collapse and Underground Hazards iw • Products/Completed Operations ON City Of Renton, Washington Project No.CAG 11-024 February 24, 2011 Addendum No. 1 • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) .�r • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all: • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers'Compensation • Statutory Benefits(Coverage A)- Show Washington Labor&Industries Number D. Umbrella Liability(when necessary) ,, ,, • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and ,,. volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate.Further, all policies of insurance described above shall: ®.r A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by CITY OF RENTON. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause(Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. rr 1-0718(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from 4W liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability iw General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** to Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 rrr Medical Payments(Any One Person) $5,000 Stop Gap Liability $1,000,000 r. City Of Renton, Washington Project No.CAG 11-024 February 24, 2011 Addendum No. 1 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability r Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable +�r (Show Washington Labor and Industries Number) wr Umbrella Liability Each Occurrence Limit $1,000,000 r. General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liability(If required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two(2)years after completion of the project. dw The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1- g 07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: MW Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form(attached herein)without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as "" specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of IN information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". No C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. wr .. to City Of Renton, Washington Project No.CAG 11-024 February 24, 2011 Addendum No. 1 we For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required ,w„ notification. ow NOTE: A completed copy of the "Acknowledgement of Receipt of Addenda" form found in the Project Manual referencing this Addendum, and any subsequent addenda, must be submitted with the Bid. .r ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT at THE CITY OF RENTON kobert . Hanson, P E. AW Transportation Design Supervisor aww wwr wrr . No wwr .err .wr wr ww No 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 rr► 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: err (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. it (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility `�" of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. "° (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non- discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal w, 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. win► CONCURRED IN by the City Council of the City of RENTON,Washington,this 7 thday of October, 1996. w► CITY OF RENTON: RENTON CITY COUNCIL: Maly, ayor � Council President wr Attest; City Clerl r.r +rr City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 5 February 2011 aw wir CITY OF RENTON Project No. CAG-11-024-SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvements Project HLP-PB06(012) LA-6165 �w SR 900-MP 9.8 TO 9.9 (HARDIE AVE.TO RAINIER AVE.) rrr SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Providing all materials, equipment and labor for the construction of pedestrian islands, curb ramps and pedestrian push button poles. Included in the work is concrete curb and gutter, sidewalk and other work as required to complete the project. aw 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 30 working days will be allowed for the completion of this project. w w w r w w 4W wr wr NO aw City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 17 February 2011 rrt w INSTRUCTIONS TO BIDDERS +rrr 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids At this time the bids will be publicly opened and read,after which the bids will be considered and the award made as early as practicable. aw No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. MW 2 Any omissions,discrepancies or need for interpretation should be brought, in writing,to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. ow No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only '�` approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. ws 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. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and ,w furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability 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 ow compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 19 February 2011 Wr 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. err 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions and other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. .r 1. WSDOT/APWA"2008 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," "W SDOT,"or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton,"unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09,Measurement and Payment (added herein)shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. +�r► 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. 23 Bidder's Checklist It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility rr 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 signed? Have you bid on ALL ITEMS and ALL SCHEDULES? No Q Have you submitted the Subcontractors List(If required) Have you reviewed the Prevailing Wage Requirements? Have you certified receipt of addenda, if any? rrr dw wr City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page I 1 I February 2011 r CITY OF RENTON CALL FORBIDS SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project aw HLP-PB06(012) LA-6165 SR 900-MP 9.8 TO 9.9(HARDIE AVE. TO RAINIER AVE.) rr►. Sealed bids will be received until 2:30 p.m. Tuesday, March 1, 2011 at the City Clerk's office, 7`h floor and will be opened and publicly read in conference room 511 on the 5`h floor, Renton City Hall, 1055 South w, Grady Way,Renton WA 98057, for the SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvement Project. The work to be performed within 30 working days from the date of commencement under this contract ' shall include, but not be limited to: Construction of concrete curb and gutter, concrete sidewalk,ADA curb ramps, concrete pedestrian islands «r and re-channelization at the intersection of SW Sunset Boulevard and Hardie Avenue SW. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. The Engineers opinion of cost is $150,000 to $200,000. Bid documents will be available Tuesday, February 15, 2011. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington,Inc., at http://www/bxwa.com. Click on"bxwa.com'; "Posted Projects'; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") Questions about the project shall be addressed to, James Wilhoit,City of Renton,Public Works, 1055 Grady Way, Fifth Floor, Renton, WA,98057, phone(425)430-7319, fax(425)430-7376, e-mail:jwilhoit @rentonwa.gov. 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. &W4tIV_4* . Oa9t.� Bonnie I. Walton, City Clerk aw Published: Daily Journal of Commerce ,,o February 15, 2011 and February 22,2011; .r rr "r City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 113 February 2011 wr 4W rr BIDDER'S CHECKLIST PROJECT PROPOSAL COVER SHEET 2. J. BIDDER'S CHECKLIST 3. ✓ PROPOSAL FORM 4. ✓ SCHEDULE OF PRICES S. y ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. BID BOND FORM 7. V SUBCONTRACTOR LIST FORM err 8. COMBINED AFFIDAVIT AND CERTIFICATION FORM: NON-COLLUSION, ANTI-TRUST,AND MINIMUM WAGE Above documents 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 I duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. rra City of Renton—SW Sunset Boulevard and or Hardie Ave SW Pedestrian Improvements Pro.lect Page 1 14 February 2011 e 14 Bidder's Checklist Pwrolvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale �r rrr CITY OF RENTON Combined Affidavit crud Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) ++■� NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that. he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not ow 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 +err ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned r� 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 as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Project i.- At-i it cn e Name of Bidder's Firm r Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this ` day of ,20 1/ irn — pANK/t; t,-Z,6 x _ S. AR),�j Notate Pub#rn and for the Stateo ashington Notary (Print) ¢ F"i �ttl�c� IMP 11 My appointment expires: '`�s�1 l p(P. 2 O No City of Rent ward and Hardie Ave SW rnprovements Prt�ject Page 1 15 February 2011 ,,�e 15 Combined Affidavit and Certification Form: Non-Collusion, Anti-Trust, and Minimum Wage(Non-Federal Aid) provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rtr BM 13UND POPNI err Ht.re,with find c1eposi't, in the foral of a certified check, c"sh jer's oh 't, c z 'h, or bid band in hTI)O101 of whj.c'h anioUnt is r1OL lees th ltlfl ve pd1,0 IT:o f t Total,bid' Signature Know-A1114an by These Presents,, wr That we, R.L. Alia Company AS Principal, gild North American Specialty Insurance Companya&Surely, areh.61d.and finiiJy bound-wito the City of Renton, as Obligee, ill U114' Penal sum of Five Percent (5%) of Bid Amount--- OWlars, for the paynawt of which the Principal iind.the Surety b1ndT11aai8.4TV.es. their heirs, executors, ndiuijiiqrtitors,tucc.:essor$ 411d assigns,jointly and severally,-by thew presents. I The oondidon of this obhOol� is such that if the Ob."ligep shall make an aWarti. to .the 'Pj lai0ill f.0 a SW Sunset Boulevard and HarMe Ave Y h SW.Pedestrian improvemenja_112jtctacoordin.g to the tarms o,,f the:pmpo&dl 6rbiO ivad •by the Rnncipa1 therefoi- and'tfi6 Principal ll.dilly mako clad tntar.into a contract with the Oblig0e.i.11 accordlillcO W-1.01 Cho rer-ols of sal�I pal MI do proposal or bid. rind award 411d shall give band fbr the. Faithful. perrorM' Aqce.Thereof, with: Surety or Sureties approved.by the Obligec', cir if the Principal shall, in Paso:of failUm to d6 so,pay and forfeit to.the.Obli eethe P4aal fin,10.1.111t Of the deposit SPeaffied.-In the call fpi•bads,thell tlis.obligAtiba Shall b e null and void; Odwrwise it, shall.' -be and ranudohl full,force,arid.effecit and the Slj�(y shall foithWithpay. and fol"fbit 6 tha Obligee,-a.5 1)enalty and liq idatvO daalago.q,the xx;aujit of Chic bond. SIQNED,.SEALED ANDOATEDTHIS 1st DAY OF___ rch 20-11 R.L. Alia C..Pan PtZe D :r 5, 0-V ,at Nov h,American specialty insurance Company YID IM Surety Deanna M. me)Aer, Attorney i -Fact R&c6VeIJJ'etur0,of dt<j?osit sarij of$ rw City Of Rujilk)(1 SW Suam;1 Baulrvard:and Hardie Avr SW P.agc 1 16 2011 AW Page 16 Bid Bond Form ­roviaed to Buticlers,Eknanoe of VVA. Inc. 1`0(usecia conciltIons Aoreeirt�nt "rw h_, rini-AWH,,._ VjW NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY ar WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: STUART A.OTARRELL,KAREN P.DEVER,SUSAN B.LARSON,LILLIAN TSE,SCOTT FISHER,JILL A.BOYLE,❑ r. DEANNA M.MEYER,BENJAMIN L.WOLFE,ELIZABETH R.HAHN,JANA M.ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY am Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: rr FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March,2000: rrrr "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be an binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." �pQU A jNS lU7Y y._ p,'CIONAt "��,y By -`t-ir._._....._.'... oi�k�GORPORq'T SG gb ' 2. Steven P.Anderson,President&Chief Executive Officer of Washington International Insurance Company 3 Z: SEAL F'•Yy W;% 1973 0:p &Senior Vice President of North American Specialty Insurance Company a Q: :n OINIIIIIIl1 r By �' �fillln M;011111 U�Na David M.Layman,Senior Vice President of Washington International Insurance Company iar &Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 15th day of December 20 10 to — North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook Ss: On this 15th day of December 20 10,before me,a Notary Public personally appeared Steven P.Anderson ,President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ar fO M C€ALSEAZ:° j NNA D.SKLENS y�(. 7C 7 A,! ���,\_Q tary Pu blicS2ateofIltinois Donna D.Sklens,Notar Public y Commission rcpires I0"IT) t Y I, James A.Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. Yrr IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this LS day of L 20 . James A.Carpenter,Vice President&Assistant Secretary of Washington International Insurance Company& a� North American Specialty Insurance Company aw ■a CITY OF RENTON PROJECT NUMBER CAG-I.1-024 SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvements Project err HLP-PB06(012) LA-6165 SR 900-MP 9.8 TO 9.9 ■r (HARDIE AVE.TO RAINIER AVE.) PROPOSAL r TO THE CITY OF RENTON RENTON,WASHINGTON ow Ladies and/or Gentlemen: The undersi(ned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in this improvement, "" and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced.in this improvement,or as much thereof as can be completed with the money available,in accordance with the said plans,specifications and contract and the following schedule of rates and prices: w [Note: Unit prices for all items,all extensions,and total amount of bid should be shown. See attached CITY OF I RENTON PUBLIC WORKS DEPARTMENT(Schedule of Prices)pages 1-3 for specific instructions on filling out form.] Printed Name: 1CMn;:� rrt i' Si,nature: vrt, Address: lU`l GJ;L L-'AmS P3E ��7,t Names of Members of Partnership: +rr r OR Name of President of Corporation Name of Secretary of Corporation ? 1 Corporation Organized under the laws of W q5l+rniG i�� With Main Office in State of Washington at ��i•rtSr,l Ow City of Kenton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Prc iect Page 1 17 February 2011 ,fie 17 Proposal ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale . L CITY OF RENTON PUBLIC WORKS DEPARTMENT ("Schedule of Prices) SW Sunset Boulevard and Hardie Avenue SW Pedestrian Improvements HLP-PB06(012),LA-6165 SR 900-MP 9.8 TO 9.9(HARDIE AVE.TO RAINIER AVE.) (Note.Unit prices for all items,all extensions,and total amount ol'hid shall be shown. Enter unit prices in numerical figures only in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts).All figures must be clearly legible.Bids s with illegible figures will be rejected as unresponsive.It is recommended that all figures be typed and not hand-written.However, it is not a requirement that figures be typed.Bidders who submit hand-written bids will he requested,but not required,to provide typed versions of their bids within twenty-four(24)hours of bid opening in order to expedite review,tabulation and analysis of bids err by the City to determine lowest responsive,responsible'bidder.) ITEM AI'dPROX UNIT PRICE AMOUNT ITEM FE A NO. QUANTITY //��y y�"((wn p}y I�{/II��17.Cent§x`.; SECTION 1 EST Minor change 1 FA ' $ 5,000.00 $ 5,000.00 per Force Account figures 1 Roadway Surveying 2 LS $ per Lump Sum figures 1 Spill Prevention, Control and `� Countermeasures Plan 3 ,P LS rr per Lump Sum figures 3 Utility Potholing 4 EA rr per Each figures 1 Pedestrian Control and Protection 5 LS $ $ per Lump Sum figures 1 Mobilization per Lump Sum figures ;,,,,r 1 Project Temporary Traffic Control 7 LS per Lump Sum figures SECTION 2 1 Removal of Structures and Obstructions rr. W g per Lump Sum 600 Saw Cutting per Linear Foot rte City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 1 18 February 2011 ,,��,,,�e 18 Schedule of Prices . L..g L JA f�rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SECTION 4 120 Crushed Surfacing Top Course 10 Ton $ ?O_ $ t✓ J �� per To figures SECTION 5 + �+ 50 HMA Cl. 1/2" PG 64-22 11 Ton f s Z. per Ton figures SECTION S 1 Erosion/Water Pollution Control rrr 12 LS $ f 6 $ 13 per Lump Sum figures EST Property Restoration „r 13 FA H1115111511135M $ 2,500.00 $ 2,500.00 per Force Account figures 220 Cement Conc. Traffic Curb and Gutter 14 —�LF per Linear Foot figures 100 Cement Conc. Pedestrian Curb 15 LF $ 11 `x' $ il -7Q s per Linear Foot figures '"" Cement Conc. Modified Pedestrian 40 Curb "� per Linear Foat figures 130 Cement Conc. Sidewalk rr 17 SY $ 7Z per Square Yard figures 5 Cement Conc. Curb Ramp Type 2 rrr 18 EA $ PL figures 1 nc. Pedestrian Isl and 19 LS um figures 1 Modifications to Existing Traffic Signal System, Complete 20 per Lump Sum figures 1 Temporary Video Detection S stem, Com fete r per Lump Sum figures .r City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Prcject Page 1 19 February 2011 le 19 F"vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale to 40 9 Vehicle Induction Loop Detector per Each figures 500 Plastic Crosswalk Line 23 SF $ l)!! $ 5,�41J per Square Foot figures rrr Total Schedule $ 116, 12,1) .r vr. 4W wr 40 M err wr +rr to �.r rrE City of Renton—SW Sunset Boulevard and Hardie.Ave SW Pedestrian Improvements Project Page 120 February 2011 e 20 3 7ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r. wr trr err virr THIS PAGE INTENTIONALLY LEFT BLANK a■ 1W 0 4W tirr to City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements.Project Page 121 February 2011 ,,fi�e 21 f rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE (I ,NO. DATE rr NO. DATE NO. DATE NO. DATE SIGNED TITLE fr,55 MEN'7 NAME OF COMPANY JZ Comrp�•j ADDRESS J W L L o m CITY/STATE/Zip W TELEPHONE Lt-125 ZZta 8 1 oo CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE#— 1&'7 3 LICENSE# gi-AL ic, 16sip- City of Renton—SW Sunset Boulevard and Hal-die Ave SW Pedestrian Improvements Project Page 123 February 2011 ,W e 22 Acknowledgment of Receipt of Addenda rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale to 40 wr to r +�r err THIS PAGE INTENTIONALLY LEFT BLANK er *W d. aw .r wo City of Menton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 124 February 2011 ige 23 `boded to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com-Always Verify Scale Im +r. SUBCONTRACTOR LIST PROJECT NUMBER CAG-11-024 SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project wr HLP-PB06(012) LA-6165 SR 900-MP 9.8 TO 9.9(RARDIE AVE.TO RAINIER AVE.) r' RCW 39.30.0160 requires that for all public works contracts exceeding x+1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent(10% of the contract price. and whose work involves either heating,air conditioning,ventilation,plumbing,or electrical. .Yr If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore,void. <114 Co.Inplete one of the following for contracts that exceed$1,000,000: � 7'I.JJJ,000 A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. Name: Title: r Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list .r subcontractor and bid item) Bid Item(s) Subcontractor Name Address n Phone No. State Contractor's License No. Bid Item(s) ■w Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name wr Address Phone No. State Contractor's License No. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 125 February 2011 e 24 Subcontractor List N o ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale w Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. OW Signature of Authorized Representative of Bidder *W Subscribed and sworn to be before me on this /Si" day of /Y1 '�e�;� 20 1 w W Notary Public in and for the State of Washington may,,PAN/rj�� Notary 67t?,2,y :i• �Rrl €'ul'�� (print) Residing at �1XIAn C u <rry ©(P.8/25/2011 My appointment expires: +rr OW go aw City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Pale 126 February 2011 ,,fi�e 25 I;rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale v�r r rr qw *w No THIS PAGE INTENTIONALL Y LEFT BLANK wr to g "a to a ■. or IM City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 128 February 2011 arr Bond No. 2139968 BOND TO THE CITY OF RENTON im KNOW ALL MEN BY THESE PRESENTS: .. That we, the undersigned R.L. Alia Company p as principal,and North American.Specialty Insurance Company corporation organized and existing under the laws of the State of New Hampshire 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$ 126,120.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at ,Washington,this day of jWa G�f .-,208-0 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-11-024 providing for construction Of SW Sunset Blvd. & Hardie Ave. SW Pedestrian Improvements, CAG-11-024 (project name) 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 ligation shall be.void;but otherwise it shall be and remain in full force and effect. R.L. Alia Company North American Specialty Insurance Company Principal_ Surety _ --- - Signature Signature ft51DEN-r Deanna M. Meyer, Attorney-in-Fact Title Title City of Rent— on_S W Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 4 27 February 2011 ity of x 5 .5 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE � &1A Lon ftwy/ hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of &I A to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to their r. race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. L Ko,-n Jj& complies with all applicable federal, state (Name of contractor/subcontractor/consultant) and local laws governing non-discrimination in employment. III. When applicable, L ��fR C!nr►'1I�A�✓y will seek out and (Name of contractor/subcontractor/consultant) +rr negotiate with minority and women contractors for the award of subcontracts. ei,�,,qfio C . 4(_if} Print Agent/Representative's Name r„ c�31©ter Print Agent/Repres nt tive's Title C`- Agent/Represent tive's Signature Date Signed rr wr THIS PAGE INTENTIONALLYLEFT BLANK Aw as *a as w City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 130 February 2011 s CONTRACTS OTHER THAN FEDERAL-AID FHWA r. THIS AGREEMENT,made and entered into this JQ day of��20 /L. by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and A 4 sA (,01APAW/ , hereinafter referred to as "CONTRACTOR." .r WITNESSETH: +•r 1) The Contractor shall within the time stipulated, (to-wit: within 30 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as Project No. CAG-11-024) for improvement by construction and installation of: w. Pedestrian islands curb ramps pedestrian push button poles and associated roadway improvements at SW Sunset Boulevard and Hardie Avenue SW. 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 r Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal .r► d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications,if any +�w wr w +rs City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 131 February 2011 +rr 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract,,or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the wr 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,ty, 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, otrtission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. low Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or �w. employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid,certified or registered mail. �r r.n City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 132 February 2011 yr. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and �r. the Contractor has hereunto set his hand and seal the day and year first above-written. C N7 RACTOR CITY OF RE I ON ow President/ Mayor E wner y Denis Law ATTEST Secretary Bonnie I . Walton, City Clerk dba R. L. 4G1A Firm Name check one WA-5141A16-7-DA; so ❑ Individual ❑ Partnership J, Corporation Incorporated in +rr Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a(doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. wr VW City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 134 February 2011 ..r +r. City of, to am } INSURANCE REQUIREMENTS FOR CITY OF RENTON 00 The City of Renton requires the industry standards: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate 40 • $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability(if required in contract; can be in tandem with CGL) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability(if required in contract) Requirements,UNIQUE to the City of Renton: V" • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy • Due to a statement found at the upper right of the ACORD form, please provide the endorsement so paee(s)from the policv(ies1, evidencing Primary& Non-contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." • Sample Contract Language • Put descriptive text of the project in the "Description of Operations" box • The certificate holder should read: City of Renton ATTN: (enter your City contact's name and department here) 1055 South Grady Way Renton, WA. 98057 Direct any questions, comments or concerns to: Colleen Shannon —425.430.7658/desk 425.430.7650/main 425.430.76558/fax channon@rentonwa.eov err rrr w. +r low rr THIS PAGE INTENTIONALL Y LEFT BLANK qMW NOV am City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 136 February 2011 err ACO CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DDIYYYY) 03/23/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. am IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: AN Parker,Smith&Feek, Inc. 2233 112th Avenue NE fA ,N Exti,425-709-3600 A/C No):425-709-7460 E-MAIL Bellevue,WA 98004 ADDRESS: PRODUCER CUSTOMER I .A1111 INSURER(S)AFFORDING COVERAGE NAIC# INSURED R.L.Alia Company INSURER A:Alaska National Ins.Co. 107 Williams Ave.S. INSURER B: Liberty Mutual Fire Insurance Company rw Renton,WA 98055 INSURER C: INSURER D: INSURER E: INSURER F: ar COVERAGES CERTIFICATE NUMBER:5 REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. AN INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DDIYYYY MM/DDIYYYY LIMITS A GENERAL LIABILITY 10JPS31945 10/1/2010 10/1/2011 1 00000 EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY F_X � DAMAGE TO RENTED PREMISES Ea occurrence $ i ^ '! " CLAIMS-MADE � OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2.000,000 POLICY FX7 JE� LOC $ A AUTOMOBILE LIABILITY 1 OJAS31945 10/1/2010 10/1/2011 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea(Ea accident) 1,000,000 F_ ^ I ^ BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) NON-OWNED AUTOS $ !W $ B UMBRELLALIAB X OCCUR TH2661066159010 10/1/2010 10/1/2011 EACH OCCURRENCE $ 1,000,000 X EXCESS LIAB CLAIMS-MADE ^^ AGGREGATE $ 1,000,000 3 i DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION 1OJPS31945 10/1/2010 10/1/2011 TORY AMTS x OT A AND EMPLOYERS'LIABILITY ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N "`WA Stop Gap Employers E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E] NIA , Liability (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 if yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) Re:Contract No.CAG-11-024,SW Sunset Blvd&Hardie Ave.SW Pedestrian Improvements,HLP-PB06(012)LA-6165(Hardie Ave to Rainier Ave.). City of Renton,and its officers,officials,agents,employees and volunteers are included as Additional Insureds and coverage is primary and non-contributory... alp (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE rlr EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF RENTON Public Works Department AUTHORIZED REPRESENTATIVE 1055 South Grady Way Renton,WA 98057 ©1988-2009 ACORD CORPORATION. All rights reserved. r� ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD 1 of. 16- Cer# 5 DESCRIPTIONS (Continued from Page 1 ) as respects General Liability per endorsement ANIC GL 1061 03 08 attached, Umbrella Liability per endorsement TH 99 17 10 09 attached,and included as ar Additional Insureds as respects Auto Liability per form CA 0 01 03 06 pgs 2 and 3 attached. Waiver of Subrogation applies as respects General Liability per endorsement ANIC GL 702 05 95,Auto Liability per endorsement ANIC CA 705 12 05,and Umbrella Liability per endorsement TH 24 01 02 06,attached. Separation of Insureds applies per attached form CG 00 1 12 07 pg 12 of 16. Per Project Aggregate applies per endorsement CG 25 03 05 09 attached. Notice of Cancellation applies per attached form ANIC 037 10 91. err go AN AN Am AN .r AN dr rr rr rr AN ar Alaska Nr fiional �= INSURANCE C..MPANY 19 Mobile Only those "autos"that are land vehicles and that would qualify under the definition Equipment of"mobile equipment"under this policy if they were not subject to a compulsory or Subject To financial responsibility law or other motor vehicle insurance law where they are Compulsory Or licensed or principally garaged. Financial Responsibility Or Other Motor Vehicle Insurance Law Only B. Owned Autos You Acquire After The Policy SECTION iI—LIABILITY COVERAGE ,. Begins A. Coverage I. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered next We will pay all sums an "insured" legally must pay to a coverage in Item Two of the Declarations, as damages because of"bodily injury" or"property then you have coverage for "autos" that you damage"to which this insurance applies, caused by acquire of the type described for the remainder an "accident" and resulting from the ownership, of the policy period. maintenance or use of a covered"auto". 2. But, if Symbol 7 is entered next to a coverage in We will also pay all sums an "insured" legally must .. Item Two of the Declarations, an "auto" you p pollution cost or expense" to acquire will be a covered "auto" for that ay as a covered coverage only if: which this insurance applies, caused by an "accident" and resulting from the ownership, Am a. We already cover all"autos"that you own for maintenance or use of covered "autos". However, that coverage or it replaces an "auto" you we will only pay for the "covered pollution cost or previously owned that had that coverage;and expense" if there is either"bodily injury" or"property b. You tell us within 30 days after you acquire it damage" to which this insurance applies that is that you want us to cover it for that coverage. caused by the same"accident". C. Certain Trailers, Mobile Equipment And We have the right and duty to defend any"insured" Temporary Substitute Autos against a "suit" asking for such damages or a if If Liability Coverage is provided by this Coverage covered pollution cost or expense". However, we Form the following have no duty to defend any insured against a suit types of vehicles are also seeking damages for "bodily injury" or "property covered "autos"for Liability Coverage: damage"or a"covered pollution cost or expense" to •� 1. "Trailers"with a load capacity of 2,000 pounds or which this insurance does not apply. We may less designed primarily for travel on public investigate and settle any claim or "suit" as we roads. consider appropriate. Our duty to defend or settle 2. "Mobile equipment"while being carried or towed ends when the Liability Coverage Limit of Insurance by a covered"auto". has been exhausted by payment of judgments or 3. Any "auto" you do not own while used with the settlements. 1 Who Is An Insured permission of its owner as a temporary substitute for a covered "auto" you own that is The following are"insureds": out of service because of its: a. You for any covered"auto". a. Breakdown; b. Anyone else while using with your permission b. Repair; a covered "auto" you own, hire or borrow c Servic'ng,___..... except: d. "Loss'; or e. Destruction. CA 00 01 03 06 Producer Copy Page 2 of 12 Alaska Nr;zonal - INSURANCE C ..MPANY (1) The owner or anyone else from whom These payments will not reduce the Limit of you hire or borrow a covered "auto". This Insurance. exception does not apply if the covered b. Out-Of-State Coverage Extensions "auto"is a"trailer"connected to a covered "auto"you own. While a covered "auto" is away from the (2) Your "employee" if the covered "auto" is state where it is licensed we will: owned by that"employee"or a member of (1) Increase the Limit of Insurance for his or her household. Liability Coverage to meet the limits (3) Someone using a covered "auto"while he specified by a compulsory or financial or she is working in a business of selling, responsibility law of the jurisdiction where ,m servicing, repairing, parking or storing the covered auto is being used. This "autos" unless that business is yours. extension does not apply to the limit or limits specified by any law governing (4) Anyone other than your "employees", motor carriers of passengers or property. me partners (if you are a partnership), (2) Provide the minimum amounts and types members (if you are a limited liability of other coverages, such as no-fault, company), or a lessee nor borrower or any required of out-of-state vehicles by the of their "employees", while moving jurisdiction where the covered "auto" is as property to or from a covered "auto". being used. (5) A partner (if you are a partnership), or a We will not pay anyone more than once for member (if you are a limited liability the same elements of loss because of these y., company) for a covered "auto" owned by extensions. him or her or a member of his or her household. B. Exclusions c. Anyone liable for the conduct of an "insured" This insurance does not apply to any of the described above but only to the extent of that following: liability. 1. Expected Or Intended Injury 2. Coverage Extensions "Bodily injury' or"property damage" expected or ""' a. Supplementary Payments intended from the standpoint of the"insured". We will pay for the"insured": 2. Contractual (1) All expenses we incur. Liability assumed under any contract or .. (2) Up to $2,000 for cost of bail bonds agreement. (including bonds for related traffic law But this exclusion does not apply to liability for violations) required because of an damages: • "accident" we cover. We do not have to a. Assumed in a contract or agreement that is furnish these bonds. an "insured contract" provided the "bodily (3) The cost of bonds to release attachments injury" or "property damage" occurs in any "suit" against the "insured" we subsequent to the execution of the contract defend, but only for bond amounts within or agreement; or our Limit of Insurance. b. That the"insured"would have in the absence (4) All reasonable expenses incurred by the of the contract or agreement. "insured" at our request, including actual 3. Workers'Compensation loss of earnings up to $250 a day Any obligation for which the "insured" or the because of time off from work. "insured's" insurer may be held liable under any �. (5) All costs taxed against the "insured" in workers' compensation, disability benefits or any "suit" against the "Insured" we unemployment compensation law or any similar defend. law. (6) All interest on the full amount of any 4. Employee Indemnification And Employer's judgment that accrues after entry of the Liability judgment in any "suit" against the "Bodily injury"to: "insured" we defend, but our duty to pay �+ interest ends when we have paid, offered a. An "employee" of the "Insured" arising out of to pay or deposited in court the part of the and in the course of: judgment that is within our Limit of (1) Employment by the"insured"; or Insurance. CA 00 0103 06 Producer Copy Page 3 of 12 BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS ar THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM We waive any right of recovery we may have against The waiver applies only to the person or organization d, any person or organization because of payments we you contracted with and then only if the contract make for injury or damage arising out of the requires you to obtain this agreement from us. ownership, maintenance or use of "autos" covered by this policy. .r �r r. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective October 1, 2009 Policy No. 09JAS31945 Insured R. L. Alia Company Endorsement No. "" Countersigned By William R . Stewart cc: Parker, Smith & Feek, Inc./Bellevue, WA ANIC CA 705 12 05 ."" Abska onal INSURANCE COMPANY ,rr DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE FART SCHEDULE Designated Construction Project(s), Fl �. All Pralects �r �+ lnformatiion re wired to complete this Schedule, if not shown above.., will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for Obligated to pay as damages caused by damages or under Coverage C for medical .occurrences" under Section I - Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I - Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single; payments shall not reduce the general designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above. shall they reduce any ether Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4, The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the Howe=ver, instead of being subject to the sure of all damages under Coverage A,, except General Aggregate Limit shown in the damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard", and for medical General Aggregate Limit. expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought;or c. Persons or organizations making claims or bringing"suits"_ CG 25 03 05 09 Insured Copy Page 1 of 2 t w Alaska National INSURANCE COMPANY .r� B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard" is "occurrences" under Section I - Coverage A, and provided, any payments for damages because of �" for all medical expenses caused by accidents "bodily injury"or"property damage"included in the under Section IT Coverage C, which cannot be "products-completed operations hazard' will attributed only to ongoing operations at a single reduce the Products-completed Operations 40 designated construction project shown in the Aggregate Limit, and not reduce the general Schedule above. Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project ar expenses shall reduce the amount available has been abandoned, delayed, or abandoned and under the General Aggregate Limit or the then restarted, or if the authorized contracting Products-completed Operations Aggregate parties deviate from plans, blueprints, designs, Limit,whichever is applicable;and specifications or timetables, the project will still be 2. Such payments shall not reduce arty deemecl to be the same construction project, Designated Construction Project General E. The provisions of Section, III Limits Of Insurance Aggregate Limit, not otherwise modified by this endorsement shall AN continue to apply as stipulated. err err +rr I This endorsement changes the policy to which it is attached and, unless othenv€se stated, is effective on the date j issued at 12;01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. I Endorsement Effective Paticy No � Insured Endorsement No, 22 Countersigned By Insurance Services Offic-.e, Inc.,2008 CG 25 03 05 09 Insured Copy Pare 2 of 2 Alaska National INSURANCE COMPANY WASHINGTON CANCELLATION ENDORSEMENT A* THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 40 This endorsement modifies insurance provided under the following-, All Coverage Pals included in this policy. Paragraph A.2.a. and A.2.b. of form IL 01 46, b. 60 days before the effective date of Common Policy Conditions,shall not apply. cancellation if we cancel for any other reason. The above paragraphs are replaced by the following: AM A. CANCELLATION a, 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. 39 Countersigned By AN'IC 1 037 10 91 Insured Copy an .r ADDITIONAL INSURED (CONTRACTORS) - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU am THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART a. 1. Who Is An Insured (Section II) is amended to ii. supervisory, inspection, or engineering include as an insured any person or organization services. (herein referred to as an additional insured), but only if you are required to add that person or c. The insurance provided to the additional organization as an insured to this policy by a insured, referred to in paragraph 1. of this written contract that is in effect prior to the "bodily endorsement, does not cover "bodily injury" injury", "property damage", or "personal and or "property damage" caused by your advertising injury". negligent acts and omissions in the performance of "your work" that occurs 2. The insurance provided to the additional insured within the "products-completed operations rr is limited as follows: hazard," unless the written contract, referred to in paragraph 1. of this endorsement, a. That person or organization is only an contains a specific requirement that you additional insured if, and only to the extent procure completed operations coverage or that, the injury or damage is caused by coverage within the "products-completed negligent acts or omissions of you or your operations hazard" for the additional insured. subcontractor in the performance of "your However, even if coverage within the work" to which the written contract applies. "products-completed operations hazard" is The person or organization does not qualify required by the written contact, such as an additional insured with respect to injury coverage is available to the additional insured or damage caused in whole or in part by only if the "bodily injury"or"property damage" independent negligent acts or omissions of occurs prior to the end of the time period such person or organization. during which you are required by the written contact to provide such coverage or the b. The insurance provided to the additional expiration date of the policy, whichever insured does not apply to "bodily injury", comes first. "property damage", or "personal and advertising injury"arising out of an architect's, 3. If other valid and collectible insurance, whether engineer's, or surveyor's rendering of or on a primary, excess, contingent or any other failure to render any professional services basis, is available to the additional insured for a including: loss we cover under this endorsement, then the insurance provided by this endorsement is d. i. the preparing, approving, or failing to excess over that other insurance. However, the prepare or approve maps, drawings, insurance provided by this endorsement will be opinions, reports, surveys, change primary to other insurance on which the additional orders, design or specifications; and insured is a named insured for the covered loss, if the written contract, referred to in paragraph 1. of this AN a ANIC GL 1061 03 08 Page 1 of 2 :;f 16 (V. 5 ALEAt..,O N'P f f 4i:'1'u'O) endorsement, contains a specific requirement that this insurance be primary or primary and non-contributory. In that case we will not share with that other insurance on a pro-rata or other basis. If the other insurance available to the additional insured, whether on a primary, excess, contingent or any other basis, is coverage for which it has been named as an additional insured, then the coverage provided by this endorsement is excess over that other insurance. .r ,.r rrr .r an rr This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 10/01/2009 Policy No. 09JPS31945 Insured R.L. Alia Company Endorsement No. Countersigned By A. ANIC GL 1061 03 08 Page 2 of 2 g® 1 rsP 14> e # 5 AL(rai;OMPtT°G-100) Alaska National INSURANCE COMPANY (2) When this insurance is excess, we will have 6. Representations no duty under Coverages A or 8 to defend By accepting this policy,you agree: the insured against any "suit" if any other insurer has a duty to defend the insured a. The statements in the Declarations are accurate against that "suit". If no other insurer and complete; defends, we will undertake to do so, but we b. Those statements are based upon will lie entitled to the insured's rights against representations you made to us-' and all those other insurers. c. We have issued this policy in reliance upon your (3) When this insurance is excess over other representations. insurance, we will pay only our share of the 7. Separation Of Insureds amount of the loss, if any, that exceeds the sum of: Except with respect to the Limits of Insurance, and (a) The total amount that all such other any rights or duties specifically assigned in this insurance would pay for the loss in the Coverage Part to the first Named Insured, this insurance applies: absence of this insurance; and a. As if each Named Insured were the only Named (b) The total of all deductible and self-insured amounts under all that other insurance. Insured; and (4) We will share the remaining loss, if any, with b. Separately to each insured against whom claim any other insurance that is not described in is made or"suit" is brought. this Excess Insurance provision and was not 8. Transfer Of Rights Of Recovery Against Others bought specifically to apply in excess of the To Us Limits of Insurance shown in the If the insured has rights to recover ail or part of any Declarations of this Coverage Part. payment vie have made under this Coverage Part, c. Method Of Sharing those rights are transferred to us. The insured must If all of the other insurance permits contribution do nothing after loss to impair them, At our request, by equal shares, we will follow this method also. the insured will bring "suit" or transfer those rights Under this approach each insurer contributes to us and help us enforce them, equal amounts until it has paid its applicable 9. When We Do Not Renew limit of insurance or none of the loss remains, If we decide not to renew this Coverage Part, we whichever comes first. will mail or deliver to the first Named Insured shown If any of the other irsurance does not permit in the Declarations written notice of the nonrenewal contribution by equal shares, we will contribute not less than 30 days before the expiration date, by limits- Under this method, each insurer's If notice is mailed, proof of mailing will be sufficient share is based on the ratio of its applicable limit proof of notice. of insurance to the total applicable limits of insurance of all insurers, . Premium Audit SECTION it–DEFINITIONS 1. "Advertisement"means a notice that is broadcast or 5 published to the general public or specific market a. We will compute all premiums for this Coverage segments about your goods, products or services Part in accordance with our rules and rates. for the purpose of attracting customers or b. Premium shown in this Coverage Part as supporters. For the purposes of this definition: advance premium is a deposit premium only. At a. Notices that are published include material the close of each audit period we will compute placed on the Internet or on similar electronic the earned premium for that period and send means of communication;and notice to the first Named Insured, The due date b. Regarding web-sites, only that part of a web-site for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of that is about your goods, products or services w the advance and audit premiums paid for the for the purposes of attracting customers or policy period is greater than the earned supporters is considered an advertisement, premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. CG 00 01 12 07 Insured Copy Page 12 of 16 1—a-2L 1 5 - A/asa Nations/ INSURANCE COMPANY .rr BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: do COMMERCIAL GENERAL LIABILITY COVERAGE PART We waive any right of recovery we may have against The waiver applies only to the person or organization " any person or organization because of payments we you contracted with and then only if the contract make for injury or damage arising out of "your work" requires you to obtain this agreement from us. done under a written contract with that person or . organization. i ii I This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation �. of the policy. Endorsement Effective Policy No. err Insured R.L.Alia Company Endorsement No. Countersigned by ,.r ANIC GL 702 05 95 Producer Copy 40 12 of 16 ert?r..5 AM Policy Number:TH2-661-066159-010 Endorsement Number, 1 Issued by; LIBERTY MUTUAL FIRE INSURANCE COMPANY Endorsement Effective hate.: THIS FNDORSE-'%IENT CHA.NGI3S'Tl4E POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED–PRIMARY INSURANCE This Amendment rnodifies insurance pro-6ded under the following: UNIBRELI Y---XCESS LIABILI-n'POLICY The following is added to Section TV–Definitions,Definition 12,Retained Litnit: Excepi tb;i t,when required by u-ittcn contract; (1) coverage under this policy afforded to an additional insured will be subject only to paragraph(a,'(1)of the retained limit definitio-n and will apply before and will not contribute-,,ath any insurance issued to or on behalf of such additional insurei, (2,1 insurance issued to or on behalf of such additional ins tired will net be considered other insurance under cb,,s policy; and 7 (3) the limits of insurance availlable to de addidonal insured will be dw lesser of: a. the arnount shomm in the Declarations of this policy;or h.the amount of insurance ym Rte requilred to provide The additional insured in the Wliocri contract or "greemcAt ar 7 7 7 7 7 TH 99 17 10 09 Pap 1 of I AT— fL'J,1q L AUAC,,0MP f TG800) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PER CONSTRUCTION PROJECT AND PER LOCATION AGGREGATES SUBJECT TO OVERALL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: sr� UMBRELLA EXCESS LIABILITY POLICY SCHEDULE +w Overall Aggregate Limit:$ limit as stated per attached Certificate of Insurance rr A. For all sums which the insured becomes legally obligated to pay as damages because of bodily injury or property damage air caused by occurrences which can be attributed only to ongoing operations at a single construction project or location: 1. A separate Designated General Aggregate Limit applies to each construction project or location, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated General Aggregate Limit is the most we will pay for the sum of all damages because of bodily injury or property damage, except damages because of bodily injury or property damage included in the products- completed operations hazard,regardless of the number of: .w a. Insureds; b. Claims made or suits brought;or aw c. Persons or organizations making claims or bringing suits. ar 3. All payments made for damages,except damages because of bodily injury or property damage included in the prod- ucts-completed operations hazard, will reduce the Designated General Aggregate Limit for that construction pro- ject or location. w 4. The limit shown in the Declarations for Each Occurrence continue to apply. However,instead of being subject to the policy's General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated General Aggregate Limit for each construction project or location and the Overall Aggregate limit,if any, shown in the Schedule. The Overall Aggregate Limit shown in the Schedule,if any,is the most we will pay for all such bodily in- jury or property damage from all construction projects or locations. B. For those sums which the insured becomes legally obligated to pay as damages because of bodily injury or property dam- age caused by occurrences which cannot be attributed only to ongoing operations at a single construction project or loca- tion: 1. Any payments for damages shall reduce the amount available under the policy's General Aggregate Limit or the r Products-Completed Operations Aggregate Limit,whichever is applicable;and 2. Such payments shall not reduce any Designated General Aggregate Limit. .arr C. When coverage for liability arising out of the products-completed operations hazard is provided,any payments for dam- ages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit, and not reduce the policy's General Aggregate Limit or the Desig- nated General Aggregate Limit. �r rr TH 25 23 05 08 Pagel of 2 40 D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized r contracting parties deviate from plans,blueprints, designs, specifications or timetables,the construction project will still be deemed to be the same construction project. do E. For purposes of this endorsements,the Definition Section is amended by the addition of the following definitions: Location means any premise that you occupy for permanent operations as part of your business, but does not include any premises at which you are performing operations as part of a construction project. All premises involving the same or con- Ar necting lots, or premises whose connection is interrupted only by a street, roadway,waterway or right-of-way of a railroad shall be considered a single location. Construction project has the same meaning as construction project or a similar term used in the underlying insurance to determine the applicable aggregate limit. If the underlying insurance does not include such a definition, construction Project means all the work called for in a single construction contract,including change orders. AN F. The provisions of Section III -- Limits Of Insurance Section not otherwise modified by this endorsement will continue to apply as stipulated. G. This endorsement applies only to bodily injury and property damage for which a per construction project,per location or rr similar limit of insurance applies on the underlying insurance. H.Also, this endorsement applies only to construction projects for which you are obligated by written contract to procure a separate Limit of Insurance for such construction projects. An me AN .r► ars This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Effective Date 10/01/2010 Expiration Date 10/01/2011 40 For attachment to Policy No. TH2-661-066159-010 Audit Basis Issued To R.L.ALIA COMPANY 107 WILLIAMS AVENUE S. / _ RENI'ON,WA 98055 SECRETARY PRESIDENT Am Countersigned by Authonzed Representative Issued Sales Office and No. End.Serial No. AM 40 TH 25 23 05 08 Page 2 of 2 me as THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION aw This endorsement modifies insurance provided under the following: UMBRELLA EXCESS LIABILITY POLICY ..r SCHEDULE Name Of Person Or Organization: wo ANY PERSON OR ORGANIZATION WHEN REQUIRED BY WRITTEN CONTRACT. COPIES OF THE APPLICABLE AGREEMENTS MUST BE KEPT BY YOU OR YOUR DESIGNATED REPRESENTATIVE AND MADE AVAILABLE UPON REQUEST BY US. The following is added to Section V — Conditions, paragraph 7. Subrogation: +r If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others shown in the Schedule above, we agree to waive our rights of recovery. This waiver of rights applies only with respect to such contract or agreement and shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. �w ar +r This endorsement is executed be the LIBERTY MUTUAL FIRE INSURANCE COMPANY s Premium $ Effective Date 10/01/2010 Expiration Date 10/01/2011 For attachment to Policy No. TH2-661-066159-010 AS Audit Basis Issued To R.L. ALIA COMPANY 107 ,WILLIAMS AVENUE S. � � RENTONTON, WA 98055 SECRETARY PRESIDENT 40 Countersigned by Authorized Representative Issued Sales Office and No. End. Serial No. s s TH 24 01 02 06 160 'Iv yqg' ALIA Or,4- t..I B00) • The Contractor shall provide the Contracting Agency and all Additional Insured's with "W written notice of any policy cancellation, within two business days of their receipt of such notice. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately '�■' terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, .. offset against funds due the Contractor from the Contracting Agency. • All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. w .. .r. wr wr aw rrn Ow THIS PAGE INTENTIONALL Y LEFT BLANK to ON .o am do im err Ow City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 38 February 2011 .. wrr POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. w ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS-SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Renton M (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that insured. rw CG 20 10 03 97 Owners,Lessees,or Contractors SAMPLE No Completed Operations WCIA Insurance Requirements City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 139 February 2011 aw r r ,rr VAN wr THIS PAGE INTENTIONALL Y LEFT BLANK .o WK on s Vw City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 140 February 2011 r City of Renton Human Resources & Risk Management Department Insurance Information Form r3r FOR: PROJECT NUMBER: C-13?- il- "2-f STAFFCO TACT: 1W CCrtillCaite of IIISUrance indicates the cover t!csllirnit,specilicd in M `r'e5 No CelntraCt? will be issued upon award of contract Are the folltYMrto co ra aes and/or c editions act effc i'' D Yes fit? The Commercial General Liability policy fOrm is an ISO 1993 F1 Yes ❑ No t)ccurren" Form or Equivalent? 411 no..aflla ch a Copy of the policy, with required co,�eri�.?.es clearlb' ;� refennfiecl) actual endorsement is CG()�)-I i,-�Yne3a€Ia Y)•�'I;�tdorsernent provicld& ' YC.'.S <'(), attached to policy but rather coverage is included in the car is equivalentQverage form General Aggregate provided on a'per project basis(CG2503 Y:" El ye; ❑ No r3r Additional Instlre:d evorrding provid d".- Yes ® No Coecragc can a primary ba,is and non-contributiag b.a,is?`' � Yes No, Waiver of,Subro"ation Claause a, lic,Y�` X I p [� Yes 0 No `caerabilitt cif Interest clause(Crass I_iaabilitr')aapplics`? F9 Yes Q No No ice tYi'C`artccllalitrnlNoYn Rcntsn t L 1 Yes 0 'No anle3ad (I to 45 doys, per 1,'C1r 1S,1 i. lG!'}'' copies of policy endorsement will be provided ,`To be Yftt7 cn on cerfi, dretre.tf inI -itranrer.lz along with certificate of insurance once contract is awarded. r1u1 A11 BI ST',S RATING FOR C%,RRi.;[R A IX tAlllo A IX Umb _ A IX P(ofessional N/A.__—_.___-._ This Questionnaire is issued as a matter of infoirnm ion. This elne:stiolYn;airer is not lit) illsurance pohc% und clues 1)c11 1131lend, extend or :alter the coverage afforded by the policieN indicated on the attached CERTIFICATE 01= INSURANCE. Tile CITY OF RENT(—)N. al its option. shall Obtain copies of file policies ndlctr s)vcific declar ttion pares FROM awarded bidder prior tea eXecuticn of contract. F?ARKER SMITH & FEEK, INC. SUSAN R. BROCK +ilr[ A enct/Fre}ker Coinplete<i By iTe ne or Print Naarne) 2233 112TH AVE, NE BELLEVUE, WA 98119 S R Address C-onildeted By isi!2nature) SUSAN BROCK 425-709--3600 as �Nainc of pie on to colll lct Tektiphone Nuinhe=r N07E THIS QU'LSTIt?,'s`,'eA IRE MUST BE C( AfPL.ETED FOR EACH L.IAE Of' COVERAGE AND go 1T IACHE'l.) To CERTIFICATE OF Ill''.SUP.4,NCE am City of Renton-SW Sun-set Boulevard and 'Page Aa Insurance ic Information Ave t ede.rtriait In,IYrcYe'clYrritts pre.lect. I'aLe t 41 I ehty:iry 2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxeva.com-Always Verify Scale ar ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the r NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. No 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same to manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. rr 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. Date Authorized Representative r.r Signature wr �r. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 142 February 2011 r CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the 9w risks that may be applicable to the(CONTRACTOR) under Contract Number . The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: so • Premises and Operations • Explosion,Collapse and Underground Hazards r • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage to • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability W (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. , (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. rrt ■g City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 143 February 2011 1 rra +�+ LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: r Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 s *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability rr Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number AK Umbrella Liability rr Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 L 40 err City of Renton—SW Sunset Boulevard and February 2011 Hardie Ave SW Pedestrian Improvements Project Page 44 r ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further,all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. rl ti[ to �r► City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 145 February 2011 lil Yrr �r THIS PAGE INTENTIONALL Y LEFT BLANK rr rn City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project Page 146 February 2011 rrr AIX Win ANW."MENTS,TO TAE STANDARD 9P W. ONS City of Renton SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 THIS PAGE INTENTIONALL Y LEFT BLANK City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments to the Standard Specifications INTRODUCTION. ..................................................................... .......................................................1 SECTION"1-01,;DEFINITIONS AND TERMS................................... ......... . ....... ....................................1 1-01.2(1) Associations and Miscellaneous .................... ........ ... . .. ......... ............... . ....1 SECTION 1-02,BID PROCEDURES AND CONDITIONS... ......... ........... ....... .......... ......... ,..........1 1-02.7 Bid Deposit..... .......... ......... ...... ........................ . ......... ........ . ....... ....................................1' L1-02.9 Delivery of Proposal.. .......... . .................. .......... ......... ........ ......... ......... . ......;. ..............1 SECTION 1-06,CONTROL OF MATERIALS.................................. .2 1-06.1 Approval of Materials Prior to Use............. .1-06,1 4 Fabrication'Ins coon Expense. ......... ... ............. ... .. ......... . ........................2 O Inspection pe 1-06.2(2)A General... .... ..... ......... ............................... . ........ ............. ..... ....................................3 LSECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....... .................... .. . 1-07.2 Sales Tax.. .... ........................... ... . .. ....... .. .......... ... . . 3 1-07.9(1) General...... ...... . ........... .. ..... ....3 1-07.13(4) Repair of Damage. .... .. ...... ......... ..... .. ... . ......... .............. ..... .4 1-07.14 Responsibility for Damage. . .. ........ ..... ..... ........ ... ........ ......4 1-07.15. Temporary Water Pollution/Erosion Control........ ......... ................. .. ......... ......... ..............5 1-07.15(1) Spill Prevention,`Control and Countermeasures Plan ......... .................... .......... ..............5 1-07.16(2) Vegetation Protection and Restoration ........ ....5 1-07.18 Public Liability and Property Damage Insurance. ......... .. ........ ................. ............. . .........6 1-07.18 Public Liability and Property Damage Insurance.... ...... ..... . .. . ................... ...........,.............6 L SECTION 1-08,PROSECUTION AND PROGRESS............ ...... ............... ...... . ............8 1-08.1 Subcontracting .. ..................... ... .... ..... .... . ...... . . ........8 1-08.5 Time for Completion. .............. ... ... ...... .. .. ........ .......... .9 SECTION 1-09,MEASUREMENT AND PAYMENT........................ ......... ......... ......... ......... ..............9 1-09.2(1) General Requirement for Weighing Equipment ......... ........ .. ....... ......... .........................9 Scales. ... ............... . .......... ... ....... ......... ......... ........ .9 Scale'Operations.......: .......... .. ...... ............................... .............. ... ....... ...........I... .......:. ............10 '>F'nfs Tickets. ..... .. ................................................. 10 1-,W.20) S�Requirements for Batching Scales...... ......... ......... ................................ ............11 1-09.2(3) Specfic Requirements for Platform Scales....... ......... ......... .................. ........ ............11 1-09.2(5) Measurement. .... .......... . .... .... ... .................. ...11 Scale Verification Checks..... ........... .... .............. ..... .. ......... .................... ......... .................. ...11 Belt Scales. ... .. ..................... .... ......... .. . ...........11 Minor Construction Items...... .....................................................: ......... ......... ......... ......................12 1-09.2(6) Payment ,..12 1-09.9 Payments... .. ..... . ....... ........ ...... .. .. ......... ......... ......... ............13 1-09.11(1)A Disputes Review Board Membership......................... ........ ......... ......... ........................13 Lo City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian`Improvements'Project February 2011 SECTION 1-10,TEMPORARY TRAFFIC CONTROL ... ....................................... ......... ............ . ........13 1-10.2(3) Conformance to Established Standards.................................................................... ...........13 1-10.3(2)C Lane Closure Setup/Takedown ......... ......... .............................. ......... ......... ...........13 1-10.3(3)A Construction Signs............................... ............................................ .......... ....... ...........13 1-10.3(3)J Truck Mounted Attenuator.................... ......... ............................... ......... . ....... `. ..........14 1-10.3(3)J Transportable Attenuator ......... ........... . ...... ............................... 14 1-10.4(2) Item Bids with Lump Sum for Incidentals .......................................... ......... ......... ...........14 1-10.5(2) Item Bids with Lump Sum for Incidentals ......... .................... ......... .......... ........ ...........14 SECTION 2-01,CLEARING,GRUBBING,AND ROADSIDE CLEANUP.............. ......... ......... ...........15 2-01.3(2) Grubbing...................................... ....................................................... ........ ......... ...........15 SECTION 2-02,REMOVAL OF STRUCTURES AND OBSTRUCTIONS.............. ......... ......... ............15 2-02.3 Construction Requirements............. ...................................................... ......... ......... ...........15 SECTION 2-09, STRUCTURE EXCAVATION....... .......................................... . ........ ....._... ...........15 2-09.3(1)E Backfilling.......................................................................................... ......... ......... ...........15 2-09.3(2) Classification of Structure Excavation ............ ........... ..15 2-09.3(3)D Shorting and Cofferdams. ........................................................................... ......................15 2-09.4 Measurement.. ............................... ...................................................... ......... ......................16 SECTION 5-01,CEMENT CONCRETE PAVEMENT REHABILITATION... ......... ......... ......... ...........16 5-01.2 Materials. ................................................ ................................................................... ...........16 5-01.3(4) Replace Portland Cement Concrete Panel ........... ..16 5-01.3(6) Dowel Bar Retrofit............ ......... ........................................................................................16 5-01.3(9) Portland Cement Concrete Pavement Grinding.................................. ......... ......................16 SECTION 5-02,BITUMINOUS SURFACE TREATMENT...... .. .............................. ....... ........ ..........16 5-02.5 Payment ................_....................................................................................................... ...........16 SECTION 6-04, HOT MIX ASPHALT.............. ......... .......................................... .......... ........ ...........17 5-04.3(8)A1 General ............................................... ....................:................................... .............17 5-04.3(8)A4 Definition of Sampling Lot and Sublot................................................................................17 5-04.3(10)61 General............................................................................................................................17 SECTION 5-05,CEMENT CONCRETE PAVEMENT. .............................................................................17 5-05.2 Materials .............................. ........ ......... .................... ......... ......... ......... ......................17 5-05.3(1) Concrete Mix Design For Paving.. ......... ......... ............................... .................................17 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement...................... ......... ......... ...........18 5-05.3(11) Finishing... .................... ..................................................... ..... .......18 5-05.3(12) Surface Smoothness...... ................................................................ ......... ......... ...........19 5-05.3(13)A Curing Compound........ ......... .................... ............................... ......... ......... ...........19 5-05.3(16) Protection of Pavement.................................................................................. .....................19 5-05.3(17) Opening to Traffic........... ....................................................._.......... ......... ......... ...........19 SECTION 6-01,GENERAL REQUIREMENTS FOR STRUCTURES.......... ......... ......... .....................19 6-01.6 Load Restrictions on Bridges Under Construction............. ..................... ......... .....................19 City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 L6-01.8 Approaches to Movable Spans...................................................................................................19 SECTION 6-02,CONCRETE STRUCTURES............................................................................................19 6-02.2 Materials.....................................................................................................................................19 6-02.3(1) Classification of Structural Concrete......................................................................................20 6-02.3(2) Proportioning Materials..........................................................................................................20 6-02.3(2)A Contractor Mix Design .........................................................................................................21 6-02.3(2)D Lean Concrete................................................................... 21 6-02.3(6) Placing Concrete....................................................................................................................M 6-02.3(6)D Protection Against Vibration................................................................................................22 6-02.3(10)D Concrete Placement, Finishing, and Texturing..................................................................22 16 6-02.3(10)F Bridge Approach Slab Orientation and Anchors................................................................22 6-02.3(11) Curing Concrete ..................................................................................................................22 L6-02.3(17)B Allowable Design Stresses and Deflections......................................................................22 6-02.3(17)F Bracing...............................................................................................................................23 6-02.3(17)N Removal of Falsework and Forms.....................................................................................23 L 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings........................................................................24 6-02.3(24) Reinforcement......................................................................................................................25 L6-02.3(24)C Placing and Fastening........................................................................................................25 6-02.3(24)F Mechanical Splices............................................... ..............................................................25 6-02.3(25) Prestressed Concrete Girders..............................................................................................26 6-02.3(25)1 Fabrication Tolerances.. ................ 26 6-02.3(25)L Handling and Storage.........................................................................................................26 L6-02.3(25)N Prestressed Concrete Girder Erection...............................................................................27 6-02.3(26)E Ducts..................................................................................................................................27 6-02.3(26)H Grouting....................I.........................................................................................................27 L 6-02.3(27) Concrete for Precast Units...................................................................................................27 6-02.3(27)A Use of Self Consolidating Concrete for Precast Units.......................................................27 L6-02.3(27)B Submittals for Self Consolidating Concrete for Precast Units...........................................28 6-02.3(27)C Acceptance Testing of Self Consolidating Concrete for Precast Units...... .......... ...........29 L6-02.3(28)6 Casting...............................................................................................................................29 6-02.3(28)F Tolerances.............................................................. ...........................................................30 SECTION 6-03,STEEL STRUCTURES.....................................................................................................30 L 6-03.3(25) Repair Welding.....................................................................................................................30 6-03.3(25)A Welding Inspection.............................................................................................................30 6-03.3(29) Vacant..................................................................................................................................30 L Welded Shear Connectors..... ......... ............................... ......... ......... ......... .................................30 6-03.3(33) Bolted Connections..............................................................................................................30 L 6-03.3(33)A Pre-Erection Testing..........................................................................................................34 6-03.3(33)6 Bolting Inspection...............................................................................................................36 L City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 L 6-03.3(39) Swinging the Span......... ......... ......... ...................................................... ......... ...........37 SECTION 6-07, PAINTING G. .... ... ....... .... ... ......... ....... ......37 . .. . ...... .... ... .. ........ 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal Component . ..........37 6-07.3(9)G Application of Shop Primer Coat....................................................... ........ ......................38 6-07.3(9)1 Application of Field Coatings.............................................................. ......... ......... ...........38 6-07.3(10)H Paint System........................... ......... ................................ ......... .......... ... ...... ...........38 6-07.3(10)K Coating Thickness.................. ........ .......................................... ............ .. .... . ..........38 6-07.5 Payment .................... .......... ......... . ........ ................................ .................... ......... ............39 SECTION 6-09, MODIFIED CONCRETE OVERLAYS..................... ............................... ......... ...........39 6-09.3(1)E Air Compressor.............. ........... ..39 6-09.3(6) Further Deck Preparation. ......... ......... ......... .................... ......... .......... ........ ...........39 6-09.3(6)B Deck Repair Preparation.....................I........................................................ ......... ...........39 SECTION 6-10,CONCRETE BARRIER......... . ........ ......... .................... .......... ........ ........ ...........39 6-10.3(1) Precast Concrete Barrier............. ......... . ....................................... ............. . ...... .........39 6-10.3(6) Placing Concrete Barrier.. ......... ........... ..40 SECTION 6-11 REINFORCED CONCRETE WALLS.. ......... ........ .................... .......... ........ . ..........40 6-11.3(3) Precast Concrete Wall Stem Panels...... ............................. ........... ......... ......... ...........40 SECTION 6-12, NOISE BARRIER WALLS.... ......... ............................... ........ .......... .. ...... . ..........40 6-12.3(6)`Precast Concrete Panel Fabrication and Erection......................................... ......... ...........40 SECTION 6-13, STRUCTURAL EARTH WALLS ........... ..40 6-13.3(2) Submittals.................................... ......... ......... ..................................................................41 6-13.3(2)A Design Calculation Content Requirements...... .............................. ......... ......... ...........41 6-13.3(2)6 Working Drawing Content Requirements........ .............................. ................ .. ...........42 6-13.3(3) Excavation and Foundation Preparation. ......... .......................................... ......... ...........44 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication....... ......... ......... ...........44 6-13.4 Measurement.........................................................................................................._...................44 6-13.5 Payment........................................... ......... .......................................... ,........ ......................44 SECTION 6-14,GEOSYNTHETIC RETAINING WALLS............................. ......... .................................44 6-14.3(3) Excavation and Foundation Preparation. ................................................................ .........:.44 6-14.4 Measurement........................ ......... ......... .................... ......... ......... ......... ......... ...........44 6-14.5 Payment........................................................ .......................................... ......... .....................44 SECTION 6-16,SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS. ......... . ......... ....................44 6-16.5 Payment. .............................. ......... ......... ......... ......... .................... .. ....... .......... ..........44 SECTION 6-17, PERMANENT GROUND ANCHORS .......................................... ........: .....................45 6-17.3(3) Submittals... ......................................... .............................. .................... ......... ...........45 6-17.3(5) Tendon Fabrication........... ................................................................. ................................45 6-17.3(7) Installing Permanent Ground Anchors.......................... ......... ......... ......... ......... ...........45 6-17.3(8)B Performance Testing.................... . ....... .......................................... . ........ ......... ...........45 6-17.3(8)C Proof Testing.................. .......... . .................. .................... ..................... .........: ...........46 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 SECTION 6-18,SHOTCRETE FACING......................................................................................................46 6-18.2 Materials.....................................................................................................................................46 6-18.3(3) Testing...... ........ ..................................................... ......... ......... ..................... .............47 6-18.3(3)A Pre-production Testing........_....................................................................... .......................47 6-18.3(3)B Production Testing...............................................................................................................47 6-18.3(4) Qualifications of Contractor's Personnel................................................................................48 SECTION 7-02,CULVERTS.... ..... . ............................. ......... .... ......... ..................................48 7-02.2 Materials....... ..... ..................***'*"*...-*-...... .............48 7-02.5 Payment.......................................................................................................................................49 SECTION7-04,STORM SEWERS...........................................................................--w.............................49 7-04.2 Materials.....................................................................................................................................49 7-04.5 Payment.......................................................................................................................................49 SECTION 7-17,SANITARY SEWERS.......................................................................................................so 7-17.2 Materials................................ .....................................................................................................50 7-17.5 Payments....................................................................................................................................50 SECTION 8-01,EROSION CONTROL AND WATER POLLUTION CONTROL......................................60 8-01.2 Materials.....................................................................................................................................50 8-01.3(1) General....................................................................................................................................50 8-01.3(1)A Submittals............................................................................................................................51 8-01.3(1)B Erosion and Sediment Control(ESC)Lead.........................................................................52 8-01.3(1)C Water Management................................................................. ...........................................52 8-01.3(1)D Dispersion/Infiltration...........................................................................................................52 8-01.3(2)B Seeding and Fertilizing ........................................................................................................52 8-01.3(2)D Mulching. ........... ......................................................................................... ............52 8-01.3(2)E Tacking Agent and Soil Binders...........................................................................................53 Soil Binding,Using HECP Type,2 Mulch.................................................................................................53 Soil Binding Using HECP Type I Mulch.................................................................................................53 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch...................................................53 8-01.3(2)G Protection and Care of Seeded Areas.................................................................................54 8-01.3(2)H Inspection............................................................................................................................54 8-01.3(2)1 Mowing..................................................................... ............................................................54 8-01.3(3) Placing Erosion Control Blanket.............................................................................................54 8-01.3(4) Placing Compost Blanket.......................................................................................................55 8-01.3(5) Placing Plastic Covering.........................................................................................................55 8-01.3(6)A Geotextile-Encased Check Dam............................................. ............................................55 , 8-01.3(6)B Rock Check Dam.................................................................................................................55 8-01.3(6)B Quarry Spall Check Dam.....................................................................................................55 .8-01.3(6)D Wattle Check Dam......... ....55 8-01.3(6)E Coir Log................................................................................................................................55 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 8-01.3(9)A Silt Fence.................................. ......... ...................................................... ......................55 8-01.3(9)6 Gravel Filter,Wood Chip or Compost Berm................................................ ......................55 8-01.3(9)C Straw Bale Barrier.......... ......... ......... ................................. ........................ ... ...........56 8-01.3(9)D Inlet Protection.....................................................................................................................56 8-01:3(10) Wattles............................... ....... ......... . ..................................................... ......... ...........56 8-01.3(12) Compost Sock................ .................................................................. ......... ......... ...........56 8-01.3(14) Temporary Pipe Slope Drain............................................................. ......... ............,.........57 8-01.3(15) Maintenance.............................. ......... ........................................... ......... .. ....... ...........57 8-01.3(16) Removal .................................................................................................................. ...........57 8-01.4 Measurement............. ........... .................................. ..57 8-01.5 Payment..................... .................... ......... ..........:................................ ......... ......... ...........57' SECTION 8-02, ROADSIDE RESTORATION. ................................................................. ......... ...........58 8-02.2 Materials ....................................................................................... ......... ......... ..58 8-02.3(2) Roadside Work Plan................................................................. .................... .. ....... ...........58 8-02.3(2)A Chemical Pesticides............................. ........................................... 59 8-02.3(2)B Weed Control....................................... .......................................................... . ... ............59 8-02.3(3) Planting Area Weed Control........ ......... ..................................................... ......... ...........59 8-02.3(3)Weed and Pest Control..... ......... ...................................................... ......... ......... ...........59 8-02.3(3)A Planting Area Weed Control .................................................. .................... ......... ...........59 8-02.3(3)6 Chemical Pesticides....... ....................... ..59 8-02.3(5) Planting Area Preparation ....................................................................................................60 8-02.3(7) Layout of Planting...................................................................................... ...........................60 8-02.3(8) Planting......................................... .................... .................................... 8-02.3(9) Pruning, Staking, Guying, and Wrapping........................................................................ .......61 8-02.3(13) Plant Establishment............................. ..................................................... ,........ ...........61 8-02.3(15) Live Fascines........................................................................................................................61 8-02.3(16)A Lawn Installation................................................................................................................61 8-02.4 Measurement..............................................................................................................................62 8-02.5 Payment...........................................:..........................................................................................62 SECTION 8-03, IRRIGATION SYSTEMS............................................................... ......... ......................62 8-03.1 Description..................................................................................................................................62 8-03.3 Construction Requirements.................................................................................... .......62 8-03.3(1) Layout of Irrigation System ......... ................................................................ ..... ...........62 8-03.3(1)A Locating Irrigation Sleeves..................................................................................................63 8-03.3(2) Excavation............................................... ..................................................... ......... ...........63 8-03.3(3) Piping......................................................................................................................................63 8-03.3(4) Jointing ............................................................................................... ............64 8-03.3(5) Installation ............................................... _.................................................... ......................64 8-03.3(6) Electrical Wire Installation.............................................................................. . ........ ...........65 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 8-03.3(7) Flushing and Testing... ......................... ............ .. ....... ......... ......... .......... ............66 MainLine Flushing.... ......... ......... ........ .................................... ....... ........ ......... ......... .............66 MainLine Testing. ............................................. . ..,... ........ ......... .. ... . . .........66 8-03:3(8) Adjusting System. .....................,..............................., ......... . ......,......................................66 Eli 8-03.3(11) System Operation.......:. ................... 67 8-03.3(12) Cross Connection Control Device Installation........... ......... .............................................67 8-03.3(13) Irrigation Water Service. ............................... ......... ......... ......... ..................................67 L8-03.3(14) Irrigation Electrical Service,................. .. .. ..67 SECTION 8-08,RUMBLE STRIPS. .............................. ........ .. ... . ........ ..,.........68 8-08.3 Construction Requirements, ......... ............................. . ........ ......... . ........, ........ ............68 SECTION 8-09, RAISED PAVEMENT MARKERS....................................................................................68 8-09 RAISED PAVEMENT MARKERS......................................... ...... . , ........ ........, . ..........68 8-09.1 Description. ... ... ........ ......... .... ...........68 8-09.2 Materials ..... . _ ... ............................................ . ........ .. ... ... .. .. ..... . .68 8-09.3 Construction Requirements. 68 8-09.3(3) Preliminary Spotting 8-09.3(2) Surface Preparation........ ........................................... ......... ... ...... ..................................69 8-09.3(3) Marker Preparation ... ................... ...... ........ ..................... ..... .............,...,.....69 8-09.3(4) Adhesive Preparation.............................,.......... ......... .......... ........ ......... ......... ............69 8-09.3(5) Application Procedure..... . ..................... ........ ......... ......... ......... .................... ............70 8-09.3(6) Recessed Pavement Marker............................. ......... ........:.....................................,.........70 8-09.3(7) Tolerances for Pavement Markers..................... ....................................................... ..........70 8-09.4 Measurement. .. ..... ........ ... ...................................... ,...71 8-09.5 Payment.......... ........ ......... .................... ......... ......... ..................... ......... ......... ...........71 SECTION 8-10,GUIDE POSTS .. ............ ............ . ........ ...... ... ....... .71 8-10.3 Construction Requirements.. ............................... ....... .................... .................... ............71 SECTION 841,GUARDRAIL. ... ... ......... ................. ......... ..... ..........71 L 8-11.3(1,)A Erection of Posts. ......... . ................... ......... . ........ ......... ......... ......... ......... ...........71 SECTION$44,CEMENT CONCRETE SIDEWALKS.......... ......... . ...... . .... . ,.,72 Y 8-14.3(3) Placing and Finishing Concrete.............. ......... ......... ......... ......... ......... ......... ..........72 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit......... ............................ ......... ... ........72 8-14.3(5) Detectable Warning Surface ........... ...................................72 814.4 Measurement.. ......... .......... .............................. ......... .............................................:.........72 844.5 Payment.......... . ......... ......................................... ............................ .72 a SECTION 8-15,RIPRAP ....... ......... . ....... ......... .. .. .. ...........73 8-15.2 Materials......... ......... . ........ ..:............................. ......... ..................... ................................73 SECTION 847,IMPACT ATTENUATOR SYSTEMS............ ......... ......... ......... ......... ......................73 8-17.4 Measurement.. ... .. .................................. ... ........................................ ..73 8-17.5 Payment.......... ....................... ............................ .. .. .............. ..................................73 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.... ......... ...........73 8-20.1 Description.................................................. ......... ................................ ......... ......... ...........73 8-20.3(4) Foundations......:... ............................... ......... ................................ ......... ......... ...........73 8-20.3(5) Conduit.....................................................,..................................................... .....:. .....74 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes.......................................................................74 8-20.3(8) Wiring .......................................... ......... ......... ..................... ....:............... ......................74 8-20.4 Measurement...................................................................................................... ......... ...........75 8-20.5 Payment.........:......................................................................................... ......... ......... .......:...75 SECTION 8-21, PERMANENT SIGNING................................................................ ........ ......................75 8-21.3(4) Sign Removal.............................. .................................. ..75 go 8-21.3(9)F Foundations............................... ......... ....................................... .......................................76 8-21.3(9)G Identification Plates.................. ......... ...................................................... ..... .... ...........76 8-21.3(9)G Sign Structure Identification Information..................................................... ......... .........76 SECTION 8-22,PAVEMENT MARKING....................................................................................... ...........76 8-22.1 Description.................................................................................... ..76 8-22.4 Measurement..............................................................................................................................76 SECTION 9-01, PORTLAND CEMENT................................................................... ......... ......................76 9-01.2(1) Portland Cement............................................................................................. ......... ...........77 SECTION 9-02, BITUMINOUS MATERIALS..................................................................... ......... ...........77 9-02.1(8) Flexible Bituminous Pavement Marker Adhesive ......... ......... ..... .............77 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer.......................................77 9-02.1(9) Vacant................................................................................................. ....................77 SECTION9-03,AGGREGATES..................... ...................................................... .................................77 9-03.11(2) Streambed Cobbles................................................................................ ............................78 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS......................................... ......................78 9-04.2(1) Hot Poured Joint Sealants......................................................................................................78 9-04.11 Butyl Rubber.............................................................................................................................79 9-04.11 Butyl Rubber and Nitrile Rubber.... .................... ..................... SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS.........................................79 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe(12-inch through 60-inch).................79 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings and Fittings (12-inch through60-inch) .................................................................................................. ......... .......................79 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe:... ............................... .........................................................................................79 9-05.13 Ductile Iron Sewer Pipe..........................:.................................................................................79 9-05.19 Corrugated Polyethylene Culvert Pipe...... .............................. ......... .................................80 9-05.19 Corrugated Polyethylene Culvert Pipe,Couplings, and Fittings...............................................80 9-05.20 Corrugated Polyethylene Storm Sewer Pi ........ ................... ......... ..........80 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings.. ......... ......... ...........80 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe.. .......................................... ......... ...........80 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 3 m 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe.. ...80 "5.23 High Density Polyethylene(HDPE)Pipe 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary SewerPipe. .....I.....................................................................................82 SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS............... ........ ......... ............82 9-06.5(3) High Strength Bolts ........ ......... .... .. .. ... ..... .82 SECTION 9-07,REINFORCING STEEL.............................. ......... ......... ......... .......... ........ ............84 9-07.1(1)A Acceptance of Materials ......... ......... ......... ....................... ............................................84 9-07.5(1) Epoxy Coated Dowel Bars(For Cement Concrete Pavement)..............................................84 9-07.5(1) Epoxy Coated Dowel Bars(For Cement Concrete Pavement Rehabilitation).......................84 9-07.5(1) Epoxy Coated Dowel Bars(For Cement Concrete Pavement)...............................................84 9-07.5(1) Epoxy Coated Dowel Bars(For Cement Concrete Pavement Rehabil itation).......................84 SECTION 9-08,PAINTS AND RELATED MATERIALS. .. ... ......... . . ......84 9-0&1(2)C Inorganic Zinc Rich Primer .. ....... .. .......84 9-08.1(2)D Organic Zinc Rich Primer. .. ., ... ..... ... ............84 SECTION 9-14,EROSION CONTROL AND ROADSIDE PLANTING .,.85 `9-14.1 Soil...... ..... :... ......... .......:, ................................ ...:..... ......... ......... . ..:..............................85 9=14.1(1) Topsoil Type A........................................................................................................................85 9-14.1(2), Topsoil Type B...... ......... ......................................... ...... .. .............................. ............85 9-14.1(3) Topsoil Type C . ....... .... .... . ......... ....... .85 9-14.2 Saed, ..,.. .... ....... . ............................ .......:......... ....... .85 9-14.3 Fertilizer. ... ............. .... .... .86 K 9-14.4 Mulch and Amendments....... 9-14.4(1) Straw. ..... ,.. ................. ......... .. . .. .. .86 9-14.4(2) Hydraulically Applied Erosion Control Products(HECPs)......................................................87 9-14.4(2)A HECP Type 1 Mulch 9-14.4(2)B HECP Type 2 Mulch............................................................................................................89 9-14.4(2)C HECP Type 3 Mulch...... ............................... ......... ........ ..90 9-14.4(3) Bark or Wood Chips......... ............................... ......... ......... ......... .... .... .......... ..........90 9=14.4(4) Wood Strand Mulch ...... .91 9.14,4(5) Lime ......... ... ............. ... ..... .. ....... ....... .. ... .... .91 0-14,4(6) Gypsum...... .......:. ........ ............................. .. ..91'; 9-14:4 Tackifier........................ .... ................. ..... .................... ..... ... .91 9-14.4(7)A Organic Tackifier„ ........ ............................... ......... ......... ......... ......... ......... ...........92 9-14.4(7)B Synthetic Tackifier.......:. .................... ......... ......... . ........ ......... ......... ......... ...........92 9 44.4(11) Compost..... ......... .. ........ .............................. ......... ......... ......... ...... .. ........ .92 9-14.4(9)A Compost Submittal Requirements.................. ......... . ......... ........ .... .... ......... ...........94 9414.4(8)6 Compost Acceptance. . ....... . .. ......... ....................94 9-14.4(9) Vaunt........ . ........ ........... ,........:...............:............... ...... .. ......... ......_.. ....... ....95 Clty of Renton--R Sunset Boulevard and Hardie Ave SW Pedestrian Improaments Project February 2011 9-14.4(10) Vacant............................ ......... ......... ......... .................... ......... .. ....... ......... ............95 9-14.5 Erosion Control Devices.................. ......... .......... .............................. ......... ......... ...........95 9-14.5(1) Polyacrylamide(PAM)...... ......... ......... ......... ......... ......... ......... ......... ......... ..........95 9-14.5(2) Erosion Control Blanket t.... ............................... .................... . ........ ......... ......... ...........95 9-14.5(2)A Erosion Control Blanket Approval......:. .......................................... ......... .. ....... ...........96 9-14.5(3) Clear Plastic Covering........ .................... ......... .. ............................. ......... ......... ........ 96 9-14.5(4) Geotextile-Encased Check Dam. ......... ......... .................... ......... ...:..... ......... ...........96 9-14.5(5) Wat tles.............................. ......... ......... .............................. ......... ......... ......... ...........96 9-14.5(6) Compost Socks................ ......... .......I. .......................................... ......... ........ ...........97 9-14.5(7) Coir Log...... ..................... ......... ......... .......................................... .......:. ... ...... ...........97 9-14.5(8) High Visibility Fencing...... ......... ......... ......... .................... ......... ......... . ........ ...........97 9-14.6 Plant Materials................................. .. . ...... .......... . .................. ......97 9-14.6(1) Description.. ......... ......... ......... .,........ ......... .................... .......... ........ .......... ..........97 9-14.6(2)Quality.............................. . ......... ........ ........ ............................... ......... ...........98 9-14.6(3) Handling and Shipping..... ........... ............99 9-14.6(4) Tagging....... .................... ......... ......... ......... ....... ...............100 9-14.6(5) Inspection..................................... ........... ...........100 9-14.6(6) Substitution of Plants........ ......... ......... .......................................... .........-...................101 9-14.6(7) Temporary Storage................................................................... ......... ..............................101 9-14.6(8) Sod.. ........ .................... ..........101 9-14.7 Stakes, Guys, and Wrapping ......... ......................................................................................101 SECTION 9-15, IRRIGATION SYSTEM . ........ .. . ...................................... .. . ...............102 9-15.3 Automatic Controllers............. ......... ........: ......... .................... ......... ......... ......... .........102 9-15.4 Irrigation Heads...................... ......... ......... ...................................................... ...................103 9-15.5 Valve Boxes and Protective Sleeves ......... ......... .................... ........ ......... ......... .........103 In 9-15.5 Valve Boxes............................................................ ...................................................... .........103 9-15.7(1) Manual Control Valves............................ ........................................... ......... ...................103 9-15.7(2) Automatic Control Valves., ......... .................... ..................... ......... ......... ...................103 9-15.7(3) Automatic Control Valves With Pressure Regulator.................. ......... ......... ...................103 9-15.8 Quick Coupling Equipment.... ........ ......... .............................. ......... ......... ...................103 9-15.9 Drain Valves................................ ...................................................... ......... ....................104 9-15.10 Hose Bibs.........I.............................. ...................................................... ..............................104 9-15.11 Cross Connection Control Devices. ......... ........................................... ..............................104 9-15.12 Check Valves.................................. ......... .... ............................ ......... ......... ...................104 9-15.14 Three-Way Valves...........'.... ......... ......... ......... ......... ......... ... .........104 9-15.15 Flow Control Valves............. . ........ ......... ................................ ......... ......... . ..................104 9-15.17 Electrical Wire and Splices............. ......... ......... .................... ......... ........ ......... .........105 9-15.18 Detectable Marking Tape................ . ........ ................................ ......... . ........ ...................105 SECTION 9-16,FENCE AND GUARDRAIL.... ......... ......... ................... ......... ......... ...................105 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 9-16.3(2) Posts and Blocks. . ........ ......... ......... .................... ......... . ........ ......... ......... ...........105 x, SECTION 9-17, FLEXIBLE GUIDE POSTS. ...................... ....... ... .... . . ...........'106 9-17.4 Pre-approval. ...... . ....... ........... .106 SECTION 9-22,MONUMENT CASES ............................... ................... .................... ......... ..........106 9-22.1 -Monument Cases, Covers, and Risers...... ......... ......... ...... .107 L SECTION 9-23,CONCRETE CURING MATERIALS AND ADMIXTURES ........ ........... ...................107 . 9-23.1 Sheet Materials for Curing Concrete.......... ......... .......: . ........ ......... .................... ..........107 ,;' 9-23.2 Liquid Membrane Forming Concrete Curing Compounds ......... ......... ..... ... ......... ...........107 9 723.12 Metakaolin...............................................................................................................................107 E, 9-23.13 Blended Supplementary Cementitious Material. .107 SECTION 9-29,ILLUMINATION,SIGNAL,ELECTRICAL. ........ ......... .................... .....................107 9-29.1(4) Non-Metallic Conduit....... ............................... . ........ ......... ......... ............ . ..... ..........107 9.29.1(4)B Expansion Fittings. .. ............ .... ........ .. ................................108 9-29.2(1)A Standard Duty Junction Boxes.................................... ............ ..... .................... ..........108 9-29.2(2)4 Standard Duty Cable Vaults and Pull Boxes.. ......... ......... ... ...... ......... . .......: ..........108 9-29.3(2)8 Multi-Conductor Cable.. ,............................... ......... ....... .. ................... ......... ..........108 9-29.3(2)E Two-Conductor Shielded................................ ......... ......... .................... . ........ ..........109 9-29.3(2)F Detector Loop Wire. ........................ ...... ... .. . . ....... ... 109 9-29.3(2)G Four-Conductor Shielded Cable. .............................. ..................... .................... ..........109 9-29.4 Messenger Cable, Fittings. ............... ..... ... ........ ...... . ... ... ...109 9-29.6(5) Foundation Hardware. ........................ .... ....... .. ... 109 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases.... .. ............................. .... .. .. . .............. ...... .. .......109 9-29.7(1) Unfused Quick-Disconnect................................ ......... ................................. ....... .... ......110 9.29.7(2) Fused Quick-Disconnect ....................... .110 9-29.9 Ballast,Transformers........... ............................... ........... . ...... ......... ..................... .........111 9-29.9(1) Ballast........ . . .... . ........................ ..... ........... ........... .. 111 9.29.9(2) Transformers......... . ....... .. ............................. .......... . ....... ......... ......... .......... .........112 9-29.10 Luminaires... ......... ......... . . I............................ ......... ......... ,........ ......... ....................112 9.29.Io(1) Cobra Head Luminaires ....... ......... ......... . ........ . ... . ......... ......... . ..113 9-29.10(1) Conventional Roadway Luminaires............................ ......... ............................... .........113 9-29.1'0(2) Decorative Luminaires.... ............................... ........ .. ....... . . .................. ....... . .........114 9-29.10(3) High Mast Luminaires and Post Top Luminaires ........115 9-29.10(3) Vacant..... ......... . .............................. ......... . ........ ......... ..................... .......... ........115 9-29.10(5) Sign Lighting Luminaires............................................... ....... ... . . ........ .......115 9-29,10(5)A Sign Lighting Luminaires-Mercury Vapor.............................:........ . ........ ....................115 9~29.10(5)A Sign Lighting Luminaires Isolation Switch. .......... ..... ......... ......... .........,..........115 y w 949.10(5)8 Sign Lighting Fixtures-Induction.................. . ........ ......... ......... ..................... ........115 9-29.12 Electrical Splice Materials... ................... ......... ......... ........, ......... ......... ..................115 City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 9-29,12(1) Illumination Circuit Splices................................................................ ......... ......... .........116 9-29.12(1)A Heat Shrink Splice Enclosure. .................................. ................... ......... ......... .........116 9-29.12(1)B Molded Splice Enclosure....... ........ ............................... ......... ......... ......... 116 9-29.12(2) Traffic Signal Splice Material........................................................................ ....................116 9-29.15 Flashing Beacon Control .... 116 9-29,16 Vehicular Signal Heads...... ......... ......... ................................. ......... ......... ......... .........116 9-29.16 Vehicular Signal Heads, Displays and Housing.. .................... ......... ......... ......... .........116 9-29.16(1) Optically Programmed, Adjustable Face, 12-inch Traffic Signal....... ......... ......... .........117 9-29.16(1) Optically Programmed Adjustable Face, and Programmable, Array 124nch Traffic Signal .............................................................................. ............................................ .................... .......,.117 9-29.16(1)A Optical Systems............_......... ......... .......,................................... ......... .. ....... .........117 9-29.16(1)A1 Conventional Optical System.......... ........................................... ......... ......... .....:...117 9-29.16(1)A2 LED Programmable Arr ay..... ................................ ......... ......... ......... .......... .........117 9-29.16(1)B Construction......................................................................................................................117 9-29.16(1)B Housing Construction......................... .......................................... .........................118 9-29.16(1)D Electrical............................................ ........................................... .......... ...................118 9-2916(1)D Housing Electrical................... ...................................................... ...............................118 9-29.16(1)D1 Electrical Conventional......... ......... ........................................... ......... ......... .........118 9-29.16(1)D2 Electrical LED..................................:.............................................................................118 9-29.16(1)E Photo Controls................................... ......... ................................................................118 9-29.16(1)E1 Conventional Photo Controls ......... ........................................... .......... ....................118 9-29.16(1)E2 LED Photo Controls......................... .......................................... ..............,.................118 9-29.16(2)A Optical Units................. ......... ......... ........................................... ......... ....................118 9-29.16(2)6 Signal Housing..............................................................................................................,._119 9-29.16(2)D Back Plates........................................ ................................. 119 9-29.16(2)D Vacant................................................ ........................................... ......... ......... .........119 9-29.16(2)E Painting Signal Heads..............................................................................:......:.................119 9-29.16(3) Polycarbonate Traffic Signal Heads.................................................. ...............................119 9-29.16(3)A 8-inch Polycarbonate Traffic Signal Heads......................................................................119 9-29.16(3)B 12-inch Polycarbonate Traffic Signal Heads ................................. ......................120 9-29.16(4) Traffic Signal Cover............................................................................................................120 9-29.18 Vehicle Detector......................................................................................................................120 9-29.19 Pedestrian Push Buttons............................................................ ......... ......... ....................120 9-29.25 Amplifier, Transformer, and Terminal Cabinets..................................... ......... ....................120 SECTION 9-30,WATER DISTRIBUTION MATERIALS........ .................... ......... ......... ....................121 9-30.1(1) Ductile Iron Pipe....................................................:..............................................................121 9-30.1(2) Polyethylene Encasement ........................................ ........121 SECTION 9-31, ELASTOMERIC BEARING PADS. ......... ............................... ......... ......... .........121 9-31.1 Requirements................................... ..................... .................... ......... ......... ....................121 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 SECTION 9-330 CONSTRUCTION GEOSYNTHETIC......... ......... ......... ......... ......... .....................122 9-33.4(3) Acceptance Samples................................................... ..... ... . ........ .................... ..........122 SECTION 9-34, PAVEMENT MARKING MATERIAL...........................................................................122 =x 9-34.1 General.................... ..................................................... ......... ........: . ........ .....................122 9-34.2 Paint... ......... ......... .......................................... .......... ......................................................122 L 9-34.2(1) High VOC`Solvent Based Paint......................... .. ...... ......... ......... .. ..............................122 9-34.2(1) Vacant_ ...... .. .................... .. ......... . .. . ........ ........122 SECTION 9-35,TEMPORARY TRAFFIC CONTROL MATERIALS ......... ......... ............. ..... ..........122 9-35.0 General Requirements.................... .................... ......... ......... ......... .......... .....................122 9-35.12 Truck-Mounted Attenuator`......................................................................................................123 EA, 9-35.12 Transportable Attenuator................................................ . ......... ...........................................123 9-35.12(1) Truck-Mounted Attenuator........................................... ........ ............................................123 9-35.12(2) Trailer-Mounted Attenuator ...123 9-35.12(3) Submittal Requirements...................................................... ............................... .........123 y City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments to the 2010 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge,and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date. of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS (WSDOT Amendment August 2, 2010) 1-01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1-02, BID PROCEDURES AND CONDITIONS (WSDOT Amendment January 4, 2010) 1-02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 1-02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1-02.12. The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 Amendments 1 Amendments to the 2010 Standard Specifications SECTION 1-06, CONTROL OF MATERIALS (WSQOT Amendment April 5, 2010) 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub-section: 1-06.1(4) Fabrication inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Prestressed Concrete Girders and Precast Bridge Components Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Epoxy Coated Reinforcing Steel Painted and Powder Coated Luminaire and Signal Poles • Additional items as may be determined by the Engineer The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per*inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per*inspection day, from Seattle but not less than $2,500 per trip *Note -An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements'Project February 2011 Amendments 2 Amendments to the 2010 Standard Specifications 1-06.2(2)A General Table 2 "Pay Factors" on page 1-39 is revised to read: raw.a Factors PAY FACTOR Minimum Required ParoanFRWork Within speaftation Lhnits for a divan Factor Pt)+PQ—100 moory n=3 n=4 iF ne6 n=7 net n■9 n=1 n 12 n=15 nai 8 n=23 rt=30 n*W "7 to to to to to to to to n.11 ne14 nd7 n■22 n.29 n.42 nW* b 1.05 100 100 100 100 100 100 100 100 100 10o 1.04 100 99 97 95 _96 86 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 98 98 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 98 1.00 69 78 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 78 78 79 -s0 91 82 84 85 88 87 88 90 0.97 63 68 72 74 76 77 78 79 a1 62 $3 84 Be 87 as 0.96 81 67 70 72 74 75 78 70 79 81 82 83 84 s 87' 0.95 59 65 6s 71 72 74 75 76 78 79 s0 82 83 $4 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0:93 57 62 65 67 69 71 72 73 75 76 78 79 so 82 84 0.92 55 80 83 Be 88 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 Be 89 70 72 74 75 76 78 79 81 0.90 53 57 61 83 85 66 87 89 71 72 74 75 77` 78 80 0.89 51 58 59 62 83 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 Be 70 71 73 .75 77 0.86 48 52 55 58 59 61 62 84 68 67 89 70 72 74 76 (Continued) Table 2 Pay Factors on page 1-40 is revised to read: SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 Sales Tax (WSDOT Amendment August 2, 2090) The third sentence in the first paragraph is revised to read: The Contractor should contact Vendor Payments (a division of Accounting & Financial Services) of the Department of Transportation in Olympia, Washington for answers to questions in this area. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract- related taxes have been paid (RCW 60.28.051). 1-07.9( ) 1 General (WSDOT Amendment August 2, 2090) The second sentence in the fourth paragraph is revised to read: City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 3 Amendments to the 2010 Standard Specifications When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work . 1-07.13(4) Repair of Damage (WSDOT Amendment April 5, 2090) The last sentence in the first paragraph is revised to read: Ell For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 17.5, payment will be made in accordance with Section 1-09.4 using the estimated Bid item "Reimbursement for Third Party Damage". 1-07.14 Responsibility for Damage (INSDOT Amendment January 3, 2019) The third fourth and fifth ara ra hs are revised to read: p g P Subject to the limitations in this Section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Sub` to the limitations in this section and RCW 4.24.115 the Contractor shallf� r indemnify, defend, and save harmless any county, city, or region, its officers, and employees a connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due the Contractor be made by the State except as provided in RCW 60.28, pending disposition +A of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negfigence`of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity`provisions provided in the preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: The Contractor specifically assumes all potential liabili ty for actions brought by employees of the Contractor and, solely for the purpose of enforcing the defense and indemnification L obligations set forth in Section 1-07.14, the Contractor specifically waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver had been mutually negotiated by the parties. The Contractor shalt similarly require that each City of Renton-SW Sunset Boulevard and Hardie Ave SW pedestrian improvements Project February 2011 Amendments 4 n h 2010 Standard Specifications Amendments to p Subcontractor it retains in connection with the Project comply with the terms of this paragraph, waive any immunity granted under RCW Title 51 and assume all liability for actions brought by employees of the Subcontractor. 1-07.15 Temporary Water Pollution/Erosion Control (WSDOT Amendment August 2, 2010) The fourth paragraph is deleted. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan (WSDOT Amendment August 2, 2010) The third sentence in the first paragraph is revised to read: No on-site construction activities may commence until the Contracting Agency accepts a SPCC Plan for the project. In item number 10., the first paragraph below the pay item "SPCC Plan,"lump sum is revised to read: When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50-percent of the lump sum Contract price for the plan. 1-07.16(2) Vegetation Protection and Restoration (WSDOT Amendment April 5, 2010) The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds,drastic reduction of surface roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade.All material and fastening material shall be removed from the roots before covering.All roots 1-inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 5 Amendments to the 2010 Standard Specifications 't-07.18 Public Liability 004 Property Damage Insurance ( SDO r Amendment January 3, 20?t) This section is deleted in its entirety and replaced with the following: 1-07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1-05.12). 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CGO009 '1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State,the Governor,the Commission,the Secretary ,the Department and all officers and employees of the State as named insured. 2. Commercial General Liability(CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of$3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations w coverage shall be provided for a period of three years following Substantial Completion of the Work. k, 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 F each occurrence. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with time Contractor's Performance of the Contract. If pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in-transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, time Commission, the Secretary, the Department, all officers and employees Qf the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non-contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self4n ndo beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All lnsuran , coverage I required by this Section shall be written and provided by "occurrence-based"policy forms rather than by "claims made"forms. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 6 Amendments to the 2010 Standard Specifications All endorsements adding Additional Insureds to required policies shall be issued on(i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or(ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to.this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products/completed operations claims. The additional insured coverage required under this Section for products/completed operations claims shall remain in full force and effect for not less than three years following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1-07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional_Insureds.This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. 6. All insurance policies and coverage's required under Section 1-07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. 7. Where applicable, the Contractor shall cause each Subcontractor to provide;insurance that complies with all applicable requirements of the Contractor-provided insurance as set forth-herein, in circumstances where the Subcontractor is not covered by the Contractor-provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage;required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then.the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non-contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision". 8. Unless specifically noted otherwise in the Contract Documents, the parties to, this Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 7 Amendments to the 2010 Standard Specifications The Contract.Documents shaft not be construed to create:a contractual relationship of any kind between the Contracting Agency and a Subcontractor.or any other Verson except the Contractor. 9. The Owners and Contractors Protective Insurance policy olic shall not be subject to a _ J deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. if a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of$50,000.00. 10. With the exception of the Commercial Automobile liability coverage, rio policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (t) terms and scope of insurance coverage afforded by the E, policies required hereunder and/or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Oiympia, WA 98504-7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being`awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the [Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504-7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13: Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification rand copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5-business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion,procure or renew such insurance and pay any and all premiums in connection therewith, with any Sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. SECTION,1.08, PROSECUTION AND PROGRESS (WS©OT Amendment April 5, 2010) 1-08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: City df.Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 8 r Amendments to the 2010 Standard Specifications This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20-calendar days after Physical Completion of the Contract. .The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants". 1-08.5 Time for Completion (WSDOT Amendment January 3, 2011) The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. Item number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants,.or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. SECTION 1-09, MEASUREMENT AND PAYMENT 1-09.2(1) General Requirement for Weighing Equipment (WSDOT Amendment January 3, 2011) This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales Scales shall 1. be accurate to within 0.5-percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 9 Amendments to the 2010 Standard Specifications Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract`Work. In this situation, the Contractor shall provide` a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established sca les used to se ll materials to the public on a regular basis. In addition, for the purposes of this specification,all batch, hopper, and belt scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition,the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at the direction of the Contracting Agency (see Section 1-09.2(5)); 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to-the Engineer daily. Unless otherwise approved, reporting shall utilize form 422-027, Scalaman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for-scales that are not self-printing. The Contractor shall provide tickets for self- printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. City of Menton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 10 Amendments to the 2010 Standard Specifications 1-09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. 1-09.2(3) Specific Requirements for Platform Scales In the first paragraph,the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. 1-09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. Verification checks may not be routinely conducted quantities of weighed material who's estimated proposal quantity, multiplied by its unit price, has a value of less than $20,000. The verification will consist of one of the following methods and be at the Contractor's option: 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. 3. Establish a certified fixed load weighing at least_10,000 pounds as a check-weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. Should the scale verification check reveal a weight difference of more than 0.5-percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5-percent limit, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. Belt Scales To test the accuracy of a belt-conveyor scale, the Contractor shall weigh; five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 11 Amendments to the 2010 Standard Specifications tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1-09.2t6) Payment (WSDOT Amendment January 3, 2011) This section is revised to read: Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they,have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any loss from under weighing that is'revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last 'valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5-percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: • furnishing,installing,:certifying, and maintaining scales; •� providing a weigher to operate a Contractor provided scale; • providing a weigher to operate a commercial scale, if necessary; • providing self-printing'tickets, if necessary; • rerouting a truck for verification weighing; • assisting the Engineer with scale verification checks; # any other related costs associated with meeting the requirements of this section. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 12 Amendments to the 2010 Standard Specifications 1-09.9 Payments (WSDOT Amendment January 4, 2010) The first paragraph is revised to read. The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior.to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In.the third paragraph, the second sentence is deleted. 1-09.11(1)A Disputes Review Board Membership (WSDOT Amendment August 2, 2010) This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1-10, TEMPORARY TRAFFIC CONTROL (WSDOT Amendment January 3, 2011) In Division 1-10, ail references to"truck mounted" are revised to read "transportable". 1-10.2(3) Conformance to Established Standards The reference"(TMA's)" in the paragraph that starts with"Category 3 is deleted. 1-10.3(2)C Lane Closure Setup/Takedown Item number 1 in the first paragraph is revised to read: 1. If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide waming of both the operation and any queue of traffic that has formed during the operation. In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator/arrow board". 1-10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast". City of Renton SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 13 Amendments to the 2010 Standard Specifications 1-10.3(3)) Truck Mounted:Attenuator The title for this section is revised to read: 1-10.3(3)) Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9-35.12. In the third paragraph,the reference to"truck's" is revised to read "host vehicle's 1-10.4(2) item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)" In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator° will be measured per each one time only for each host vehicle with mounted or attached impact aftenuator used on the project. In the lest sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator 1-10.6(2) Item Bids with Lump Sum for incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable L attenuator(s)" City of Renton--SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 14 Amendments to the 2010 Standard Specifications SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP (WSDOT Amendment April 5, 2010) 2-01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close-cut or trimmed as allowed in Section 2-01.3(1) item 3. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS (WSDOT Amendment January 4, 2010) 2-02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2-03.3(7)C. SECTION 2-09,STRUCTURE EXCAVATION (WSDOT Amendment January 3, 2011) ' 2-09.3(1)E Backfilling The sixth paragraph is revised to read: The water/cement ratio shall be calculated on the total weight of cementitious material Cementitious materials are those listed in Section 5-05.2. 2-09.3(2) Classification of Structure Excavation Item number 1 is revised to read: 1. Class A. Structure excavation required for bridge and retaining wall footings, geosynthetic retaining wall footings, structural earth walls and sign structure footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and noise barrier wall footings shall be classified as Structure excavation Class A. If the excavation requires a cofferdam, structural shoring, or extra,excavation, the work outside the neat lines of the Structure excavation Class A shall be classified as shoring or extra excavation Class A. 2-09.3(3)D Shoring and Cofferdams The 14th paragraph is revised to read: If soldier piles are laced in drilled holes and lagging is installed concurrent) with the P p Y excavation, all backfill above the bottom of the lagging shall consist of controlled density fill City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 15 Amendments to the 2010 Standard Specifications or lean concrete. Backflll below the bottom of the lagging may consist of pea gravel. If full height steel sheet tagging is installed prior to excavation, soldier pile holes may be backfilled with pea gravel. 2-09.4 Measurement The second sentence in the second paragraph, "Horizontal Limits", is supplemented with the following: (4) more than 1-foot outside the perimeter of the soil reinforcement area for geosynthetic' and structural earth walls. SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION (WSDOT Amendment January 4, 20 10) 5-01.2 Materials The referenced ection for the following i i ced t3 tng tem s revised to read; Dowel Bars 9-07.5(1) 641.3(4) Replace Portland Cement Concrete Pane! The thirteenth paragraph is revised to read: The tie bar and dowel bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole and all voids around the bar completely filled with grout. Dams, if needed, shall be placed at the front of the holes to confine the grout and center the bars in the holes. The dams shall permit the escape of air without leaking grout and shall not be removed until grout has cured in the hole. 5-41.3(6) Dowel Bar Retroflt The last paragraph is deleted. 5-01.3(9) Portland Cement Concrete Pavement Grinding The,#'Jn:i sentence in the first paragraph is revised to read: Grind,one pass'along the edge adjacent to Portland Cement Concrete Pavement (PCCP) planed in accordance with Section 5-05, before the PCCP is placed. The second sentence In the second paragraph is deleted. SECTION-5. 42, BITUMINOUS SURFACE TREATMENT (IwSD6 T`Amendment'August 2, 2010) 6. 124 Payment The followin g pay item and related statements are deleted: , Y City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 16 Amendments to the 2010 Standard Specifications "Asphalt Emulsion Price Adjustment", by calculation. SECTION 5-04, HOT MIX ASPHALT (WSDOT Amendment April 5, 2010) 5-04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000-tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000-tons or less. 5-04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots 5-04.3(10)61 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. SECTION 5-05, CEMENT CONCRETE PAVEMENT (WSDOT Amendment January 3, 2011) 5-05.2 Materials This section is supplemented with the following: g Cementitious Materials are considered. to be the following: portiand cement, blended hydraulic cement, fly ash, ground granulated blast-furnace slag, microsilica fume, and metakaolin. 5-05.3(1 Concrete Mix Design For Paving g In number 1., the second sentence in the fourth paragraph is revised to read: Cementitious materials are those listed in Section 5-05.2. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 17 Amendments to the 2010 Standard Specifications In number 3.c., the last paragraph is deleted. 5-�05.30A Acceptance of Portland Cement Concrete Pavex»ent All references'to" AASHTO T 22 are revised to read.. WSDOT FOP for AASHTO T 22" In the fifth paragraph "WAQTC FOP for TM 2"is revised to read"WAQTC TM 2". The eighth paragraph is revised to read: Acceptance testing for,com liance of air content and 28-da .com ressive strength shall be P y p ngt conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T23 and WSDOT FOP`for AASHTO T 22. 5-05.3{11) Finishing The first sentence in the third paragraph is revised to read: On projects requiring less than 500-square yards of cement concrete pavement or irregular areas the surface finish may be either longitudinal tining or be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. The third sentence in the third paragraph is deleted. The last sentence in the third paragraph is revised to read: Regardless of the surface finish, if the pavement has a raised curb without a formed concrete,gutter, the texturing shall end 2-feet from the curb line. This section is supplemented with the following two new paragraphs: The standard method of surface finish shall be longitudinal tining. In advance of cudn 9 operations, where longitudinal fining is required, the pavement shall be given an initial and a final texturing. initial texturing shalt be performed with a burlap drag or broom device that will produce striations parallel with centerline. Final texturing shall be performed with a spring steel tine device that'will produce grooves parallel with the centerline. The spring ;fine device shall be operated within 5-inches, but not closer than 3-inches, of pavement edges. Burlap drags, brooms and tine devices shall be installed on self-propelled equipment having extemal alignment control The installation shall be such that when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times-..-Broom and tine devices shall be provided with positive elevation control Downward pressure L on pavement surface shall be maintained at all times during texturing so as to uniform texturing without measurable variations in pavement profile. Self-propelled ng machines shall be operated so that travel speed when texturing is maintained oq nt. Failure of equipment to conform to all provisions in this paragraph shall constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing device shall be rectangular City of Renton—SW Sunset Boulevard and Hardin Ave SW Pedestrian Improvements Project February 2011 Amendments 18 Amendments to the 2010 Standard Specifications in cross'section, 3/32 to 1/8 inch wide, on % inch centers, and of sufficient length, thickness and resilience to form grooves approximately 3/16 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a depth between 1/16 inch and 5/18 inch. 6-05.3(12) Surface Smoothness The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48-hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp -tapers, intersections,tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5-05:3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. 6-06.3(13)A Curing Compound The tenth paragraph is deleted. 6-06.3(16) Protection of Pavement All references to"AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 5-06.3(17) Opening to Traffic All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". SECTION 6-01,GENERAL REQUIREMENTS FOR STRUCTURES (WSDOT Amendment August Z 2010) 6-01.6 Load Restrictions on Bridges Under Construction In the first paragraph "roadway deck" is deleted and replaced with "bridge deck". 6-01.8 Approaches to Movable Spans In the first paragraph "roadway" is deleted and replaced with "bridge deck". SECTION 6-02, CONCRETE STRUCTURES (WSDOT Amendment January 3, 2011) In Division 6-02, all'references to "roadway slab", "roadway deck" and "deck slab" are deleted and replaced with "bridge deck". 6-02.2 Materials In the first paragraph,the following item is inserted after the item "Microsilica Fume City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 19 Amendments to the 2010 Standard Specifications Metakaolin 9-23.12 6-02.3(1) Classification of Structural Concrete The first ara ra h is deleted and replaced with the following two new paragraphs: p 9 p p g o e p agraphs. The class of concrete to be used shall be as noted in the Plans and these Specifications. The Class includes the specified minimum compressive strength in psi at 28 days (numerical class) and may include a letter suffix to denote structural concrete for a specific use. Letter suffixes include A for bridge approach stabs, Q for bridge decks, P for piling and shafts, and W for underwater. The numerical class without a letter suffix denotes structural concrete for general purposes. Concrete of a numerical class greater than 4000 shall conform to the requirements specified for either Class 4000 (if general purpose) or for the appropriate Class 4000 with`a letter suffix, as follows: 1. Mix ingredients and proportioning specified in Section 6-02.3(2) and Section 6- 02.3(2)A. 2. Consistency requirements specified in Section 6-02.3(4)C. 3. Curing requirements specified in 6-02.3(11). 6-02.3(2) Proportioning Materials The table following the third paragraph is revised to read: City of Renton SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 20 Amendments to the 2010 Standard Specifications Table 2 Cementitious Requirement for Concrete Class of Minimum Minimum % Maximum% Maximum% Concrete Cementitiou replacement replacement replacement s of fly as for of fly ash of ground Content portland for granulated (Ibs) cement portland blast cement furnace slag for portland cement 4000 564 35 40 4000A 564 20 30 4000D 660 10 20 30 4000P 600 15 35 40 4000W 564 35 40 3000 564 35 40 Commercial **564 35 40 Concrete Pumpable * * *** *** Lean Concrete Lean 140-200 * 35 40 Concrete * No minimum specified ** For Commercial Concrete the minimum cementitious content is only required for sidewalks, curbs and gutters *** No maximum specified The fifth paragraph is revised to read: The water/cement ratio shall be calculated on the total weight of Cementitious material. Cementitious materials are those listed in Section 5-05.2. With the Engineers written approval microsilica fume and metakaolin can be used in all classifications of Class 4000, Class 3000 and commercial concrete and is limited to a maximum of 10% of the Cementitious material. n 2 6-02.3(2)A Contractor Mix Design 9 The fourth, fifth and sixth sentences of the first paragraph are deleted and replaced with the following sentence: All proposed concrete mix shall meet the requirements of Table 2 Cementitious Requirement for Concrete in Section 6-02.3(2). 6-02.3(2)D Lean Concrete This section is revised to read: City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 21 Amendments to the 2010 Standard Specifications Lean concrete shall have a.minimum cementitious material content of between 145 and 200-pounds per cubic yard and have a maximum water/cement ratio of 2. 6-02.3(6) Placing Concrete The third paragraph is revised to read: All foundations, forms, and contacting concrete surfaces shall be moistened with water just before the concrete is placed. Any standing water on the foundation, on the concrete surface, or in the form shall be removed. The following new sentence is added after the fourth sentence in the fourth paragraph: The submittal to the Engineer shall include justification that the concrete mix design will remain fluid for interruptions longer than 30-minutes between placements. 6-02.3(6)D Protection Against Vibration The first paragraph is revised to read: Freshly placed concrete shall not be subjected to excessive vibration and shock waves during the curing period until it has reached a 2000-psi minimum compressive strength for structural concrete and lower strength classes of concrete. 6-02.3(10)D Concrete Placement, Finishing, and Texturing The following paragraph is inserted at the beginning of this section: Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2-06 and 5-05.3(6). 6-02.3(10)F Bridge Approach Slab Orientation and Anchors The third sentence in the second paragraph is revised to read: All metal parts of the approach expansion anchor shall receive one coat of paint conforming to Section 9-08.1(2)F or be galvanized in accordance with AASHTO M 232. 6-82.3(11) Curing Concrete In the fifth paragraph'T yp a-1 D" is revised to read Type 1 D, Class B" . 6-02.3(17)8 Allowable Design Stresses and Deflections Under the heading "Timber", the second sentence is revised to read: The allowable stresses and loads shall not exceed the lesser of stresses and loads g iven in the table below or factored stresses for designated species and grade in Table 7.3 of the Timber Construction Manual, latest Edition by the American Institute of Timber Construction Under the heading "Steel", the first sentence is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 22 Amendments to the 2010 Standard Specifications For identified grades of steel, design stresses shall not exceed those specified in the Steel Construction Manual, latest Edition by the American Institute of Steel Construction, except as follows: 6-02.3(17)F Bracing Under the heading "Temporary Bracing for Bridge Girders", the table is revised to read: Girder Series Distance in Inches - W42G 30 W50G 42 W58G 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges WF36G, WF42G, WF50G, 70 WF58G, WF66G, WF74G, WF83G, WF95G, and WF100G W32BTG, W38BTG, and 70 W62BTG WF74PTG,WF83PTG, 70 WF95PTG, and WF100PTG 6-02.3(17)N Removal of Falsework and Forms The first paragraph including table is revised to read: If the Engineer does not specify otherwise,the Contractor may remove forms based on an 9 p fY Y applicable row of criteria in the table below. Both compressive strength and minimum time criteria must be met if both are listed in the applicable row. The minimum time shall be from the time of the last concrete placement the forms support. In no case shall the Contractor remove forms or falsework without the Engineer's approval_ City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 23 A Amendments to the 2010.Standard Specifications Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive` Compressive Strengthl Stren th1 Columns,walls, non- - — 3 days sloping box girder webs, abutments, footings, pile caps,,traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- 1400`psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile -- 18 hours caps, and shaft caps.2 Crossbearns, shaft caps, 80 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steep or prestressed k concrete girders.3 , Box girders, T beam 80 14 days girders, and flat-slab Superstructure3. Arches. 80 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 More continuous spans are involved, the time for all spans will be determined by the last conr, te laced aflecting any s an. The third and fourth paragraphs are deleted. The fifth paragraph is revised to read: Curing shall comply as required in Section 6-02.3(14)...The.concrete.surface shall not become dry during form removal if removed during the cure period. 6-82.3(20) Grout for Anchor Botts and s Bridge Bearings 9 In the fourth paragraph °9-20.3(4)„ is revised to read "Section 9-20.3(4)°. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 24 Amendments to the 2010 Standard Specifications 6-02.3(24) Reinforcement This first paragraph is revised to read: Although a bar list is normally included in the Plans, the Contracting Agency does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6-02.3(24)C Placing and Fastening The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. The 14th paragraph is revised to read: Clearances for main bars shall be at least: 4-inches between: Bars and the surface of any concrete masonry exposed posed to the action of salt or alkaline water. 3-inches between: Bars and the surface of any concrete deposited against earth without intervening forms. 2-'/2-inches between: Adjacent bars in a layer. Bridge deck bars and the top of the bridge deck. 2-inches between: Adjacent layers. Bars and the surface of concrete exposed to earth. Reinforcing bars and the faces of forms for exposed aggregate finish. q, 1-'/2-inches between: Bars and the surface of concrete when not specified otherwise in this Section or in the Plans. Barrier and curb bars and the surface of concrete. 1-inch between: Slab bars and the bottom of the slab. Slab bars and the top surface of the bottom slab of a cast-in-place concrete box girder. The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be '/z-inch less than the values specified for main bars but p Y p shall not be less than 1-inch. 6-02.3(24)F Mechanical Splices Items 1, 2, and 3 in the fourth paragraph are revised to read: 1. Mechanical splices shall develop at east 125 percent of the specified yield strength of the unspliced bar. The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 25 Amendments to the 2010 Standard Specifications 2. The total slip of the bar within the spliced sleeve of the connector after loading in tension to 30.0 ksl`and relaxing to 3.0 ksi shall not exceed the following measured displat ements between gage points clear of the splice sleeve: a. 0.01 inches for bar sizes up to No. 14. b. 0.03 inches for No. 18 bars. 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 6-02.3(26) Prestressed Concrete Girders Under the heading "Prestressed Concrete Wide Flange I'Girdee,the last sentence is revised to read: WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, WF58G, WF66G WF74G, WF83G, WF95G and WF10QG. Under the heading "Spliced Prestressed Concrete Girder" the fourth sentence is revised to read: Ducts shall conform to the Section 6-02.3(26)E requirements for internal embedded installation except that ducts for I girders may be 24 gage, semi-rigid, galvanized, corrugated, ferrous metal. Ducts shall be round, unless the Engineer approves use of elliptical shaped ducts. Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF74PTG, WF83PTG WF95PTG r, and WF1t)OPTG. 6-42.3(25)1 Fabrication Tolerances Item Number 1 in the first paragraph is revised to read: 1. Prestressed Concrete Girder Length (overall): t 1/4-inch per 25-feet of beam length, p to a maximum oft 1-1/2-inch. 6-4 .*6)L Handling and Storage In the third sentence of the second paragraph, the reference to"1-foot-9-inches" is revised to read"3 foot-0-inches". #n the fourth paragraph, the second, third, and fourth sentences are revised to read: The lifting locations and concrete release strengths shown in the girder schedule in the Plaits assume that these temporary strands are pretensloned. Altematively, these temporary strands may be post-tensioned, provided same lifting locations indicated in the girder schedule ate used and the strands are tensioned prior to lifting the girder from the form. These temporary strands shall be of the same diameter, and shall be tensioned to the same force, as the permanent strands. City of Renton—SW Sunset Boulevard and Hardie Ave`SW Pedestrian Improvements Project February 2011 Amendments 26 Amendments to the 2010 Standard Specifications In the fifth paragraph, the following new sentence is inserted after the second sentence: When temporary top strands are not needed for lifting but are required for shipping, they shall be post-tensioned on the same day that the permanent prestress is released'into the girder. 6-02.3(25)N Prestressed Concrete Girder Erection The seventh paragraph is supplemented with the following: The aspect ratio (height/width) of oak block wedges at the girder centerline shall not exceed 1.0. 6-02.3(26)E Ducts- Beneath the heading "Ducts for Internal Embedded Installation" the second. sentence in the second paragraph is revised to read: Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of PP034OB14541 to PP03401367884. This section is supplemented with the following: All duct splices, joints, couplings and connections to anchorages shall be made with devices or methods (mechanical couplers, plastic sleeves, shrink sleeve)that are approved by the duct manufacturer and produce a smooth interior alignment with no lips or kinks. All connections and fittings shall be air and mortar tight. Taping is not acceptable for connections and fittings. 6-02.3(26)H Grouting The first sentence in the last paragraph is deleted. 6-02.3(27) Concrete for Precast Units The first paragraph is supplemented with the following: Type III portland cement is permitted to be used in precast concrete units. The third paragraph is deleted. This section is supplemented with the following new sub-sections: 6-02.3(27)A Use of Self Consolidating Concrete for Precast Units Self Consolidating Concrete (SCC) is concrete that is able to flow under its own weight and completely fill the formwork without the need of any vibration while maintaining homogeneity, even in the presence of dense reinforcement. SCC shall be capable of flowing through the steel reinforcing bar cage without segregation or buildup of differential head inside or outside of the steel reinforcing bar cage. SCC may be used for the following precast concrete structure elements: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 27 Amendments to the 2010 Standard Specifications 1. Precast roof, wall and floor panels, and retaining wall panels in accordance with Section"2.3(28). 2. Precast reinforced concrete three sided structures in accordance with Section 6 0243(28)as supplemented in the Special Provisions. y 3. Precast concrete barrier in accordance with Section 6-10,3(1). 4. Precast concrete wall stem panels in accordance with Section 6-11.3(3). 5. Precast concrete noise barrier wall panels in accordance with Section 6-12.3(6). 6. Structural earth wall precast concrete facing panels in accordance with Section 6- 13.3(4): ' 7. Precast drainage structure elements in accordance with Section 9-05.50. 8. Precast junction boxes, cable vaults, and pull boxes in accordance with Section 9- 29.2. 6-02.3(27)13 Submittals for Self Consolidating Concrete for Precast Units With the exception of items 3, 7, and 8 in Section 6-02.3(27)A, the Contractor shall submit -$ the mix design for SCC to the Engineer for annual approval in accordance with Section 6- 02.3(28)121 The mix design submittal shall include items specified in Section 6-02.3(2)A and results of the following tests conducted on concrete that has slump flow within the slump flow range-defined below: 1. Slump Flow. a. The mix design shall' specify the target slump flow in inches, in accordance with WSDOT FOP for ASTM C 1611. The slump flow range is defined as the target slump flow plus or minus 2-inches. b. The visual stability index (VSI) shall be less than or equal to 1, in accordance with ASTM C 1611,Appendix X1, using'Filling Procedure B. c The T,50 flow rate results shall be less than 6-seconds in accordance with ASTM C 1611,Appendix X1, using Filling Procedure B. 2. Column Segregation. a. The maximum static segregation shall be 10-percent in accordance with ASTM C 1610. b. The Maximum Hardened Visual Stability Index (HVSI) shall be 1 in accordance with AASHTO PP 58. 3. J ring test results for,passing ability shall be less than or equal to 1.5-inches in accordance with the WSDOT FOP for ASTM C 1621. 4. Air content shall be tested in accordance with WSDOT Test Method T 818, and shall conform to Section 6-02.3(2)A. 5. Concrete unit:weight results in pounds per cubic foot shall be recorded in accordance with AASHTO T 121, except that the concrete shall not be consolidated in the test mold. { City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements'Project February 2011 Amendments 28 Amendments to the 2010 Standard Specifications 6. The temperature of all concrete laboratory test samples shall be tested in accordance with AASHTO T 309 and shall conform to the placement limits specified in Section 6-02.3(4)D. 7. The modulus of elasticity In pounds per square inch at 28 days shall be recorded in accordance with ASTM C 469. Use of Type III cement is permitted. Placement for construction may include consolidation using light vibrations but the requirements of Section 6-02.3(4)C for consistency will not apply. Items 3, 7, and 8 in Section 6-02.3(27)A require the precast plant to cast one representative structure acceptable to the Engineer and have the structure sawn in half for examination by the Contracting Agency to determine that segregation hasinot occurred. The Contracting Agency's approval' of the sawn structure will constitute approval of the precast plant to use SCC and a concrete mix design submittal is not required. 6-02.3(27)C Acceptance Testing of Self Consolidating Concrete for Precast Units Acceptance testing shall be performed by the Contractor and test results shall be submitted to the Engineer. Placement of SCC for concrete testing such as cylinder preparation shall be in accordance with WSDOT Test Method T 819. SCC for items 1, 2, 4, 5, and 6 in Section 6-02.3(27)A will be accepted in accordance with Section 6-02.3(5) procedures, and based on conformance to the requirements specified above and in Section 6-02.3(2)A, for the following: 1. Temperature. 2. Air content. 3. Compressive strength at 28-days. 4. Slump flow within the target slump flow range. 5. J ring passing ability less than or equal to 1.5-inches. 6. VSI less than or equal to 1. SCC for concrete barrier will be accepted in accordance with temperature, air, and compressive strength testing listed above. SCC for precast junction boxes, cable vaults, and pull boxes will be accepted in accordance with temperature and compressive strength testing listed above. SCC for precast drainage structure elements will be accepted in accordance with the requirements ofAASHTO M 199. 6-02.3(28)B Casting The second paragraph is revised to read: City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 29 P.� Amendments to the 2010 Standard Specifications Concrete shall meet requirements of Section 6-02.3(25)6 for annual pre-approval of the concrete mix design, and slump. If SCC is used the concrete shall conform to Sections 6- 02.3(27)B and 6-02.3(27)C. 6-02.3(28)F Tolerances The reference to PCI-MNL-168 -is revised to read PCI-MNL-116 . SECTION 6-03, STEEL STRUCTURES 6-03.3(25) Repair Welding (WSDOT Amendment April 5, 2010) In the first paragraph "2002"is revised to read "2008", 6-03.3(25)A Welding Inspection (WSDOT Amendment April 5, 2010) In the first paragraph "2002"is revised to read "2008". In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised to read "2008 Bridge". 6-03.3(29) Vacant t (WSDOTAmendment April 5, 2010) This section including title is revised to read: Welded Sheaf Connectors All welded shear connectors on steel girder top flanges shall be installed in the field after the forms for the concrete bridge deck are in place. The steel surface to be welded shall be prepared to SSPC-SP 11, power tool cleaning, just prior to welding. Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTOfAWS D1.5M/D1.5:2008 Bridge Welding Code. After the welded shear connectors are installed, the weld and the disturbed steel surface shall be cleaned and painted in accordance with Section 6-07.3(9)1. 6-03.3(33) Bolted Connections (WSDOT Amendment August 2, 2010) This section is revised to read; Fastener components shall consist of bolts, nuts, washers, tension control bolt assemblies, and direct tension indicators. Fastener components shall meet the requirements of Section 9.06.5(3). The Contractor shall submit documentation of the bolt tension calibrator for approval b the pp Y Engineer and shall include brand, capacity, model, date.of last calibration, and manufacturer's instructions for use The Contractor shah be resg_onsible to sul2gly the City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 30 Amendments to the 2010 Standard Specifications approved bolt tension calibrator and all accompanying hardware and calibrated `torque wrenches to conduct all testing and inspection described herein. Use of the bolt tension calibrator shall comply with manufacturer's recommendations. Fastener components shall be protected from dirt and moisture in closed containers at the site of installation. Only as many fastener components as are anticipated to be installed during the Work shift shall be taken from protected storage. Fastener components that are not incorporated into the Work shall be returned to protected storage at the end of the Work shift. Fastener components shall not be cleaned or modified from the as-delivered condition. fastener components that accumulate rust or dirt shall not be incorporated into the Work. Tension control bolt assemblies shall not be relubricated, except by the manufacturer. All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. Washers are required under turned elements for bolted connections and as required in the following: 1. Washers shall be used under both the head and the nut when AASHTO M 253 bolts are to be installed in structural carbon steel, as specified in Section 9-06.1. 2. Where the outer face of the bolted parts has a slope greater than 1:20 with respect to a plane normal to the bolt axis, a beveled washer shall be used. 3. Washers shall not be stacked unless otherwise approved by the Engineer. 4. It is acceptable to place a washer under the unturned element. All galvanized nuts shall be lubricated by the manufacturer with a lubricant containing a visible dye so a visual check for the lubricant can be made at the time of field installation. Black bolts shall be lubricated by the manufacturer and shall be "oily" to the touch when installed. After assembly, bolted parts shall ft solidly together. They shall not be separated by washers, gaskets, or any other material.Assembled joint surfaces, including those next to bolt heads, nuts, and washers, shall be free of loose mill scale, burrs, dirt, and other foreign material that would prevent solid seating. When all bolts in a joint are tight, each bolt shall carry at least the proof load shown in Table 3 below: Table 3 Minimum Bolt Tension Bolt Size AASHTO M 164 and AASHTO M 253 (inches) ASTM F 1852 (pounds) (pounds) /2 12,050 14,900 /8 19,200 23,700 /4 28,400 135,100 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 31 Amendments to the 2010 Standard Specifications t /8 39,250 48,500 1 51,500 63,600 1 /$ 56,450 80,100 11/4 71,700 101,800 13/8 85,450 121,300 11/2 104,000 147,500 Prior to final tightening of any bolts in a bolted connection, the connection shall be compacted to a snug4ight condition. Snug tight shall include bringing all plies of the connection into firm contact and snug-tightening all bolts in accordance with Section 6 03:3(32). Final tightening may be done by either the turn-of-nut method, the direct-tension indicator method, or twist off type tension control structural bolt/nut/washer assembly method. Preferably,the nut shall be turned tight while the bolt is prevented from rotating. However, if required by either turn-of-nut or direct-tension-indicator methods, because of bolt entering and/or wrench operational clearances, tightening may be done by turning the bolt while the nut is prevented from rotating. 1. turn-of-Nut'Method. After all specified bolting conditions satisfied; and before final tightening, the Contractor shall match-mark with crayon or paint the outer face of each nut and the protruding part of the bolt. Each bolt shall be final tightened to the specified minimum tension by rotating the amount specified in Table 4. To ensure that this tightening method is followed, the Engineer will (1) observe as the Contractor installs, snug-tightens, and final tightens all bolts and (2) inspect each match-mark. Table 4 Turn-of-Nut Tightening Method Nut Rotational from Snug Tight Condition Bolt Length Disposition of Outer Faces of Bolted Parts Condition 1 Condition 2 Condition 3 L<=4D /3 turn /2 turn /3 turn 410< L<= 8D %turn /3 turn /8 turn "813< L<= 12D /3 turn ie turn 1 turn > Bolt length measured from underside of head to top of nut. Condition 1 —both faces at right angles to bolt axis. Condition 2 one face at right angle to bolt axis, one face sloped no more than 1:20, without bevel washer. Condition 3 both faces sloped no more than 1:20 from right angle to bolt'axis, without bevel washer. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 32 Amendments to the 2010 Standard Specifications *� Nut rotation is relative to the bolt regardless of which element (nut or bolt) is being turned. Tolerances permitted plus or minus 30 degrees (1/12 turn) for final turns of/2 turn or less; plus or minus 45 degrees (1/8 turn)for final turns of 2/3 turn or more. D = nominal bolt diameter of bolt being tightened. When bolt length exceeds 120, the rotation shall be determined by actual tests in which a suitable tension-device simulates actual conditions. 2. Direct-Tension-Indicator Method. Direct-Tension-Indicators (DTIs) shall not be used under the turned element. DTIs shall be placed under the bolt head with the protrusions facing the bolt head when the nut is turned. DTIs shall be placed under the nut with the protrusions facing the nut when the bolt is turned. Table 5 Direct Tension Indicator Requirements DT . ces- Maximum Snug Minimum t=tnal Bolt Size, � tight Refusals Tighten Refusal inches 164 253 M 164 253 164 253 /2 4 1 /8 4 1 4 l8 -1/8 -1/4 1-318 -1/2 Gap refusal shall be measured with a 0.005 inch tapered,feeler gage. After all specified bolting conditions are satisfied, the snug-tightened gaps shall meet Table 5 snug-tight limits. Each bolt shall be final-tightened to meet Table 5 final tighten limits. If the bolt is tensioned so that no visible gap in. any space remains, the bolt and DTI shall be removed and replaced by a new properly tensioned bolt and DTI. The Contractor shall tension all bolts, inspecting all DTIs with a feeler gage, in the presence of the Engineer. DTIs shall be installed by 2 or more person crews with 1 individual preventing the element at the DTI from turning, and measuring the gap of the DTI to determine the proper tension of the bolt. If a bolt, that has had its DTI brought to full load, loosens during the course of bolting the connection, it shall be rejected. Reuse of the bolt and nut are subject to the provisions of this section. The used DTI shall not be reinstalled. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 33 F A Amendments to the 2010 Standard Specifications 3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly Method (Tension Control Solt Assembly). Tension control bolt assemblies shall include the bolt, nut, and washer(s) packaged and shipped as a single assembly. Tension control bolt assembly components shall not be interchanged for testing or installation and shall comply with all provisions of ASTM F 1852. The tension control bolts shall incorporate a design feature intended to either indirectly indicate, or to automatically provide, the minimum tension specified in Table 3 of Section 6-03.3(33). The Contractor shall submit the tension control bolt assembly 9 to the Engineer for approval with bolt capacities, type of bolt, nut, and washer lubricant, method of packaging and protection of the lubricated bolt, installation equipment, calibration equipment, and installation procedures. The tension control bolt manufacturer's installation procedure shall be followed for installation of bolts in the verification testing device, in all calibration devices, and in all structure connections. In some cases, proper tensioning of the bolts may require -more than one cycle of systematic partial tightening prior to final yield or fracture of the tension control element of each bolt. If yield or,fracture of the tension control element of a bolt occurs prior to the final tightening cycle,that bolt shall be replaced with a new one. Additional field verification testing shall be performed as requested by the Engineer. z� All bolts and connecting hardware shall be stored and handled in a manner to prevent corrosion and loss of lubricant. Bolts which are installed without the same lubricant coating as tested under the verification test will be rejected and shall be removed from the joint and be replaced with new lubricated bolts at no additional cost to the Contracting Agency. AASHTO M 253 bolts, galvanized AASHTO M 164 bolts, and ASTM F 1852 tension control bolt assemblies,shall not be 'reused. Black AASHTO M 164 bolts may be reused once if approved by the Engineer. All bolts to be reused shall have their threads inspected for distortion by reinstalling the used nut on the bolt and turning the nut for the full length of the bolt threads by hand. Bolts to be reused shall be relubricated in accordance with the manufacturer's recommendations and as approved by the Engineer. Used bolts shall be subje ,;to a rrotational capacity test as specified in Section 6-03.3(33)A Pre-Erection x Testing. Touching"up or retightening bolts previously tightened by the tun-of-nut method, which,may have been loosened by the tightening of adjacent bolts shall not be considered as reuse, provided the snugging up continues from the initial position and does not require greater rotation, including the tolerance, than that required by Table 4. 6-03.3(33)A Pre-Erection Testing (WSDOT Amendment August 2, 2010) This section is revised to read: r High strength bolt assemblies (bolt, nut, direct'tension indicator, and washer), black and galvanized, shall be subjected'to a field rotational capacity test, as outlined below, prior to City of Menton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 34 Amendments to the 2010 Standard Specifications any permanent fastener installation. For field installations, the rotational capacity test shall be conducted at the jobsite. Each combination of bolt production lot, nut production lot, washer production lot, and direct tension indicator production lot shall be tested as an assembly, except tension control bolt assemblies which shall be tested as supplied by the manufacturer. Each rotational capacity test shall include three assemblies. Once an assembly passes the rotational capacity test, it is approved for use for the remainder of the project, unless the Engineer deems further testing is necessary. All tests shall be performed in a bolt tension calibrator by the Contractor in the presence of the Engineer. High-strength bolt assemblies used in this test shall not be reused. The bolt assemblies shall meet the following requirements after being pretensioned to 15 percent of the minimum bolt tension in Table 3._ The assembly shall be considered as nonconforming if the assembly fails to pass any one of the following specified requirements. 1. The measured torque to produce the minimum bolt tension shall not exceed the maximum allowed torque value obtained by the following equation. Torque= 0.25 PD Where: Torque = Calculated Torque (foot-pounds) P = Measured Bolt Tension (pounds) D = Normal Bolt Diameter(feet) 2. After placing the assembly through two cycles of the required number of turns, where turns are measured from the 15 percent pretention condition, as indicated in Table 4 of Section 6-03.3(33), a. The maximum recorded tension after the two turns shall be equal to or greater than 1.15 times the minimum bolt tension listed in Table 3 of Section 6.03.3(33). b. Each assembly shall be successfully installed to the specified number of turns. c. The fastener components in the assembly shall not exhibit shear failure or stripping of the threads as determined by visual examination of bolt and nut threads following removal. d. The bolts in the assembly shall not exhibit torsional or torsional/tension failure. 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt between the bolt head and the nut is not considered to be a failure. Bolts that are too short to test in the bolt tension calibrator shall be tested in a steel joint The Contractor shall (4) install the high-strength bolt assemblies (bolt, nut, direct tension indicator and washer) in a steel joint of the proper thickness, (2) tighten to the snug tight condition, (3) match-mark the outer face of each nut and the protruding part of the bolt with crayon or paint, (4) rotate to the requirements of Table 4, and (5) record the torque that is required to achieve the required amount of rotation. The assembly shall be considered as non-conforming if the assembly fails to pass any one of the following specified requirements. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 35 Amendments to the 2010 Standard Specifications I. The recorded torque to produce the minimum rotation shall not exceed the maximum allowed torque value obtained by the following equation. Torque=0.25 PD Where: Torque = Calculated Maximum Allowed Torque(foot-pounds) P = Specked Bolt Tension per Table 3, multiplied by a'factor of 1.15 (pounds) D = Normal Bolt Diameter(feet) 2. After placing the assembly through two cycles of the required number of turns, where turns are measured from the snug tight condition specified in Section 6- 03.3(32), a. ` Each assembly shall be successfully installed to the specified number of turns. b. The fastener components in the assembly shall not exhibit shear failure or stripping of the threads as determined by visual examination of bolt and nut threads following removal. c. The bolts in the assembly shall not exhibit torsional or torsional/tension failure. 3. If any specimen fails,the assembly will be rejected. Elongation of the bolt between (i the bolt head and the nut is not considered to be a failure. The Contractor shall submit the manufacturer's detailed procedure for pre-erection (rotational capacity) testing of tension control bolt assemblies to the Engineer for approval and shall have an approved procedure prior to testing. Three DTIs per lot, shall be tested in a bolt tension calibrator. The bolts shall be tensioned to 105-percent of the tension shown in Table 3 of Section 6-03.3(33). If all of the DTI protrusions are completely crushed (all 5 openings with zero gap), this lot of DTls is rejected. 6d33.3(33)8 Bolting Inspection Ot3T Amendment August 2, 2010) The first pereph is revised to read: The Contractor, in the presence of the Engineer, shall inspect the tightened bolt using a calibrated..inspection torque wrench, regardless of bolting method. The Contractor shall supply the41nspection torque wrench. The first sentence in the second paragraph is revised to read: If the bolts to be installed are not long enough to fit in the bolt tension calibrator, five bolts of the"me grade, size, and condition as those under inspection shall be tested using Direct- tension-Indicators (DTls)to measure bolt tension. City of Renton—SW Sunset Soulevard and Hardle Ave SW Pedestrian Improvements Project February 2011 Amendments 36 Amendments to the 2010 Standard Specifications The first sentence in the third paragraph is revised to read: Five representative bolts/nuts/washers and DTIs, if used (provided by the Contractor) of the same grade, size, and condition as those under inspection shall be placed individually in a bolt tension calibrator to measure bolt tension. The fourth and fifth sentences in the third paragraph are revised to read: In the bolt tension calibrator, each bolt shall be tightened by any convenient means to the specified tension. The inspection torque wrench shall then be applied to the tightened bolt to determine the torque required to turn the nut or head 5 degrees (approximately 1-inch at a 12-inch radius) in the tightening direction. The fourth paragraph is revised to read: Ten percent (at least two), or as specified by the Engineer, of the tightened bolts on the Structure represented by the test bolts shall be selected at random in each connection. The job-inspection torque shall then be applied to each with the inspecting wrench turned in the tightening direction, with no restraint applied to the opposite end of the bolt. If this torque turns no bolt head or nut, the Contracting Agency will accept the connection as being properly tightened. If the torque turns one or more bolt heads or nuts, the job-inspection torque shall then be applied to all bolts in the connection. Except for tension control bolt assemblies and DTIs with zero gap at all protrusion spaces, any bolt whose head or nut turns at this stage shall be tightened and reinspected. Any tension control bolt assemblies or DTIs that have zero gap at all protrusion spaces shall be replaced if the head or nut turns at this stage. This section is supplemented with the following new paragraph: The Contractor shall submit the manufacturer's detailed procedure for routine observation to ensure proper use of the tension control bolt assemblies to the Engineer for approval and shall have an approved procedure prior to any assembling of bolted connections. 6-03.3(39) Swinging the Span (WSDOT Amendment August 2, 2010) In the first paragraph "roadway slabs" is revised to read "bridge deck". SECTION 6-07, PAINTING (WSDOT Amendment January 3, 2011) 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal Component Item 1 in the first paragraph is supplemented with the following: h. Minimum wet film thickness for each coat to achieve the specified minimum dry film thickhess. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 37 Amendments to the 2010 Standard Specifications 6-01.3(9)G Application of Shop Primer Coat In the second paragraph, the second, third, and fourth sentences are deleted. 6-07.3(9)l Appttca#teon of Field Coatings The following new paragraph is inserted preceding the first paragraph: Prior to applying field coatings, the Contractor shall field install welded shear connectors on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in the Plans. After installation of the welded shear connectors, the weld and the disturbed surface of the steel girder top flange shall be cleaned in accordance with SSPC-Sp 11 and primed. 6-07.3(10)H Paint System In the first sentence of the first paragraph "new steel" is revised to read "existing steel". 6-07.3(10)K Coating Thickness This section is revised to read: The minimum dry film thickness of each coat (primer, intermediate, top, and all stripe coats) shall not'be less than 3.0 mils: The dry film thickness shall not be thicker than the paint manufacturer's recommended,maximum thickness. The minimum wet film thickness of each coat shall be specified by the paint manufacturer to achieve the minimum dry film thickness. Film thickness, wet and dry, will be measured by gages conforming to Section 6-07.3(8)A. Wet measurements will be taken immediately after the paint is applied in accordance with ASTM' D 4414. Dry measurements will be taken after the :coating is dry and hard in accordance with SSPC Paint Application Specification Section No. 2. Each painter shall be equipped with a wet film thickness au g ge, and shall be responsible for performing frequent checks of the paint film thickness throughout application. Coating thickness measurements may be made by the Engineer after the application of each, tend before the application of the succeeding coat. In addition, the Engineer may for.uniform and complete coverage and appearance. One hundred percent of all thac a Measurements shall meet or exceed the minimum wet film thickness. In areas where wref film thickness measurements are impractical, dry film thickness measurements may be made. If a question arises about'an individual coat thickness or coverage, it may be verified by the use of a Tooke gauge in accordance with ASTM D 4138. If,the specified number of coats does not produce a combined dry film thickness of at least the sut'n of the thicknesses required per coat, or if an individual coat does not meet the minimum,thickness, or !f visual inspection shows incomplete coverage, the coating system will be rejected, and the Contractor shall discontinue painting and surface preparation operat and shall submit a proposal for repair to the Engineer The repair proposal shall ►rlc#ude es documentation demonstrating the cause of the less than minimum thickness along with physical test results,` as necessary, and modifica#ions to work methods to prevent city o#"Renton SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 Amendments 38 m A endments to the 2010 Standard Specifications similar results. The Contractor shall not resume painting or surface preparation operations until receiving the Engineer's approval of the completed repair. 6-07.6 Payment The last sentence in the paragraph starting with "Progress payments for"Cleaning and Painting" is revised to read: Payment will not be made for areas that" are otherwise complete but have repairs outstanding. SECTION 6-09, MODIFIED CONCRETE OVERLAYS 6-09.3(1)E Air Compressor (WSDOT Amendment August 2, 2010) In the first paragraph "roadway" is deleted and replaced with "bridge". 6-09.3(6) Further Deck Preparation (WSDOT Amendment January 4, 2010) In the second paragraph, item number 3. and 4. are revised to read: 3. Existing non-concrete patches as authorized by the Engineer. 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12-inches or more along the bar. 6-09.3(6)B Deck Repair Preparation (WSDOT Amendment January 4, 2010) In the first paragraph, the second sentence is revised to read: For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a %- inch minimum clearance around the top mat of steel reinforcing bars only where unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and the top mat of steel is broken. SECTION 6-10, CONCRETE BARRIER (WSDOT Amendment January 4, 2010) 6-10.3(1) Precast Concrete Barrier The third paragraph is deleted. In the seventh paragraph, the following sentence is inserted after the first sentence: If Self Consolidating Concrete is used the concrete shall conform to Sections 6-02.3(27)B and 6-02.3(27)C: City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 39 Amendments to the 2010 Standard Specifications In the 12th paragraph, the first sentence is revised to read: Only 1 section less than 20-feet long for single slope barrier and 10-feet long for all other barriers may be used in any single run of precast barrier, and it must be at least 8-feet long. El 6-10.3(6) Placing Concrete Barrier The first paragraph is revised to read: Precast concrete barrier Type 2, 3, 4 and transitions shalt rest on a paved foundation shaped to a uniform grade and section. The foundation surface for precast concrete barrier Type 2, 3,4 and transitions shall meet this test for uniformity: When a 10-foot straightedge is placed on the surface parallel to the centerline for the barrier, the surface shall not vary more than %-inch from the dower edge of the straightedge. If deviations exceed %-inch, the Contractor shall correct them as required in Section 5-04.3(13). In the second paragraph, the first sentence is revised to read: The Contractor shall align the joints of all precast barrier segments so that they offset no more than%%inch transversely and no more than%-inch vertically. LSECTION 6-11 REINFORCED CONCRETE WALLS (WSDOT Amendment January 3 2011) 6-11.3(3) Precast Concrete Wall Stem Panels The first paragraph is supplemented with the following: If Self Consolidating Concrete is used the concrete shall conform to Sections 6-02.3(27)B and 6-02.3(27)C. SECTION 6-12, NOISE BARRIER WALLS (WSDOT Amendment January 3, 2011) 6-12.3(6); Precast Concrete Panel Fabrication and Erection Item number 1 is revised to read: 1. Concrete shall conform to Class 4000. If Self Consolidating Concrete is used the concrete shall conform to Sections 6-02.3(27)B and 6-02.3(27)C. The second sentence of the first paragraph in Item 3 is revised to read: The Contractor shall cast the precast concrete panels horizontally. SECTION 6-13,STRUCTURAL EARTH WALLS (WSDOT Amendment January,3, 2011) City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 40 Amendments to the 2010 Standard Specifications 6-13.3(2) Submittals This section is revised to read: The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that the structural earth wall materials conform to the specified material requirements. This includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures, cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips, fasteners,welded wire mats, backing mats, construction geotextile for wall facing, drainage geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of Compliance for geogrid reinforcement shall include the information specified in Section 9 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid roll: A copy of all test results, performed by the Contractor or the Contractor's supplier, which are necessary to assure compliance with the specifications, shall submitted to the Engineer along with each Manufacturer's Certificate of Compliance. Before fabrication, the Contractor shall submit a field construction manual for the structural earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance with Section 6-01.9. This manual shall provide step-by-step directions for construction of the wall system. The Contractor, through the license/patent holder for the structural earth wall system, shall submit detailed design calculations and working drawings to the Engineer for approval in accordance with Section 6-01.9. If not prepared by the license/patent holder for the structural earth system, the design calculation and working drawing submittal shall include documentation that the design calculation and working drawing submittal has been reviewed by, and received the concurrence of, the headquarters organization of the structural earth wall manufacturer as identified in the Special Provisions. Review and concurrence by a sales representative office is not acceptable. The Contractor shall not begin wall construction until receiving the Engineer's written approval of the material certifications and test results, design calculations and working drawing submittals. This section is supplemented with the following new subsections: 6-13.3(2)A Design Calculation Content Requirements The design calculation submittal shall include detailed design calculations based on the wall geometry and design parameters specified in the Plans and Special Provisions. The calculations shall include detailed explanations of any symbols, design input, materials property values, and computer programs used in the design of the walls. All computer output submitted shall be accompanied by supporting hand calculations detailing the calculation process. If MSEW 3.0, or later version, is used for the wall design, hand calculations supporting MSEW are not required. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 41 Amendments to the 2010 Standard Specifications The design calculations shall be based on the current AASHTO LRFD Bridge Design Specifications, including current interims,the current WSDOT Bridge Design Manual LRFD (BDM) and WSDOT Geotechnical Design Manual (GDM), and also based on the following: 1, The wall design calculations shall address all aspects of wall internal stability for the service, strength, and extreme event limit states. 2. The wall surcharge conditions (backfill slope)shown in the Plans. 3. if a highway is adjacent to and on top of the wall, a two foot surcharge shall be used in the design. 4. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of the wall, the barrier shall be designed for a minimum TL-4 impact load, unless otherwise specified in the Plans or Special Provisions. 5. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of the wall, the wall shall be designed for the impact load transferred from the barrier to the wall. 6. The geotechnical design parameters for the wall shall be as specified in the Special Provisions 7. The minimum soil reinforcement length shall be the greater dimension of the following; a. 0.7 times the wall design height H. b. V-0". c. That required by design to meet internal stability design requirements, soil bearing pressure design requirements,and constructability requirements. d. That required by the wall design as shown in the Plans. If there are differences in design requirements between the AASHTO LRFD Bride Des'eq g Design Specifications and the BDM or GDM, the BDM and GDM requirements shall govern. .a 6-13.3(2)6 Working Drawing Content Requirements All design details shown in the working drawings shall be selected from the design details and products specified for the specific structural earth wall manufacturer in the Preapproved Wall Appendix in the current WSDOT Geotechnical Design Manual (GDM). Geosynthetic reinforcement shown in the working drawings shall be selected from the products listed in the current WSDOT Qualified Products List (QPL). Substitution of design details and products not listed in the current WSDOT GDM or QPL will not be allowed. The working drawing submittal shall include all details, dimensions, quantities, and cross sections necessary to construct the wall based on the wall geometry and design parameters specified in the Plans and Special Provisions, and shall include, but not be limited to, the following items: 1. A plan and elevation sheet or sheets for each wall,containing the following: a. An elevation view of the wall that includes the following: i. the elevation at the top of the wall, at all horizontal and vertical break points, and at least every 50-feet along the wall; City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 42 Amendments to the 2010 Standard Specifications ii. elevations at the base of welded wire mats or the top of leveling pads and foundations, and the distance along the face of the wall to all steps in the welded wire mats,foundations and leveling pads; iii. the designation as to the type of panel, block, or module; iv. the length, size, and number of geogrids or mesh or strip's, and the distance along the face of the wall to where changes in length of the geogrids or mesh or strips occur; or v. the length, size, and wire sizes and spacing of the welded wire mats and backing mats, and the distance along the face of the wall to where changes in length, size, and wire sizes and spacing of the welded wire mats and backing mats occur; and vi. the location of the original and final ground line. b. A plan view of the wall that. indicates the offset from the construction centerline to the face of the wall at all changes in horizontal alignment; the limit of the widest module, geogrid, mesh, strip or welded wire mat, and the centerline of any drainage structure or drainage pipe which is behind or passes under or through the wall. c. General notes, if any, required for design and construction of the wall d. All horizontal and vertical curve data affecting wall construction. e. A listing of the summary of quantities provided on the elevation sheet of each wall for all items including incidental items. f. Cross-section showing limits of construction. In fill sections, the cross-section shall show the limits and extent of select granular 'backfill material placed above original ground. g. Limits and extent of reinforced soil volume. 2. All details including steel reinforcing bar bending details. Bar bending details shall be in accordance with Section 9-07.1. 3. All details for foundations and leveling pads, including details for steps in the foundations or leveling pads. 4. All modules and facing elements shall be detailed. The details shall show all dimensions necessary to construct the element, all steel reinforcing bars in the element, and the location of reinforcement element attachment devices embedded in the precast concrete facing panel or concrete block. 5. All details for construction of the wall around drainage facilities, sign, _signal, luminaire, and noise barrier wall foundations, and structural abutment and foundation elements shall be clearly shown. 6. All details for connections to SEW traffic or pedestrian barriers, coping, parapets, noise barrier walls, and attached lighting shall be shown. 7. All details for the SEW traffic or pedestrian barrier attached to the top of the wall (if shown in the Plans) including interaction with bridge approach slabs. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 43 Amendments to the 2010 Standard Specifications 6-13.3(3) Excavation and Foundation Preparation The first sentence in the first paragraph is revised to read: Excavation shall conform to Section 2-09.3(3). 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication Item number 1 in the first paragraph is revised to read: 1. Have `a minimum 28 day compressive strength of 4,600 pounds per square inch, unless otherwise specified in the Special Provisions for specific proprietary wall systems. If Self Consolidating Concrete is used the concrete shall conform to Sections 6-02.3(27)6 and 6-02.3(27)C. 6-13.4 Measurement The fourth paragraph is deleted 6-13.6 Payment The bid Items "Structure Excavation Gass B", per cubic yard, "Structure Excavation Class B Incl. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are deleted from this section. SECTION 6-14,GEOSYNTHETIC-RETAINING WALLS (WSDOT Amendment August 2, 2090) 6-14.3(3) Excavation and Foundation Preparation The first sentence in the first paragraph is revised to read: Excavation shall conform to Section 2-09.3(3). 6-14.4 Measurement The fifth paragraph is deleted 6=14.6 Payment The bid items "Structure Excavation Class B", per cubic yard, "Structure Excavation Class-B Incl. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are deleted from this section. SECTION 6-16,SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS (WSDOT Amendment August 2, 2090) 6-16.6 Payment " The first sentence in the paragraph following the bid item "Fumishing Soldier Pile , per linear foot, is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 44 Amendments to the 2010 Standard Specifications All costs in connection with furnishing soldier pile assemblies shall be included in the unit contract price per linear foot for "Furnishing Soldier Pile - ", including-fabricating and painting the pile assemblies, and field splicing and field trimming the soldier piles. SECTION 6-17, PERMANENT GROUND ANCHORS' (WSDOT Amendment January 3, 2011) 6-17.3(3) Submittals Item number 2 in the third paragraph is revised to read: 2. Ground anchor factored design load 6-17.3(6) Tendon Fabrication In the second paragraph, the second sentence is revised to read: The tendon shall be sized so the factored design load does not exceed 80 percent of the 9 p minimum guaranteed ultimate tensile strength of the tendon. In the third paragraph, the first sentence is revised to read: The Contractor shall be responsible for determining the bond length and tendon bond length necessary to develop the factored design load indicated in the Plans in accordance with Sections 6-17.3(8)A, 66-173(8)B, and 6-17.3(8)C. 6-17.3(7) Installing Permanent Ground Anchors In the third paragraph, the first sentence is revised to read: The tendon shall be inserted into the drill hole to the desired depth prior to routin 9 9 In the third paragraph, the following sentence is inserted after the first sentence: Wet setting of permanent ground anchors will not be allowed. 6-17.3(8)B Performance Testing The second paragraph including the following performance test schedule is revised to read: The performance test shall be made by incrementally loading_a d unloading ng the ground anchor in accordance with the following schedule, consistent with the Load Resistance Factor Design (LRFD) design method. The load shall be raised from one increment to another immediately after a deflection reading. Performance Test Schedule Load AL 0.25FDL City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 45 ry Amendments to the 2010 Standard Specifications AL 0.25FDL 0.50FDL AL 0.25FDL 0.50FDL 0.75FDL Eli' AL 0.25FDL 0.50FDL 0.75FDL 1.00FDL AL Jack to lock-off load Where: AL-is the alignment load FDL-'is the factored design load. Ej6-17.3(8)C Proof Testing In the first paragraph, the first sentence is revised to read: Proof tests shall be performed by incrementally loading the ground anchor in accordance with the following schedule, consistent with the LRFD design method. The proof test schedule following the first paragraph is revised to read: Proof Test Schedule Load AL , 0.25FDL 0.50FDL l#.76FDL 't 0OFOL ;hack to lock-off load Mere: AL- is the alignment load FDL-is the factored design load E91 SECTION 6-18, SHOTGRETE FACING (IMSDOT Amendment January 3, 2011) 6-18.2 Materials In the first paragraph, the following three items are inserted after the item "Fly Ash 9-23.9 City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 46 Amendments to the 2010 Standard Specifications Ground Granulated Blast Furnace Slag 9-23.10 Microsilica Fume 9-23.11 Me k olin 1 to a 9-23. 2 6-18.3(3) Testing The first paragraph is revised to read: The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength, and aesthetics. Both preproduction and production test panels, shall be prepared. The'Contractor shall remove at least 3 cores from shotcrete test panels in accordance with AASHTO T 24 except all cores obtained for the purpose of shotcrete strength testing shall meet the following: a. The core diameter shall be at least 3 times the maximum aggregate size, but not less than 4-inches. b. The core length shall be a minimum of 2.0 times the core diameter. c. Cores shall be taken at a minimum distance of 1-inch from edge of core to edge of test panel and a minimum clear distance of 1-inch between them. d. Test panels shall be sized to meet the core spacing specified above, but in no case shall be smaller than 12-inch by 12-inch. The first sentence in the second paragraph is deleted. The second sentence in the second paragraph is revised to read Cores removed from the panels shall be wiped off to remove surface drill water and immediately wrapped in wet burlap and sealed in a plastic bag. 6-18.3(3)A Pre-production Testing This section is revised to read: At least three cores for each mix design shall be prepared for evaluation and testing of the shotcrete quality and strength. One 48-inch by 48-inch qualification panel shall be prepared for evaluation and approval of the proposed method for shotcrete installation, finishing, and curing. Both the test panel and the 48-inch qualification panels shall be constructed using the same methods and initial curing proposed to construct the shotcrete facing, except that the test panel shall not include wire reinforcement. The test panel shall be constructed to the minimum thickness necessary to obtain the required core samples. The 48-inch qualification panel shall be constructed to the same thickness as proposed for the production facing. Production shotcrete Work shall not begin until satisfactory test results are obtained and the panels are approved by the Engineer. 6-18.3(3)6 Production Testing The first sentence is revised to read: The Contractor shall provide three cores for each section of faring shot. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 47 Amendments to the 2010 Standard Specifications This section is supplemented with the following: Core acceptance testing for the 28 day compressive strength will be performed in accordance with AASHTO T 24. 6-18.3(4) Qualifications of Contractor's Personnel The second paragraph is supplemented with the following: The 7 day core compressive strength shall be tested by the Contractor in accordance with AASHTO T 24. SECTION 7-02 CULVERTS (WSDOT Amendment January 3, 2011) 7.02.2 Materials In the -first paragraph, the following three ,items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9-05.19": Steel Rib Reinforced Polyethylene Culvert Pipe 9-05.21 High Density Polyethylene (HDPE) Pipe 9-05,23 Polypropylene Culvert Pipe . 9-05.25 The third paragraph is revised to r e ad Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe,corrugated polyethylene culvert pipe, and polypropylene culvert pipe. In the'Culvert Pipe Schedules'table, the last column is revised to read: x _ Thermoplastic: PE' PVC2 or PP3 PE, PVC, or PP PE, PVC, or PP P PVC or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP None None None None None None None The footnotes below the`Culvert Pipe Schedules'table are supplemented with the following: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 48 Amendments to the 2010 Standard Specifications i .3 Polypropylene pipe 7-02.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam:", per linear foot. "Polypropylene Culvert Pipe In. Diam.", per linear foot. SECTION 7-04, STORM SEWERS (WSDOT Amendment January 3, 2011) 7-04.2 Materials In the first paragraph, the following three items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9-05.20 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9-05.22 High Density Polyethylene (HDPE)Pipe 9-05.23 Polypropylene Storm Sewer Pipe 9-05.25 The third paragraph is revised to read: Thermoplastic storm sewer pipe includes solid wall PVC storm sewer p1pe, profile wall PVC storm sewer pipe, corrugated polyethylene storm sewer pipe, and polypropylene storm sewer pipe. .In the `Storm Sewer Pipe Schedules'table, the fifth column heading is revised to read PE PP4 The footnotes below the 'Storm Sewer Pipe Schedules' table are supplemented with the following: 4 PP=Polypropylene pipe 7-04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam.", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. "Polypropylene Storm Sewer Pipe In. Diam.", per linear foot. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 49 Amendments to the 2010 Standard Specifications SECTION 7-17 SANITARY SEWERS (WSDOT Amendment January 3, 2011) - 7-17.2 Materials The first paragraph is revised to read: Pipe used for sanitary sewers may be: Rigid Thermoplastic Concrete ABS Composite Vitrified Clay PVC (Polyvinyl Chloride) Ductile Iron Polypropylene The fourth paragraph is supplemented with the following item: Polypropylene Sewer pipe 9-05.25 7.17.5 Payments The following bid item is inserted after the bid item "ABS Composite Sewer.Pipe_ln. Diam°: "Polypropylene Sewer Pipe In. Diam.", per linear foot. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL (WSDOT Amendment January 3, 2011) 8-01.2 Materials In the first ara ra h, g` the following is inserted after the first sentence: p g p Corrugated Polyethylene Drain Pipe' 9-05.1(6) 8011"#.3(1 General In the sixth paragraph; the first sentence is revised to read; When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any , remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Wettern Washington(West of the Cascade Mountain crest) May 1 through September 30 17 Acres City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 50 Amendments to the 2010 Standard Specifications October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period,. (see the tables below) using an approved soil covering practice. Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2-days maximum May P 1 to September 30 7-days maximum Y Eastern Washinnton(East of the Cascade Mountain crest.) October 1 through June 30 . 5-days maximum July 1 through September 30 10-days maximum 8-01.3(1)A Submittals This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shalt meet all requirements of Chapter 6-2 of the current edition of the WSDOT Highway Runoff Manual The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESL Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency-provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5-working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 51 Amendments to the 2010 Standard Specifications 8-01.3(1)B Erosion and Sediment Control (ESC)Lead In the last paragraph, "Form Number 220-030 EF" is revised to read '"WSDOT Form Number 220-030 EF". 8-01.3(1)C Water Management In number 2., the reference to"Standard Specification" is revised to read "Section". Number 3., is revised to read: 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre-construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8-01.3(1)) Dispersion/Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration anon areas designated in the TESL Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8-01.3(2)8 Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a 'tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If'HECP Type 3 Mulch is used as a tracer,the application rate shall not exceed 250-pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 8-01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder". The fourth paragraph is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 52 Amendments to the 2010 Standard Specifications Temporary seed applied outside the application windows established in 8-01.3(2)F shall be covered with a mulch containing either HELP Type 2 Mulch or HECP Type 1 Mulch, as designated by the Engineer. 8-01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer,the application rate shall not exceed 250-pounds per acre. The third sentence in the first paragraph below"Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200-pounds per acre of HECP Type 3 Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM)", "within" is revised to read "after". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Soil Binding Using HECP Type 2 Mulch The HECP Type 2 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The HECP Type 2 Mulch may require a 24 to 48 r hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including titled is revised to read: Soil Binding Using HECP Type 1 Mulch The HECP Type 1 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer,the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods Western Washington' Eastern Washinnton (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) City of Renton SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 53 Amendments to the 2010 Standard Specifications March 1 through May 15 October 1 through November 15 only September 1 through October 1 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written-permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory,growth. 8-01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8-01.3(2)H inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of.seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8-01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8-01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60-percent or greater, may be installed prior to seeding. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 54 the 2010 Standard Specifications Amendments to e p 8-01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to The last sentence is revised to read: Compost shall be Coarse Compost. 8 701.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12-inch overlap of all seams. 8-01.3(6)A Geotextile-Encased Check Dam The first paragraph is deleted. 8-01.3(6)B Rock Check Dam This section including title is revised to read: 8-01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8-01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8-01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans, 8-01.3(9)A Silt Fence In the second P ara ra h, the second sentence is revised to,read: p g_ The strength of the wire or plastic mesh shall be equivalent to or greater than what is required in Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8-01.3(9)B Gravel Filter,Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 55 Amendments to the 2010 Standard Specifications The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost 'shall be Coarse Compost. 8-01.3{9)C Straiw"11Sa1e Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8-01.3f9)D Inlet Protection The first three paragraphs are revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing,grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. When the depth of accumulated sediment and debris reaches approximately f the height of an intemal device or%the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8-01.3(16). 8-01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the u phill slope and be compacted using hand tamping or other method''approved by the Engineer. This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of ntteitation minimizes disturbance of waterways and prevents sediment or pollutant emerge into waterbodies. In the t pOragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies". In the second paragraph"bank" is revised to read "slope". In the third paragraph"and"is revised to read "or". This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost.' City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 56 Amendments to the 2010 Standard Specifications 8-01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans The last ara ra h is revised to read: P 9 P Placement of outflow of the pipe shalt not pond water on road surface. 8-01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8-01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8-01.4 Measurement The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8-01.5 Payment The following bid items are relocated after the bid item "Check Dam": "Inlet Protection", per each. "Gravel Filter Berm", per linear foot. The followin g new paragraph is inserted before the bid item "Stabilized Construction Entrance": The unit Contract price per linear foot for "Check Dam and "Gravel Filter Berm" and per each for"Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install,, maintain, remove, and dispose of the temporary curb. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 57 Amendments to the 2010 Standard Specifications The following id item is inserted after the bid item "Mulching with Pam": � g_ "Mulching with HECP Type 3 Mulch", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with HECP Type 2 Mulch" The bid item "Mulching with MBFM/FRM" is revised to read: "Mulching with HECP Type 1 Mulch" SECTION 8-02, ROADSIDE RESTORATION (WSDOT Amendment January 3, 2011) 8-42.2 Materials In the first paragraph, the following item is inserted after the item"Fertilizer 9-14.3" 'Mulch and Amendments 9-14.4 8-02.3(2) Roadside Work Plan In the first paragraph,the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The first sentence under"Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1-08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03 The first sentence under"Weed and Pest Control Plan"is revised to read: Pest Control Plan shall be submitted and approved prior to starting any V1 irk defined in Sections 8-01, and 8-02. In the third paragraph-under"Weed and Pest Control Plan"the first and second sentences are revised to read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last `ara rap h under"Plant Establishment Plan"is deleted. P 9 City of Renton—SW Sunset Boulevard and Hardie Ave`SW Pedestrian Improvements Project February 2011 Amendments 58 Amendments to the 2010 Standard Specifications 8-02.3(2)A Chemical Pesticides This section is deleted. 8-02.3(2)8 Weed Control This section is deleted. 8-02.3(3) Planting Area Weed Control This section including title is revised to read: 8-02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 023(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, ,as designated by the Engineer: This section is supplemented with the following new sub-sections: 8-02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post-emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation. reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square and shall be secured by a minimum of 5-staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8-02.3(3)6 Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 59 Amendments to the 2010 Standard Specifications Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at hftp:/Avww.wsdot.wa.gov/Maintenance/Roadside/herbicide—use.htm may be used. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540-509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical'pesticides shall require the use of anti-drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8-02.3(5) Planting Area Preparation In the first paragraph,the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. 8-02.3(7)' layout of Planting The second paragraph is deleted. $ 8-02.3 Planting g In the second paragraph, the first and second sentences are revised to read: _Under,;nor circumstances will planting be permitted;during unsuitable soil or weather condibons as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new 2aragEaph is inserted after the fifth paragraph City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 60 Amendments to the 2010 Standard Specifications All cuttings shall be planted immediately if buds begin to swell. 8-02.3(9) Pruning, Staking, Guying,and Wrapping In the first paragraph, the last sentence is revised to read: All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. 8-02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: During the first-year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. In the fourth paragraph, "propose" is revised to read "submit". 8-02.3(15) Live Fascines In the first paragraph,the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In the second paragraph,the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8-02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: Western Washington Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March through May 15 October 1 through November 15 September 1 through October 1 The fifth paragraph is revised to read: Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted,all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 61 Amendments to the 2010 Standard Specifications 8-02.4 Measurement The seventh paragraph is revised to read: Fine com st medium t compost and coarse compost will be measured by the cubic yard in the haul conveyance.at the point of delivery. 8-02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90-percent...... Plant establishment milestones are achieved when plants meet conditions described in Section 8-02.3(13). The following is inserted after the bid item "Fine Compost "Medium Compost", per cubic yard. The paragraph for the bid item "Weed Control" is revised to read: "Weed and Pest Control", will be paid in accordance with Section 1-09.6. The following new paragraph is inserted after the bid item "Soil Amendment The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. SECTION 0-03, IRRIGATION SYSTEMS (WSDOrAmendment January 4, 2090), 8-03.11 Qescrlption 1,n this section, "staked" is revised to read "approved by the Engineer." 8-03.3 Construction Requirements The second paragraph is revised to read: Potable water supplies shall be protected against cross connections in accordance with applicable Washington State Department of Health rules and regulations and approval by the local health authority. 8-03.3(1) Layout of Irrigation System This section is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 62 Amendments to the 2010 Standard Specifications The Contractor shall stake the irrigation system following the schematic design shown in the Plans. Approval must be obtained from the Engineer. Alterations and changes in the layout may be expected in order to conform to ground conditions and to obtain full and adequate coverage of plant material with water. However, no changes in the system as planned shall be made without prior authorization by the Engineer. This section is supplemented with the following new sub-section: 8-03.3(1)A Locating Irrigation Sleeves Existing underground irrigation sleeve ends shall be located by potholing. Irrigation sleeves placed during general construction prior to installation of the irrigation system shall be marked at both ends with a 2x4x24-inch wood stake extending 6-inches out of the soil and painted blue on the exposed end. 8-03.3(2) Excavation In the first paragraph,the fourth sentence is revised to read: Trenches through rock or other,material unsuitable for trench bottoms and sides shall be excavated 6-inches below the required depth and shall be backfilled to the top of the pipe with sand or other suitable material free from rocks or stones. Backfill material shall not contain rocks 2-inches or greater in diameter or other materials that can damage pipe. The second paragraph is revised to read: The Contractor shall exercise care when_excavating pipe trenches near existing trees to minimize damage to tree roots. Where roots are 1-1/2-inches or greater in diameter, the trench shall be hand excavated and tunneled under the roots. When large roots are exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, for protection and to prevent excessive drying. The material must be kept moist until the trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 1-1/2- inches in diameter shall have severed roots cleanly cut. Trenches having exposed tree roots shall be backfilled within 24-hours unless adequately protected by moist material as approved by the Engineer. All material and fastenings used to cover the roots shall be removed before backfilling. The third paragraph is revised to read: Detectable marking tape shall be placed in all trenches 6-inches directly above, parallel to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and aluminum sleeves, conduits and casing pipe. The width of the tape and installation depth shall be as recommended by the manufacturer for the depth of installation or as shown in the Plans. 8-03.3(3) Piping This section is revised to read: All water lines shall be a minimum of 18-inches below finished grade measured from the top of the pipe or as shown in the Plans. All live water mains to be constructed under existing pavement shall be placed in steel casing jacked under pavement as shown in the City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 63 Amendments to the 201 0 Specifications fcations p Plans. All PVC or polyethylene pipe installed under areas to be paved shall be placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2-feet beyond the limits of pavement. All jacking operations shall be performed in accordance with an approved jacking plan. Where possible; mains and laterals or section piping shall be placed in the same trench. All lines shall be placed a minimum of 3-feet from the edge of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will not be allowed for installation and placement of irrigation pipe: Mainlines and lateral lines shall be defined as follows: Mainlines. All supply pipe and fittings between the water meter and the irrigation control valves. LLateral Lines: All supply pipe and fittings between the irrigation control valves and the connections to the irrigation heads. Swing joints, thick walled PVC or polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not considered part of L the lateral line but incidental components of the irrigation heads. 8-03.3(4) Jointing In the second ara rap h, the third sentence is revised to read: p 9 Threaded galvanized steel joints shall be constructed using either a nonhardening, nonseizing multipurpose_sealant or_Teflon tape or paste as recommended by the pipe manufacturer, or as shown.in the Plans. In the last sentence of the second paragraph, "will" is revised to read "shall". In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is revised to read "of'. In the fifth paragraph, the first sentence is revised to read: On PVC or' connections work the metal connection first. polyethylene-to-metal In the fifth paragraph, the third sentence is revised to read: Connections between metal and PVC or polyethylene are to be threaded utilizing female threaded PVC adapters with threaded schedule 80-PVC nipple only. In the sixth paragraph, the second sentence is revised to read: The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, and inserted to the full depth of the fitting 8-03.3(5) Installation The following new paragraph is inserted after the third paragraph: All automatic control valves, flow control valves, and pressure ,reducing valves shall be installed in appropriate sized valve boxes. Manual control valves shall be installed in an City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 64 Amendments to the 2010 Standard Specifications appropriate sized valve box and where appropriate, upstream of the automatic control valves. Manual and automatic valves installed together shall be in an appropriate sized box with 3-inches of clearance on all sides. The fourth paragraph is revised to read: Final position of valve boxes, capped sleeves, and quick coupler valves shall be between Y2-inch and 1-inch above finished grade or mulch, or as shown in the Plans. The following new paragraph is inserted after the fourth paragraph: Quick coupler valves and hose bibs shall be installed in valve boxes,either separately or within a control valve assembly box upstream of the control valves. Valves, quick couplers, and hose bibs shall have 3-inches of clearance on all sides within the valve box. In the fifth paragraph "an"is revised to read "a minimum". The following new paragraph is inserted after the fifth paragraph: Automatic controller pedestals or container cabinets shall be installed on a concrete base as shown in the Plans or in accordance with the manufacturer's recommendations. Provide three 1-inch diameter galvanized metal or PVC' electrical wire conduits through the base and 3-inches minimum beyond the edge or side of the base both inside and outside of the pedestal. 8-03.3(6) Electrical Wire Installation This section is revised to read: All electrical work shall conform to the National Electric Code, NEMA Specifications and in accordance with Section 8-20. Electrical wiring between the automatic controller and automatic valves shall be direct burial and may share a common neutral. Separate control conductors shall be run from the automatic controller to each valve. When more than one automatic controller is required, a separate common neutral shall be provided for each controller and the automatic valves which it controls. Electrical wire shall be installed in the trench adjacent to or above the irrigation pipe, but no less than 12-inches deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10-foot intervals. If it is necessary to run electrical wire in a separate trench from the irrigation pipe, the wire shall be placed at a minimum depth of 18-inches and be "snaked"from side to side in the trench. Each circuit shall be identified at both ends and at all splices with a permanent marker identifying zone and/or station. Wiring placed under pavement and walls, or through walls, shall be placed in an electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 1-inch in diameter, and shall meet conduit specifications for PVC conduit as required in Section 9- 29.1. Splices will be permitted only in approved electrical junction boxes, valve boxes, pole bases, or within control equipment boxes or pedestals. A minimum of 18-inches of excess conductor shall be left at all splices,terminals and control valves to facilitate inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the boxes: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 65 Amendments to the 2010. Standard Specifications - All 1.20-volt electrical conductors and conduit shall be installed by a certified electrician including all wire splices and wire terminations. All wiring shaft be tested in accordance with Section 8-20.3(11). { Continuity ground and functionality testing shall be performed for all 24-volt direct burial circuits. The Megger test, confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8-20.3(11), is required. 8-03.3(7) Flushing and Testing In the first paragraph"correct" is revised to read "as accurate" and "ordered" is revised to read •'required". The third paragraph is revised to read: Main Line Flushing 3 All main supply lines shall receive two fully open flushing's to remove debris that may have entered the line during construction: The first before placement of valves and the second after placement of valves and prior to testing. The fourth paragraph is revised to read: Main Line Testing All main supply lines shall be purged of air and tested with a minimum static water pressure of 150-psi for 60-minutes without introduction of additional'service or pumping pressure.. Testing chaff be done with one pressure gauge installed on the line, in the location required by the Engineer. For systems using a pump, an additional pressure gauge shall be installed at the pump when required by the Engineer. Lines that show loss of pressure exceeding 5- psi at the ends of specified test periods will be rejected. The fifth ara ra h is deleted. P 9 P In the sixth paragraph, "any" is revised to read "all". lr4 t seventh paragraph,the second sentence is revised to read: The operating lime pressure shall be maintained for 30-minutes with valves closed and without introduction of additional service or pumping pressure. In the eighth paragraph, the fourth and fifth sentences are revised to read: The I Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, etc., located downstream of the break or disruption of service;and make all needed repairs to ensure that the entire irrigation system is operating properly. 8-43.3(8) Adjusting System In the first paragraph,the last sentence is revised to read: City of Renton—SW Sunset.Boulevard and Hardie Ave SW Pedestrian' edestrian'Improvements Project February 2011 Amendments 66 Amendments to the 2010 Standard Specifications Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water to pavement,walks, or Structures. 8-03.3(11) System Operation In the first paragraph, the last sentence is revised to read: The final inspection of the irrigation system will coincide with the end of the Contract or the P 9 y end of first-year plant establishment,which ever is later. In the second paragraph "ordered" is revised to read "required". In the third paragraph, the last sentence is revised to read: Potable water shall not flow through-the cross-connection control device to any downstream component until tested and approved for use by the local health authority in accordance with Section 8-03.3(12). The fourth paragraph is revised to read In the spring, when the drip irrigation system is in full operation, the Contractor shall make a full inspection of all emitters, and irrigation'heads. This shall involve visual inspection of. each emitter and irrigation head under operating conditions. All adjustments, flushing, or replacements to the system shall be made at this time to ensure the proper operation of all emitters and irrigation heads. 8-03.3(12) Cross Connection Control Device Installation In the first sentence of the first paragraph "serving utility is revised to read "local health authority.. 8-03.3(13) Irrigation Water Service The first paragraph is revised to read: All water meter(s) shall be installed by the serving utility. The Contracting Agency shall arrange for a water meter installation(s) for the irrigation system at the locations and sizes as shown in the Plans at no cost to the 'Contractor. It shall be the Contractor's responsibility to,contact the Engineer to schedule the water meter installation. The Contractor shall provide a minimum of 60-calendar days notice to the Engineer prior to the desired water meter installation date. In the second paragraph, "will" is revised to read "shall". 8-03.3(14) Irrigation Electrical Service The first paragraph is revised to read: The Contracting Agency shall arrange for electrical service connections) for operation of the automatic electrical controller(s) at the locations as shown in the Plans. The Contractor shall splice and run conduit and wire from the electrical service connection(s), or service City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 67 Amendments to the 2010 Standard Specifications cabinet to the automatic electrical controller and connect the conductors to the circuits) per the controller manufacturer's diagrams or recommendations. In the second paragraph, "conduit"is revised to read "conduits". SECTION 8-08, RUMBLE STRIP (WSDQT Amendment January 3, 2013) 8-08.3 Construction Requirements In the fourth ara rah the first and second sentences are combined t p 9 p e ed m n oread: When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 6-02 following the completion of the shoulder rumble strip. SECTION 8-03, RAISED PAVEMENT MARKERS (WSDOT Amendment January 3,-2011) This division is deleted in its entirety and replaced with the following: 8-09 RAISED PAVEMENT'MARKERS 8-09.1 Description This Work shall consist of furnishing and installing pavement markers of the type specified'in the Plans, In,accordance with these Specifications, and at the locations indicated in the Plans or where designated by the Engineer. This Work also includes cleanup and disposal of cuttings and other resultant debris. The color of pavement markers shall conform to the color of the marking for which they supplement, substitute for, or serve as a positioning guide for. 8-09.2 Materials Raised pavement marker (RPM) shall meet the requirements of the following sections: RPM Type 1 9-21.1 RPM Type 2 9-21.2 RmType 3 9-21.3 Adhesive 9-02.1(8), 9-26.2 8-09.3 Construction Requirements 8-0.3(4) Preliminary Spotting The 'Engineer will provide necessary control points at intervals agreed upon with the Contractor to assist in' preliminary spotting of the lines before marker placement begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. The color of the material used for spotting shall match the color' of the raised pavement . markers. Approval by the Engineer is required before marking begins. City of Renton--SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 68 Amendments to the 2010 Standard Specifications i Markers shall not be placed over longitudinal or transverse joints in the pavement surface. 9 1 P 8-09.3(2) Surface Preparation All sand,dirt, and loose extraneous material shall be swept or blown away from the marker location and the cleaned surface prepared by 1 of the following procedures: When deemed necessary Y g b the Engineer all surface dirt within areas to receive markers shall be removed. Large areas of tar, grease, or foreign materials may require sandblasting, steam cleaning, or power brooming to accomplish complete removal When markers are placed on new cement concrete pavement, any curing compound shall be removed in accordance with the requirements of this section. All liquid membrane-forming compounds shall be removed from the Portland cement concrete pavement to which Raised Pavement Markers are to bonded, Curing compound removal shall not be started until the pavement has attained sufficient flexural strength for opening for traffic to be allowed on it. The Contractor shall submit a proposed removal method to the Project Engineer and shall not begin the removal process until the Project Engineer has approved the removal method. The pavement shall be surface dry. When applying Epoxy Adhesives in cool weather the pavement surface shall be heated by intense radiant heat (not direct flame) for a sufficient length of time to warm the pavement areas of marker application to a minimum of 70°F. Application of markers shall not proceed until final authorization is received from the Engineer. 8-09.3(3) Marker Preparation Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120°F for a maximum of 10-minutes. 8-09.3(4)3(4) Ad hesive Pr e paratfon Epoxy adhesive shall be maintained at a temperature of 60°F to 85°F before use and during application. Component A shall be added to component B just before use and mixed to a smooth uniform blend. The unused mixed adhesive'shall be discarded when polymerization has caused stiffening and reduction of workability. Bituminous pavement marker adhesive shall be indirectly heated> in an applicator with continuous agitation or recurring circulation. Adhesive temperature shall not exceed the maximum safe heating temperature stated by the manufacturer. The Contractor shall provide the Engineer with manufacturer's written instruction for application temperature and maximum safe heating temperature. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 69 Amendments to the 2010 Standard Specifications 8-09.3(5) Application Procedure 8-09.3(5)A Epoxy Adhesives Epoxy adhesive shall conform to the requirements of Sections 9-26.2. The marker shall be affixed to the prepared pavement area with sufficient adhesive so as to squeeze out a small bead of adhesive around the entire periphery of the marker. The sequence of operations shall be as rapid as possible.Adhesive shall be in place and the marker seated in not more than 30-seconds after the removal of the pavement preheat or warm air blast. The marker shall not have cooled more than 1-minute before seating. g The lengths of the pavement preheat or warming shall be adjusted so as to ensure bonding of the marker in not more than _15-minutes. Bonding will be considered satisfactory when adhesive develops minimum bond strength in tension of not less than 800-grams per square inch or a total tensile strength of 25-pounds. On Roadway sections 'which are not open to public traffic, the preheating of the markers by dry heating, before setting will not be required provided the adhesive develops the required bond strength of 800-grams per square inch in less than 3- hours. If the Roadway section is carrying public traffic during the installation of the markers, the 15-minute set-to-traffic provision will be enforced, and necessary flagging and traffic control will be required. 8-09.3(5)B Asphalt Adhesives The bituminous adhesive shall conform to the requirements of Section 9-02.1(8). Bituminous adhesive shall be applied at temperatures recommended by the .manufacturer. The marker shall be affixed to the prepared pavement area with sufficient adhesive so as to squeeze out a small bead of adhesive around the entire periphery of the marker. Markers shall be placed immediately after application of the adhesive. 8-09.3(6) Recessed Pavement Marker The Contractor shall construct recesses for pavement markers by grinding the pavement in accordance with the dimensions shown in the Standard Plans. The Contractor shall are re P p the surface in accordance with Section 8-09.3(2), and install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-09.3(5). 8-09.3(7) Tolerances for Pavement Markers Markers shall be spaced and aligned as shown in the Standard Plans and as specified by the Engineer. A displacement of not more than Y--inch left or right of the established guide line will be permitted. The Contractor shall remove and replace at no expense to the Contracting Agency all improperly placed markers. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 70 Amendments to the 2010 Standard Specifications 8-09.4 Measurement Measurement of markers will be by units of 100 for each type of marker furnished and set in place. 8-09.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following Bid items that Y � 9 are included in the Proposal "Raised Pavement Marker Type 1", per hundred. "Raised Pavement Marker Type 2", per hundred. "Raised Pavement Marker Type 3- In.", per hundred. "Recessed Pavement Marker", per hundred. The unit Contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 3 In.", and "Recessed Pavement Markers shall be full pay for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control except for reimbursement for other traffic control labor, and for flaggers and spotters in accordance with Section 1-10.5. SECTION 8-10,GUIDE POSTS (WSDOT Amendment August 2, 2010) 8-10.3 Construction Requirements The second paragraph is supplemented with the following: When guide posts are placed on new cement concrete pavement, any curing compound shall be removed. All liquid membrane-forming compounds shall be removed from the Portland cement concrete pavement to which guide post are to be bonded, Curing compound removal shall not be started until the pavement has attained sufficient flexural strength for traffic to be allowed on it. The Contractor shall submit a .proposed removal method to the Project Engineer and shall not begin the removal process until the Project Engineer has approved the removal method.. The final guide post lengths will be determined or verified by the Engineer at the request of the Contractor. SECTION 8-11,GUARDRAIL (WSOOT Amendment August 2, 2010) 8-11.3(1)A Erection of Posts The second paragraph is supplemented with the following sentence: New installations of guardrail shall have steel posts or as otherwise shown in the Plans. 8-11.3(1)D Terminal and Anchor Installation City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 71 Amendments to the 2010 Standard Specifications The fifth paragraph is supplemented with the followin g sentence; For new terminal installations steel posts shall be used unless shown otherwise in the Plans. SECTION 8-14,CEMENT CONCRETE SIDEWALKS (WSDOT Amendment January 3, 2011) 8-14.3(3) Placing and Finishing Concrete. The last sentence in the last ar ra h is P ag p deleted. 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8-14.3(5) Detectable Waging Surface Detectable warning surfaces shah consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shah attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable`warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be'capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4-inch above the surface of the pavement) after installation. 8-14.4 Measurement The second sentence in the first paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramo-type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. 8-14.5 Payment The pay item "Cement Conc. Curb Ramp Type » is supplemented with the following new paragraph: The unit Contract price per each for"Cement Concrete Curb Ramp Type ', shall be full pay far installing the curb ramp as specified including the "Detectable Warning Surface". City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements'Project February 2011 Amendments 72 Amendments to the 2010 Standard Specifications t The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface". SECTION 8-16, RIPRAP (WSDOT Amendment January 4, 2010) 8-15.2 Materials The referenced sections for the following items are revised to read: Heavy oose Ri ra -1 vY p P 9 3 Light Loose Riprap 9-13' Hand Placed Riprap 9-13 Sack Riprap 9-13 Quarry Spalls 9-13 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS (WSDOT Amendment April 5, 2010) 8-17.4 Measurement The first paragraph is supplemented with the following new sentence: Only the maximum number of temporary attenuators installed at any one time within the project limits will be measured for payment. 8-17.5 Payment In the second paragraph following the bid item "Resetting Impact Attenuator", the first sentence is revised to read: If an impact attenuator is damaged by a third party, repairs shall be made in accordance t with Section 1-07.13(4) under the Bid item "Reimbursement For Third Party Damage". SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL (WSDOT Amendment January 3, 2011) 8-20.1 Description In the first paragraph, item number 3 is revised to read: 3. Intelligent Transportation Systems (ITS) 8-20.3(4) Foundations In the 12th paragraph, item number 2 is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 73 iii Amendments to the 2010 Standard Specifications 2. The top heavy-hex nuts for type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method to minimum rotation of %-turn (90 degrees) and a maximum rotation of Y3-turn (120 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. E In the 12th paragraph, the following is inserted after item number 2: 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn-of-Nut Tightening Method to minimum rotation of 1/8-turn (45 degrees) and a maximum rotation of 1/6-turn (60 degrees) past snug tight. Permanent marks shall be ., set on the base plate and nuts to indicate nut rotation past snug tight. 8-20.3(6) Conduit In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming". °' 8-20.3(6) Junction Boxes,Cable Vaults, and Pull boxes In the first paragraph, the first sentence is revised to read: Standard Duty and Heavy Duty junction boxes, pull boxes and cable vaults shall be installed at the locations show in the Plans. In the second paragraph, the first sentence is revised to read: Cable vaults and'pull boxes shall be installed in accordance with the following: In it number h " . , em be 2 0#the second paragraph, top course is deleted and per' is revised to read "in accordance with". In last paragraph, "1/2 inch" is revised to read 1/8 inch". This section is supplemented with the following; Standard Duty pull boxes, cable vaults and concrete junction boxes installed in sidewalks, walkways and shared use paths shall have slip resistant surfaces, be flush with surface and match grade of the sidewalk, walkway and shared use path. The boxes,vaults and junction boxes shall not be placed in curb ramps, curb ramp landings, or the gutter areas associated with the curb ramps. Standard Duty non-concrete junction boxes shall not be installed in sidewalks,walkways or shared use paths. 8-20.3(8) Wiring The following new two paragraphs are inserted after the first table: Splices and taps on underground circuits shall be made with solderless crimp connectors Meeting the requirements of Section 9-29.12. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. In the eleventh paragraph item number 5 is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 74 Amendments to the 2010 Standard Specifications l 5. Video detection camera lead-in cable L. the numbers of the p hases the camera served. In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras—the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans. 7. Communication cable--labeled as Comm. This section is supplemented with the following new paragraph: Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will be allowed in the same raceway with 480 VAC illumination cable. 8-20.4 Measurement The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. The second paragraph is revised to read: Conduit of the kind and diameter specified will be measured, through the junction boxes, by the linear foot of conduit placed, unless the conduit is included in an illumination system, signal system, Intelligent Transportation (ITS) or other type of electrical system lump sum Bid item. 8=20.5 Payment All references to "Intelligent Transportation System" are revised to read "ITS". The paragraph after the bid item, "Conduit Pipe_In. Diam." per linear foot, is revised to read: The unit Contract price per linear foot for"Conduit Pipe In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, unions, junction boxes and fittings; for placing the pipe in accordance with the above provisions, including all excavation, jacking or drilling required, backfilling of any voids around casing, conduits, pits or the trenches, restoration of native vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other Work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination, traffic signal, or ITS systems and the conduit Is not shown as a pay item, it shall be included in the lump sum price for the system shown. SECTION 8-21, PERMANENT SIGNING (WSDOT Amendment January 3, 2011) 8-21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2019 Amendments 75 kk Amendments to the 2010 Standard Specifications Where signs are removed from existing overhead-sign Structures, the existing vertical sign support braces shall also be removed. x In the fourth paragraph, the third sentence is revised to read: Aluminum signs, wood;signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting such members being removed, shall become the property of the Contractor and shall be removed from the project, 8-21.3(9)F Foundations E: In the ninth paragraph, the following new statement is inserted as number 1. Existing numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7. El 1. Foundation excavations shall conform to the requirements of Section 2-09.3(3). In the tenth paragraph, item number 2 is revised to read: Ei� 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9-07.2: 8-21.3(9)G Identification Plates This section including title is revised to read: 8-21.3(9)G Sign Structure Identification Information Whenever existing bridge mounted sign brackets, cantilever sign structures, or sign bridge structures are removed from their anchorage, whether temporary or permanent, the Contractor shall provide the sign structure identification information, attached to the sign structures, to the Engineer. The identification information may be in the form of a riveted plate, sticker,or other means. SECTION 8-22, PAVEMENT MARKING (WSDOT Amendment August 2, 2010) 8-22.1 Description In the second paragraph, the last sentence is revised to read: Traffic letters used tit ward messages shall be sized as shown in the Plans. 8-22.4 Measurement In the sixth paragraph"Painted Line" is revised to read "Paint Line". SECTION 941, PORTLAND CEMENT (WSDOT Amendment April 5, 2010) City of Renton-SW Sunset Boulevard and , Hardie Ave`SW Pedestrian Improvements Project February 2011 Amendments 76 Amendments to the 2010 Standard Specifications 9-01.2(1) Portland Cement In the first paragraph, all the text after"shall not exceed 8-percent by weight is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with". SECTION 9-02, BITUMINOUS MATERIALS (WSDOT Amendment January 3, 2011) 9-02.1 Flexible(8} ex ble Bituminous Pavement Marker Adhesive This section is revised to read: Flexible bituminous pavement marker adhesive is a hot melt thermoptastic bituminous material used for bonding raised pavement markers and recessed pavement markers to the pavement. The adhesive material shall conform to the following requirements when prepared in accordance with the Materials Manual WSDOT Standard Operating Procedure (SOP) No. 318: Property Test Method Requirement Penetration, 77°F, 100g, 5 sec, AASHTO T 49 30 Max. dmm Softening Point, F AASHTO T 53 200 Min. Rotational Thermosel Viscosity, AASHTO T 316 5000 Max. cP, #27 spindle, 20 RPM, 400°F Ductility, 77°F, 5 cm/minute, cm AASHTO T 51 15 Min. Ductility, 39.2 0F, 1 cm/minute, cm ASTM D 51 5 Min. Flexibility, 1", 20°F, 90 deg. Bend, ASTM D 3111 Pass 10 sec., Wx 1" x 6" specimen NOTE 1 Bond Pull-Off Strength WSDOT T-426 Greater than 50 psi Note 1: Flexibili ty test is modified by bending.specimen through an arc.of 90 degrees at a uniform rate in 10 seconds over a 1-inch diameter mandrel. 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer This section including title is revised to read: 9-02.1(9) Vacant SECTION 9-03,AGGREGATES (WSDOT Amendment January 4, 2010) City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 77 Amendments to the 2010 Standard Specifications In this Division, all references to"AASHTO TP 61"are revised to read"AASHTO T 335". a 9-03.11(2) Streardbod Cobbles (WSDOT Amendment August 2, 2010) The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles L shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Percent Passing Approximate Size 4" 6" an 10" 12" 'Note' Cobbles Cobbles Cobbles Cobbles Cobbles 12" 100 10" 100 70-90 8,0 100 70-90 6" 100 70-90 511 70-90 30-60. 4" 100 30-60. 3" 70-90 30-60. 2" 30-60. 20-50 ~' $/" 10 max. 10 max. 10 max. 10 max. 10 max. In the second paragraph, "determine" is revised to read"determined SECTION 19.04,,JOINT AND CRACK SEALING MATERIALS 3-tl4h,2�1} Hot loured Joint Sealants (WSDOTAmendmentAugust 2, 2010) This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except for :.} the following: ' . The Cone Penetration at 25°C shall be 130 maximum. 2. The extension for the bond, non immersed, shall be 100%. 3. The hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 2050C in accordance with AASHTO T 48 City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 Amendments 78 Amendments to the 2010 Standard Specifications Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. 9-04.11 Butyl Rubber (WSDOT Amendment January 4, 2010) This section including title is revised to read: 9-04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, M 1 BG 610. SECTION 9-05, DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS (WSDOT Amendment January 3, 2011) 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12-inch through 60-inch) This section including title is revised to read: 9-05.2(8) Perforated Corrugated Polyethylene Underdrain`Pipe, Couplings and Fittings (12-inch through 604nch) Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12-inch through 60-inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP'shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 9-05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA 0104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained J oints shall be either rubber gasket type, P ush on type, or mechanical type meeting the requirements of AWWA C1. 11. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 79 Amendments to the 2010 Standard Specifications s.05.19 Corrugated Polyethylene Culvert Pipe This sections title Is revised to read: 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The first paragraph is revised to read: Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the requirements of AASHTO M 294 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe This sections title is revised to read: 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings,and Fittings In the first paragraph,the first sentence is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements ofAASHTO M'294 Type S or D. Section 9-05 is supplemented with the following new sub-sections: 9-05:21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24-inch to 60-inch diameter with silt-tight joints. Silt-tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell/bell or bell L and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477.All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for cortsid+eration. A wartuufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots.for all materials.,represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steep rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 Amendments 80 Amendments to the 2010 Standard Specifications All joints for steel reinforced polyethylene storm sewer pipe shall be made with a be 11 and pP spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477.All gaskets shall be installed on the pipe by the manufacturer. Qualification for each` manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from "resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and_a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements ofAASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and ftin s shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 81 Amendments to the 2010 Standard Specifications The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes,foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe and Polypropylene Sanitary Sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches:ASTM F2736. 2. For pipe sizes from 30 to 60 inches:ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. All joints for corrugated polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets conforming to ASTM F477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of corrugated polypropylene storm sewer pipe requires joint system conformance to ASTM D3212 using elastomeric gaskets conforming to ASTM F477 Y _ g 9 9 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all mat6dals represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties deems appropriate. SECTION 9.06, STRUCTURAL STEEL AND RELATED MATERIALS (WSDOT Amendment January 3 2011) 9-06.5(3) High Strength Bolts The first paragraph is revised to read: High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3 Or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions.Tension control bolt assemblies, meeting all requirements of ASTM F 1852 may be substituted where AASHTO M 164 high strength bolts and associated hardware are specified. The second paragraph is revised to read City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian'Improvements Project February 2011 Amendments 82 Amendments to the 2010 Standard Specifications When specified in the Plans or Special Provisions to be galvanized, tension control bolt assemblies shall be galvanized after fabrication in accordance with ASTM B 695 Class 55 Type l• The third paragraph is revised to read: Bolts conforming to AASHTO M 253 shall not be galvanized. The fourth paragraph is revised to read: Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3, AASHTO M 253 Type 3, or ASTM F 1852 Type 3, as specified in the Plans or Special Provisions. The fifth paragraph is revised to read: Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Type 1 (black) AASHTO M 291 Grade C, C3, D, DH and DH3 AASHTO M 292 Grade 2H Type 3 (black weathering) AASHTO M 291 Grade C3 and DH3 Type 1 (hot-dip galvanized) AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 253 Bolts Type 1 (black) AASHTO M 291 Grade DH, DH3 AASHTO M 292 Grade 2H Type 3 (black weathering) AASHTO M 291 Grade DH3 The first sentence in the eighth paragraph is revised to read: Washers for AASHTO M 164 and AASHTO M 253 bolts 'shall meet the requirements of AASHTO M 293 and may be circular, beveled, or extra thick as required. The last sentence in the eleventh paragraph is revised to read: Approval from the Engineer to use lock-pin and collar fasteners shall be received by the Contractor prior to use. The number 2 foot note reference in the table is deleted. The last row of the table is revised to read: *Manufacturer's Certificate of Compliance—samples not required. 1 Nuts, washers, load indicator devices, and tension control bolt assemblies shall be sampled at the same frequency as the bolts. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 83 Amendments to the 2010 Standard Specifications w SECTION 9-07,REINFORCING STEEL 9-07.1.(1)A Acceptance of Materials (WSDOT Amendment August 2, 2010) The following new paragraph is inserted before the first paragraph: Reinforcing steel rebar manufacturers 'shall comply with the requirements of AASHTO PP F 45, "Standard Recommended Procedure for Qualification of Deformed and Plain Steel Bar Producing Mills" and the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. Reinforcing steel rebar manufacturers shall participate in the NTPEP Audit Program for Reinforcing Steel (rebar) Manufacturers and be listed on the NTPEP audit program website displaying that they are NTPEP compliant. 9-07.5(1) Epoxy Coated Dowel Bars(For Cement Concrete Pavement) This section's title is revised to read' 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) The following is inserted after the third sentence of the first paragraph: The Contractor shall furnish a written certification that properly identifies the .material, the number of each batch of coating material used, quantity represented, date of manufacture, name and 'address of manufacturer, and a statement that the supplied coating material meets the requirements of ASTM A 934: 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) (WSDOT Amendment January 4, 2010) This sections title is revised to read 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) ; SECTION PAINTS AND RELATED MATERIALS (WSDOT Amendment January 4 2010) 9-08.1(2)C Inorganic Zinc Rich Primer In the first paragraph, the reference to °Type 11" is revised to read "Type 1". 9-08.1(2)D Organic Zinc Rich Primer This section is revised to read: Organic zinc rich primer shall be a high performance two-component epoxy conforming to SSPC Paint 20 Type IL City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 84 to the 2010 Standard Specifications Amendments p SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING (WSDOT Amendment August Z 2010) Section 9-14 is deleted in its entirety and replaced with the following: 9-14.1 Soil 9-14.1(1) Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. 9-14.1(2) Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits either from the p YP p P 1 area where roadway excavation is to be performed or from strippings from borrow, pit, or quarry sites, or from other designated sources. The general limits of the material to be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The Engineer will make the final determination of the areas where the most suitable material exists within these general limits. The Contractor shall reserve this material for the specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 foot from the existing ground unless otherwise designated by the Engineer. In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall become a part of the topsoil Prior to topsoil removal, the Contractor shall reduce the native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by authorized State and County officials, shall not be incorporated in the topsoil, and shalt be removed and disposed of as designated elsewhere or as approved by the Engineer. 9-14.1(3) Topsoil Type C Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type ;B but obtained from a source provided by the Contractor outside of the Contracting Agency owned right of way. 9-14.2 Seed Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: 1. Common and botanical names of seed 2. Lot number 3. Net weight 4 Pure live seed All seed vendors must have a business License issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable,licenses and endorsements. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 85 Amendments to the 2010 Standard Specifications Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement 9 p p signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet,moldy, or otherwise damaged in transit or storage will not be accepted. 9-14.3 Fertilizer Fertilizer ha s 11 be a standard commercial grade of organic or inorgarnc fertilizer of the kind and quality specified. It may separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water-soluble potash, or sulfur in the amounts specified. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. Fertilizer shall be supplied in one of the following forms: 1 A dry free-flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. 2 A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. 3 A homogeneous pellet, suitable for application through a ferti-blast gun. 4 A tablet or other form of controlled release with a minimum of a six month release period. 5 A liquid suitable for application by a power sprayer or hydroseeder. 9-14.4 Mulch and amendments All amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis and name. In lieu of containers, amendments may be furnished in bulk. A manufacturer's certificate of compliance shall accompany each delivery. Compost and other organic amendments shall be accompanied with,all applicable health certificates and permits. 9-14,4(1) Straw Strew,hail be in an air dried condition free of noxious weeds, seeds, and other materials ` d to plant life. Hay is not acceptable. �i�ilental i All stream material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http://www.nwcb.wa.gov/http://www.nwcb.wa.gov/ In lien of Certified Weed Free Straw, the Contractor shall provide documentation that the material.is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other Stag's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 86 Amendments to the 2010 Standard Specifications 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, chemical printing ink, germination inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials detrimental to plant life. Up to 5 percent by weight may be photodegradable material. The HELP shall be suitable fors spreading with a h droseeder. P 9 y All HECPs shall be furnished premixed by the manufacturer with Type A or Type B Tackifier as specified in 9-14.4(7). Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall provide test results, dated within three years prior to the date of application, from an independent, accredited laboratory, as approved by the Engineer, showing the product meets the following requirements: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 87 Amendments to the 2010 Standard Specifications est e1h;3 Requirements Acute Toxicity EPX821- --02-012 Methods our repCcates ZOO required with for Measuring Acute Toxicity of statistically significant reduction in Effluents.Test leachate from survival In 100%leaohate for a recommended application we Daphnid at 48 hours and receiving 2,inches of rainfall Oncorhynchus mykiss(rainbow per hour-using static test for trout)al 96 hours. No-Observed-Adverse-Effect- Concenfration NOEL :n Solvents EPA 8MB Benzene- <0.03 mg/kg Methylene chloride-<0.02 mg/kg Naphthalene - <5 mg/kg Tetrachloroethylene <0.05 mg*g Toluene - <7 mg/kg Trichloroethylene - <0.03 mg/kg Xylenes - <9 �leavy Metals ' EPA 6020A Total Metals Antimony-- <4 mg/kg Arsenic <6 mg/kg Barium- <80 mg/kg Boron- <100 mg/kg Cadmium-- <2 mgtkg Chromium-- <2 mg/kg Copper- <5 mgcg Lead <5 mg/kg Mercury- <2 mI;ft Nickel- <2 mg/kg Selenium'--<10 mg/kg Strontium <30 mg/kg. Zinc- <5 rrmft Water Holding ASTM D 7367 900 percent minimum plc iffier ASTM D 586 90'*cent minimum ure ASTM D 644 15 percent maximum n'teM Seed ASTM D 7322 HECP HECP HECP Girininaton Type 1 Type 2 Type 3 Enhancement 420 - 400 2(10 percent percent percent minimum minimum minimum fif tl =SIP .contains cotton or straw, the Contractor shall provide documentation that the #W":,has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or '30OWDepartment of Agriculture laboratory test reports, dated within 90 days prior to tho dat+a'of application,showing there are no viable seeds in the mulch. Tl a 4ECP shall be manufactured in such a manna that h r at w en agitated in slurry tanks with water :the fibers will become uniformly suspended, without clumping, to form a homogeneous slung. When hydraulically applied, the material shall form a strong moisture- g,inat that allows the continuous absorption and infiltration of water. The HECP shall contain a dye to facilitate placement and inspection of the material. Dye she f be non-toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 88 Amendments to the 2010 Standard Specifications The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plants, animals, and aquatic life.- 9-14.4(2)A HECP Type 1 Mulch HECP Type 1 Mulch shall demonstrate the ability to adhere to the sail and create a blanket- like mass within two hours of application and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth and conforms to the requirements in Table ' HECP Type 1 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table ' HECP Type 1 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: 10000 National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table ' HECP Type 1 Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459-Test in one C Factor= 0.01 maximum using Protecting soil type.. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation(RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion 9-14.4(2)B HECP Type 2 Mulch Within 48 hours of application, the HECP Type 2 Mulch shall`bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth and conform to the requirements in Table 2 HECP Type 2 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table 2 HECP Type 2 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities; National Transportation Product Evaluation Program (NTPEP) City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 89 Amendments to the 2010 Standard Specifications Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 2 HECP Type l Mulch Test R uirements . Properties Test Method Requirements Performance in ASTM'D 6459 Test in one C Factor= 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes:from sandy loam as defined.by the Equation (RUSLE) Rainfall- MRCS Soil Texture Triangle Induced Erosion 9-14.4(2)C HECP Type 3 Mulch The.Contractor shall provide test results documenting the mulch meets the requirements in Table 3 HECP Type 3 Mulch Test Requirements. Prior to January 2012 the Contractor shall supply independent ASTM D 6459 test results ry PP Y from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental,Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 3 HECP Type 3 Mulch Test Requirements li'r�► sties Test Method Requirements is Performance in ASTM D 6459-Test in one C Factor= 0.15 maximum using Protecting Slopes soil type.,Soil tested shall be Revised Universal Soil Loss from Rainfall sandy loam as defined by the Equation (RUSLE) Induced Erosion National Resources Conservation Service (NRCS) Soil Texture'triangle 9-14 3 Bark or Wood Chips ',( ) ., P Bark or wood chip mulch shall be derived from' Douglas fir, pine, or hemlock species. It shalt'not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 90 Amendments to the 2010 Standard Specifications Bark or wood chips when tested, shall be according o WSDOT Test Method T 123 prior to ! 9 placement and shall meet the following loose volume gradation: Percent Passing Sieve Size Minimum Maximum 2" 95 100 - No. 4 10 30 9-14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length-to-width ratio and shalt be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 inches. At least 50 percent of the length of each strand shall have a width and thickness between 1/16 and '/2 inch. No single strand shall have a width or thickness greater than % inch The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings will not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9-14.4(6) Lime Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, meeting the requirements of ASTM C 602. 9-14.4(9) Gypsum ! Gypsum shall consist of Calcium Sulfate (CaSO421-12O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 9-14.4(7) Tackifier Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials and conform to the requirements in Table 4 Tackifier Test Requirements. The Contractor shah provide test results documenting the tackifier meets the requirements in Table 4 Tackifier Test Requirements. Before January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) - Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 91 Amendments to the 2010 Standard Specifications Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals Test at manufacturer's See Table in Section 9- Solvents recommended application rate 14.4(2) Acute Toxicity Performance in Modified ASTM D 6459 on C Factor= 0.15 maximum Protecting Slopes 3(H):1 M slope with 2 inches of using Revised Universal from Rainfall- rainfall evenly distributed over a Soil Loss Equation Induced Erosion period of 100 minutes. Test in one (RUSLE) soil type.Soil tested shall be sandy loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Tdan le .9-14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9-14.4(7)$ Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9-14.4(8) Compost Compost products shall be the result of the biological degradation and transformation of plant-derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine compost shall meet the following gradation: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 92 Amendments to the 2010 Standard Specifications Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/49' 75 1 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: p 99 Percent Passing Sieve Size Minimum Maximum 2" 100 1 95 100 5/8" 90 100 1/4" 75 185 Maximum particle length of 6 inches. Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 1/411 40 60 Maximum particle length of 6 inches. 2. The-pH shad be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of lnerts by Sieve Size". City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 93 Amendments to the 2010 Standard Specifications 4. Minimum organic matter shall be 40 percent b g_ p y dry weight basis as determined by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04,10"Electrical Conductivity". 6. Maturity shall be,greater than 80 percent in accordance with U.S. Composting Council . TMECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S:Composting Council TMECC 05,08-B"Carbon Dioxide Evolution Rate". 8. The compost product shall originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum>of 35 percent by volume of "Type 2 Feedstocks," source-separated food waste, and/or biosolids may be substituted for recycled plant waste. The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The.Engineer may evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "SolvitaO Maturity Index". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse compost shall score a 5 or above on the SolvitaO Compost Maturity Test. 9-14.4(8)A Compost Submittal Requirements The Contractor shall submit the following information to the Engineer for approval: 1. The Qualified Products List printed page or a Request for Approval of Matenal(DOT Form 350-071 EF). 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health. Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173-350 and these Specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as issued by the U.S. Composting Council. 9-144(8)B Compost Acceptance Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of appRoation and meets the requirements in Section 9-14.4(8). Compost not conforming to the°aerie requirements or taken from a source other than those tested and accepted shall not be used. ar Cry of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Pmject February 2011 Amendments 94 Amendments to the 2010 Standard Specifications 9-14.4(g) Vacant 9-14:4(10) Vacant 9-14.5 Erosion Control Devices 9-14.5(1) Polyacrylamide (PAM) Polyacrylamide (PAM) products shall meet ANSUNSF Standard 60 for drinking water treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, linear, and not cross-linked. The minimum average molecular weight shall be greater than 5 mg/mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. PAM shall be delivered in a dry granular or powder form. 9-14.5(2) Erosion Control Blanket Temporary erosion control blanket shall be made of natural plant fibers The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements in the following table: Properties ASTM Test Method Requirements Protecting Slopes D 6459- Test in one soil Maximum C factor of o g p from Rainfall- type. Soil tested shall be 0.15 using Revised Induced Erosion sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb/sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb/sq. ft. Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent Enhancement minimum Netting, if present, shall be biodegradable with a life span not to exceed one year. Permanent erosion control blanket shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss E quation` City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 95 WINa �� Amendments to the 2010 Standard Specifications Soil tested shall be (RUSL loam as defined by the NRCS Soil Texture Triangle*,► Dry Weight per D 6475 0.50 lb/sq.yd. minimum Unit Area Performance in D 6460 Test in one soil 2.0 lb/sq..ft. minimum Protecting type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Trian !e** Seed D 7322 200 percent minimum Germination Enhancement 9-14.6(2)A Erosion Control Blanket Approval The Contractor shall select erosion control blanket products that bear the Quality and Data Oversight and Review (ODOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at www.ectc.org/gdor 9-14.6(3) Clear Plastic Covering , Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. 9-14.6(4) Ceotextile-Encased Check Dam The geotextile-encased check dam shall be a urethane foam core encased in geotextile material.The minimum length of the unit shall be 7 feet The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each . end, and shall have apron type flaps that extend a minimum of 24 inches on each side of the check dam. The geotextile material shall meet the requirements in Section 9-33. 9- � ) Wattles Wa ttles s�al1 consist silt o1`cylinders of biodegradable plant matenal such as weed-free straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material shall be dean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. 'Compost filler shall be coarse compost and shall meet the material requirements as specified in Section 9-14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9-14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches wide, and between 0.017 and 0.13 inches thick. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 Amendments 96 Amendments to the 2010 Standard Specifications Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length. 9-14.5(6) Compost Socks Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shalt be filled with Coarse Compost. Compost socks shall be at least 8 inches in diameter, The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yams, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse compost filler shall meet the material requirements as specified in Section 9- 14.4(8). Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, 9-14.5(7) Coir Log Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 lbs/cf, Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter commercially available hemp rope. 9-14:5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high-density polyethylene or polypropylene mesh, and shall be at least 4-feet in height. Support posts shall be wood or steel in accordance with Standard Plan 1-10.10-00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9-14.6 Plant Materials 9-14.6(1) Description Bareroot plants are grown in the ground and harvested without soil or,growing medium around their roots. . Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 97 Amendments to the 2010 Standard Specifications Baked and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken and all cuts shall be 'made with a sharp instrument.Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property:owners and provided to the Engineer before cuttings are collected. The Contractor shall, collect, cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements:. A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be % to"1/ inch in diameter. C. Live pole cuttings shall have a minimum 2 inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting, at the nodes and becoming Erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9-14.9(2) Quality At the time of delivery ! lane material furnished shall meet the grades established b the rI! P g_ y latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall f conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation: AN pl nt,.metenal shall be purchased from a nursery licensed to sell plants in Washington to#e. Live woody or herbaceous plant material, except cuttings,,rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous roof systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall,be well foliated and of good color. Deciduous trees that have solitary leaders shaff have only the lateral branches thinned by pruning.All conifer trees shall have only one leader (growing;apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing;leader, multiple leaders, or Y crotches shall be rejected. Root balls of plant materials shall be solidly held together by,a fibrous root system and shall §g composed only of the soil in which the plant has been actually growing. Balled and City of Renton—SW Sunset Boulevard and Hardie Ave'SW Pedestrian,Improvements Project February 2011 Amendments 98 Amendments to the 2010 Standard Specifications burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans,and the Special Provisions. Container grown plants shall be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected.Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown Specifications of the ASKS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASKS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Street trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container,the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants which have been determined by the Engineer to have suffered damage for the following reasons will be rejected: 1. Girdling of the roots, stem, or a major branch. 2. Deformities of the stem or major branches. 3. Lack of symmetry. 4. Dead or defoliated tops or branches. 5. Defects, injury, and condition which renders the plant unsuitable for its intended use. Plants that are grafted shall have roots of the same genus as the specified plant. 9-14.6(3) Handling and Shipping Handling and shipping shall be done in a manner that is not detrimental to the plants. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 99 Amendments to the 2010 Standard Specifications The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each p p truck load or other lot of plant material. The original copy shall be delivered to the Project Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the 'Inspector at the job site. The notice shall contain the following information: 1. Name of shipper. 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the Contract.) 4. Consignee and delivery point. 5. State Contract number. 6. Point from which shipped 7. Quantity contained. 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. To acclimate plant materials to Northwest conditions, all plant materials used on a project shall be grown continuously outdoors north of the 42nd Latitude (Oregon-California border) from not later than August 1 of the year prior to the time of planting. All container grown plants shall be handled by the container. All balled and budapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover material: 9-14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction thereof, of each variety, grade, and size shall be tagged. 9-14.6(5) Inspection The Contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such preliminary approval shall not be considered as final acceptance for payment. Final inspection and approval (or rejection) will only occur when the plant material has been delivered to the Project site. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 100 ifi .Amendments to the 2010 Standard Specifications 9-14.6(6) Substitution of Plants No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been unobtainable since the Award of the Contract. If substitution is permitted, it can be made only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlrapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9-14.6(7) Temporary Storage Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, bark or wood chips, or other approved material and shall be kept moist at all times prior to planting. Cuttings shall continually be shaded and protected from wind. Cuttings shall be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within eight hours of cutting. Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34°F and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50°F shall not be stored for later use. Cuttings that already have developed roots shall not be used. 9-14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for selection and approval. The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. 9-14.7 Stakes, Guys, and Wrapping Stakes shall be installed as shown in the Plans. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 101 Amendments to the 2010 Standard Specifications Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer.The minimum size of wire used for guying shall be 12 gauge,soft drawn. Hose for-guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1 inch: Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. SECTION 9-15, IRRIGATION SYSTEM (WSDOT Amendment January 4, 2010) The first paragraph is supplemented with the following: When the water supply for the irrigation system is from a non-potable source, irrigation components shall have lavender indicators supplied by the equipment manufacturer. 9-15.3 Automatic Controllers This section is revised to read: The automatic controller shall be an electronic timing device for automatically opening and closing control valves for predetermined periods of time. The automatic controller shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non-rusting industrial grade stainless steel The pedestal shall have a completely removable locking faceplate to allow easy access to wiring. The.automatic controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided to the Engineer. The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: 1. Each controller station shall be adjustable for setting to remain open for any desired period of time, from five minutes or less to at least 99 minutes. 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. When adjustments are made, they shall continue automatically within a 14-day cycle until the operator desires to make new adjustments. 3. Controls shall allow any position to be operated manually, both on or off, whenever desired, without disrupting the 14 day cycle. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. _= 5. Controllers shall contain a power on-off switch and fuse assembly. 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 day cycle. 7. Both normally-open or normally-closed rain sensor compatibility. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 102 Amendments to the 2010 Standard Specifications 9-15.4 Irrigation Heads This section is supplemented with the following new paragraph: All instructions, special w re n ches, clamps, tools, a nd equipment s u pp lie d by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be turned over to the Engineer upon completion and acceptance of the project. 9-15.5 Valve Boxes and Protective Sleeves This section including title is revised to read: 9-15.5 Valve Boxes Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with vandal resistant lid as shown in the Plans. 9-15.7(1) Manual Control Valves The third and fourth sentences are revised to read: The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall house long acme threaded stems to ensure full opening and closing. 9-15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read: Valves shall be of a normal) closed design and shall be operated b an electronic solenoid Y 9 p Y having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic solenoids shall have a stainless steel plunger and be directly attached to the valve bonnets or body with all control parts fully encapsulated. In the fifth sentence of the second paragraph, "electric" is revised to read"electrical'. 9-15.7(3) Automatic Control Valves With Pressure Regulator This section is revised to read: Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations. The regulator must be fully adjustable. 9-15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: Quick coupler valves shall have a service rating of not less than 125-psi for non-shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi-Red Brass conforming to ASTM B 584. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 103 Amendments to the 2010 Standard Specifications In the fifth sentence of the first ara rah 'will p g p " is revised to read. shall 9-15.9 Drain Valves This section is revised to read: Drain valves may be a %z-inch or 3/-inch PVC or metal gate valve manufactured for irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than 150-psi non-shock cold water. The Contractor shall furnish three standard operating keys per Contract. Drain valves shall be installed in a valve box with a vandal resistant lid as shown in the Plans. Drain valves on potable water systems shall only be allowed on the downstream side of approved cross connection control devices. 9-15.10 Hose Bibs The first sentence is revised to read: Hose bibs shall be angle type, constructed of bronze or brass, threaded to accommodate a %-inch hose connection, and shall be key operated. 9-15.11 Cross Connection Control Devices This section is revised to read: Atmospheric vacuum breaker, assemblies (AVBAs), pressure vacuum breaker assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), shall be of a manufacturer and product model approved for use by the Washington State Department of Health, Olympia, Washington or a Department of Health certified agency. 9-15.12 Check Valves The last sentence is revised to read: Valves shall have angled seats, Buna-N seals and threaded connections, and shall be installed in 8-inch round plastic valve boxes with vandal resistant lids. 9-15.14 Three-Way Valves The last sentence is revised to read: When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9-15.15 Flow Control Valves The third sentence is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 104 Amendments to the 2010 Standard Specifications Valves shall be factory set to the flows a s shown in the Plans. 9-16.17 Electrical Wire and Splices This section is revised to read: Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station.number identification. Low voltage splices shall be made with a direct bury splice kit using a twist-on wire connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve. 9-16.18 Detectable Marking Tape The first paragraph is revised to read: Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide for the most positive detection and pipeline location. In the second paragraph, the first and second sentences are revised to read: The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown: The last paragraph is revised to read: The width of the tape shall be as recommended by the manufacturer based on depth of installation. SECTION 9-16, FENCE AND GUARDRAIL (WSD©T Amendment August 2, 2010)' 9-16.3(2) Posts and Blocks This section in its entirety is revised to read: Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper arsenate (CCA), ammoniacal copper arsenate (ACA), or ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel (galvanized steel posts only—no blocks). Blocks made from alternate materials that meet the NCHRP Report 350 or MASH criteria may be used in accordance with the manufacturer's recommendations. Wood posts and blocks may be surface four sides (S4S) or rough sawn. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 105 Amendments to the 2010 Standard Specifications Pasts and blocks shall be of the size, length and type as shown in the Plans and meet the requirements of the below Specifications. Timber posts and blocks shall conform to the grade specified in Section 9-09.2. Timber posts and blocks shall be fabricated as specified in the Plans before being treated. Timber posts and blocks shall be treated by the empty cell process to provide a minimum retention, depending on the treatment used,according to the following Creosote oil 10.0 lbs. pcf Pentachlorophenol 0.50 lbs. pcf ACA 0.50 lbs pcf ACZA 0.50 lbs. pcf CCA 0.50 lbs pcf Treatment shall be in accordance with Section 9-09.3. Galvanized steel posts, and base plates, where used, shalt conform to either ASTM A36 or ASTM A992, and 'shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6-03.3(25).All fabrication shalt be completed prior to galvanizing. Steel posts for weathering steel beam guardrail shall be in accordance with one of the following two methods: 1 Galvanized Powder Coated Steel Posts: These posts shall conform to ASTM A36 or ASTM A992 and galvanized in accordance with AASHTO M 111. Powder Coating Galvanized Surfaces done in accordance with Sections: 6-07.3(11)B 9- t 08.2. and 9-08.1(8). Only the top thirty inches on any post length shall be powder coated. 2. Galvanized Weathering Steel Posts: These posts shall conform to ASTM A588 steel and be galvanized in accordance with AASHTO M 111. Thirty inches, on any post length, shall not be galvanized for exposure above ground. SECTION 9.17, FLEXIBLE GUIDE POSTS (WSDOT Amendment January 3, 201 1) 9-17.4 Pre-approval tiecxi.rwmber 3 in the first paragraph is revised to read: 3. In lieu of State Materials Laboratory testing, the Lab will accept the results of pre- approved testing performed by the National Transportation` Product Evaluation Program (NTPEP), the manufacturer or other agencies under the following conditions: a. The State Materials Laboratory is informed of the pre-approval testing sufficiently in advance in order to attend and observe. Attendance will be at the discretion of the Materials Laboratory. b. The results of the testing shall be reported in sufficient detail to enable the State Materials Laboratory to evaluate compliance with these Specifications. SECTION 9-22, MONUMENT CASES (WSDOT Amendment January4, 2010) City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 106 Amendments to the 2010 Standard Specifications 9-22.1 Monument Cases, Covers, and Risers In the first sentence, "Class 30B is revised to read "Class 356". SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES (WSDOT Amendment January 3, 2011) 9-23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171". 9-23.2 Liquid Membrane Forming Concrete Curing Compounds The first paragraph is revised to read: Liquid membrane-forming compounds for curing concrete shall conform to the requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT Test Method 814 shall be 2:50 grams for- all applications. Section 9-23 is supplemented with the following new sub-sections: 9-23.12 Metakaolin Metakaolin shall conform to the requirements of AASHTO M 295 Class N including optional chemical requirements as set forth in Table 2 and with a further limitation that the loss o ignition shall be a maximum of 1.5 percent. , .. 9-23.13 Blended Supplementary Cementitious Material f: Blended Supplementary Cementitious Material (SCM) shall meet the requirements of ASTM C1697. Blended SCMs shall be limfted to binary or ternary blends of fly ash, grounds granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall meet the . .- requirements of Section 9-23.9. Ground granulated blast furnace slag 'shall 'meet the µ , requirements of Section 9-23.10. Microsilica fume shall meet the requirements of Section 9- 23.11. Metakaolin shall meet the requirements of Section 9-23.12. The individual SCMs composing the blended SCM shall be individually listed on the WSDOT QPL. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL (WSDOT Amendment January 3, 2011) .; ` 3 Air In this division, all references to "hot-dipped"are revised to read "hot-dip". In this division, Section "9-29.1(4)B" is revised to read "9-29.1(4)C". 9-29.1(4) Non-Metallic Conduit This section is supplemented with the following new sub-section: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 107 �w Amendments to the 2010 Standard Specifications 9-29.1(4)B Expansion Fittings Expansion fittings for use with PVC shall allow for 4-inches of movement minimum (2- inches in each direction). `Expansion fittings for PVC conduit_ shall be PVC and have threaded'terminal adaptor or coupling end and shall meet the requirements listed in Section 9-29.1(4)A. 9-29.2(1)A Standard Duty Junction Boxes :$ The first paragraph below the title "Concrete Junction Boxes" is supplemented with the following: All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. Non-slip lids and frames shall be hot-dip galvanized. LThe second sentence in the second paragraph below the title "Concrete Junction Boxes" is revised to read: The frame shall be anchored to the box by welding headed studs % inch X 3 inches long, as specified in Section 9-06.15, to the frame. The first sentence in the second paragraph below the title "Non-Concrete Junction Boxes° is revised to read: Type 1, 2, and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. In the second paragraph below the title "Non-Concrete Junction Boxes", "hex-head" is revised' to read"penta-head". 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes The second sentence in the second paragraph is revised to read: The frame shall be anchored to the vault/box by welding headed studs 3/8 inch X 3 inches long, as specified in Section 9-06.15, to the frame. Thy sew ts,eupplemented with the following new paragraph: All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults and Pull Boxes steel frame, lid support and lid shall be hot-dip galvanized. 9-29.3(2)B MuM.Conductor Cable This section is revised to read: Two-conductor through 10-conductor unshielded signal control cable shall have stranded copper conductor and shall conform to International Municipal Signal Association (IMSA) signal cable Specification 20-1. L City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 108 Amendments to the 2010 Standard Specifications 9-29.3(2)E Two-Conductor Shielded This section is revised to read: Two conductor shielded (2CS) cable shall haves stranded anded 14 AWG. (minimum) conductors and shall conform to IMSA Specification No. 50-2. 9-29.3(2)F Detector Loop Wire This section is revised to read: Detector loop wire shall be 12 or 14 AWG stranded copper wire, IMSA 51-3. 9-29.3(2)G Four-Conductor Shielded Cable The first sentence is revised to read: Four-conductor shielded cable (4CS) shall consist of a cable with four stranded 18 AWG conductors with polypropylene insulation, an aluminized polyester shield, water-blocking material in the cable interstices, and a 26-mil minimum outer jacket of polyethylene. 9-29.4 Messenger Cable, Fittings This section is supplemented with the following: Messenger 3 -• g r cable shall be / rnch, 7-wire strand messenger cables conforming to ASTM A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight-way steel expanding anchor, having a minimum area of 300 square inches,made of pressed steel, coated with asphalt or similar preservative, and fitted with a $/-inch minimum guy eye anchor rod 8-feet long. As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3'/z-inch-pitch, 1- inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 9-29.6(5) Foundation Hardware The first paragraph is revised to read: Anchor bolts for Type PPB, PS, 1, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 9-29.7 Lurninaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases The content of this section is revised and moved to the following new sub-sections: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 109 Amendments to the 2010 Standard Specifications 9-29.7(1) Unfused Quick-Disconnect Unfused quick-disconnect connector kits shall conform to the following requirements: 1. The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable, The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber f which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water-seal around the cable, have an interior arrangement to suit ably and complementarily receive,and retain the copper pin or L receptacle, and a section to provide a water-seal between the two housings at the point of disconnection. 3. The kit shall provide waterproof in-line connector protection with three cutoff sections on both the line and.load side to accommodate various wire sizes. All connections shall be as described in item "1" above. Upon disconnect, the connector shall remain in the load side of the kit. 9-29.7(2) Fused Quick-Disconnect Fused quick-disconnect kits shall provide waterproof in-fine fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item "1" above. Upon disconnect, the fuse shall remain in the load side of the kit. Fuses'fumshed for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses 'shall be capable of supporting 135 percent of the rated load for Li approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory. Lwminaire Service Voltage Size 480V 240V 120V 1,ODOW 10A 15A 30A 75OW 5A 1OA 20A 70OW 5A 10A 20A 4001AI 5A 10A 15A 31OW 5A 5A 10A City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 110 Amendments to the 2010 Standard Specifications 25OW 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W I 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9,29.9 Ballast, Transformers This sections content is deleted and replaced with: Heat-generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the fixture temperature to 160°F. Transformers and inductors shall be resin-impregnated for protection against..moisture. Capacitors,except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ he class of compounds identified Y po as polychlorinated biphenyls (PCB) as dielectric,coolants, or for any other purpose. This section is supplemented with the following new sub-sections: 9-29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90%). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High-intensity-Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components,ponents, each of which shall be.capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi- circuit connector.All conductor terminals shall be identified as to the component terminal to which they connect. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian improvements Project February 2011 Amendments 111 Amendments to the 2010 Standard Specifications Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the tamp-voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of tamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture assembly. Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be: Source Line Volt" Lamp Ballast Type Input Lamp ,§ Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg.Lag 10% 18% HPS any 7501000 Auto Reg. Lead 10% 30% CWA MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 9-29.9(2) Transformers _ The transformers to be furnished shall be indoor/outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10%° below the normal full capacity. 9-29.10 Luminaires This section is revised to read: All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome-nickel-grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The luminaire slip-fitter bolts shall be either stainless steel, hot-dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel The housing, complete with integral ballast, shall be weathertight. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200°F . All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3-inches square with Gothic bold, black 2-inch legend on colored background. Background color shall be gold for high pressure sodium, and red for City of Renton SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 112 Amendments to the 2010 Standard Specifications metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9-29.10(1) Cobra Head Luminaires This sections content including title is revised to read: 9-29.10(1) Conventional Roadway Luminaires A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic type latch). C. The reflector of all luminaires shall be of a snap-in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or dens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any.light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2- inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon.The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the f5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2-inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 113 Amendments to the 2010 Standard Specifications Amend E� E. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. F. High pressure sodium conventional roadway luminaires shall be capable of accepting a 150, 200,,250, 310, or 400 watt lamp complete with ballast. G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000-hour salt spray test as specified in ASTM B 117. H. All luminaires to be mounted on horizontal mast arms shall be capable of withstanding cyclic loading in. 1. A vertical plane at a minimum peak acceleration level of.3.0 g's peak-to-peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminalre parts, and; 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. I. All luminaires shall have leveling reference points for both transverse and longitudinal adjustment. Luminaires shall have slip-fitters capable of adjusting through a 5-degree axis for the required leveling procedure. i 9-29.10(2) Decorative Luminaires In the first paragraph, "150-400 is revised to read "50-400". In the second paragraph, "box shaped" is deleted. In the third paragraph, the first sentence is deleted.The second sentence is revised to read: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame. The reflector shall be a snap-in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall, be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the housing with ANSI, 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The last sentence in the fifth paragraph is deleted. The sixth paragraph is deleted. The seventh paragraph is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 114 Amendments to the 2010 Standard Specifications The finish shall meet the requirements of ASTM B 117 with the exception that the finish , shall be salt spray resistant after 300 hours exposure. The first sentence in the eighth paragraph is deleted. 9-29.10(3) High Mast Luminaires and Post Top Luminaires This sections content including,title is deleted and replaced with: 9-29.10(3) Vacant 9-29.10(5) Sign Lighting Luminaires This section is revised to read: Sign fighting luminaires shall be the Induction Bulb type. 9-29.10(5)A Sign Lighting Luminaires -Mercury Vapor This section including title is revised to read: 9-29.10(5)A Sign Lighting Luminaires— Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. 9-29.10(5)B Sign Lighting Fixtures -Induction The first sentence is revised to read: Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. In the second sentence of the sixth paragraph,"87"is revised to read "85". In the last sentence of the sixth paragraph, "Class a"is revised to read Class A". The first sentence of the last paragraph is revised to read: A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. 9-29.12 Electrical Splice Materials This section is revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 115 Vr Amendments to the 2010 Standard Specifications Circuit splicing materials shall meet the following specifications. 9-29.12(1) Illumination Circuit Splices This section is revised to read: ,k Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8-20.3(8), This section is supplemented with the following new sub-sections 9-29.12(1)A Heat Shrink Splice Enclosure Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec 1230053 Molded S 9-29.12(1)B lice Enclosure p Epoxy resin cast type insulation shall employ a clear rigid, plastic mold or a.clear mylar sheet bonded to butyrate webbing forming a flexible mold. The material used shall be compatible with the insulation material of the insulated conductor or cable. The component. materials of the resin insulation shall be packaged ready for convenient'mixing without removing from the package. 9-29.12(2) Traffic Signal Splice Material This section is revised to read: induction loop splices and magnetometer splices shall include an uninsulated barrel type` crimped connector capable of being soldered. The insulating material shalt be a heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re-enterable type with silicone type filling compound that remains flexible and enclosed in a re-enterable z rigid mold that snaps together. 9-29.15 Flashing Beacon Control irithefst paragraph, the first word"Flashers" is revised to read"Line voltage flashers". 9-29.16 Vehicular Signal Heads This sections title is revised to read: 9-29.16 Vehicular Signal Heads, Displays and Housing The first sentence is revised to read: Each signal head shall be of the adjustable, vertical type with the number and type of displays detailed in the Contract; shall provide an indication in one direction only; shall be City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 116 Amendments to the 2010 Standard Specifications adjustable through 360 degrees about a vertical axis; and shall be mounted at the location and in the manner shown in the Plans: This following new paragraph is inserted after.the first paragraph: Back-plates shall be constructed of 5-inch wide .050-inch thick corrosion resistant flat black finish, louvered aluminum or polycarbonate attached with stainless steel hardware.A 1-inch wide strip of yellow retro reflective, type IV prismatic sheeting, in accordance with Section 9-28.12, shall be applied around the perimeter of each backplate. 9-29.16(1) Optically Programmed,Adjustable Face, 12-inch Traffic Signal) This section including title is revised to read: 9-29.16(l) Optically Programmed Adjustable Face, and Programmable,Array 12-inch Traffic Signal The signal 'shall permit the visibili zone of the indication to be determined ed optically and require no hoods-or louvers. The projected indication may be selectively visible or veiled anywhere within the optical axis. No indication shall result from external illumination, nor shall one light unit illuminate a second. The display shall operate from 85 VAC to 130 VAC. 9-29.16(1)A Optical Systems The following new title is inserted above the first paragraph: 9-29.16(1)A1 Conventional Optical System This section is supplemented with the following new sub-section: 9-29.16(1)A2 LED Programmable Array g y 1. LED array with programmable visibility_from a portable hand held device from ground level, 2. Lens shall be clear, unless color lenses specified. The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC. The LED array shall provide an accessible imaging surface at focus on the optical axis for objects 900 to 1,200-feet distant,'and permit an effective veiling mask to be variously applied as determined by the desired visibility zone. The optical system shall accommodate projection of diverse, selected indicia to separate portions of the roadway such that only one indication will be simultaneously apparent to any viewer after optically limiting procedures have been accomplished. The projected indication shall conform to ITE transmittance and chromaticity standards. 9-29.16(1)B Construction The title for this section its revised to read: City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 117 Amendments to the 2010 Standard Specifications 9-29.16(1)B Housing Construction The fourth paragraph is deleted. 9-29.16(1)D 1 D Electrical The title for this section is revised to read: 9-29.16(1)D Housing Electrical The following new title is inserted above the first paragraph: 9-29.16(1)D7 Electrical Conventional This section is supplemented with the following new sub-section: 9-29.16(1)D2 Electrical LED The LED array shall be accessible from the front of the housing. Each multi section assembly shall include a terminal block for clip or screw attachment of lead wires. 9-29.16(1)E Photo Controls The following new title is inserted above the first paragraph: 9-29.16(1)E1 Conventional Photo Controls This section is supplemented with the following new sub-section: 9-29.16(1)E2 LED Photo Controls Each signal section shall include integral means for automatically regulating the display intensity for day and night operation. 9-29.16(2)A Optical Units This section is revised to read as follows: Light Emitting Diode (LED) light sources are required for all displays. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE Specification for; Vehicle Traffic Control Signal Heads, Light Emitting Diode Circular Signal Supplement VTCSH ST-052 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow Traffic Signal Supplement ITE VTCCH ST-054, and the following requirements: 1. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this project and the LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60% of the LEDs in the unit are operational. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 118 Amendments to the 2010 Standard S pecifications 2. LED shall have a 50 degree min. viewing angle: 3. Wattage(Maximum): 12-inch red, yellow and green ball displays - 25 W 12-inch red, yellow and green arrow displays 15W 8-inch red, yellow and green ball displays- 15W 4. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 5. The LED display shall be a module type and shall replace the lens, socket, bail, reflector and be directly connected to the terminal strip in the signal head. 6. Label: Each optical unit shall be listed by and bear the label of a nationally recognized testing laboratory. In addition, the manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module and the installation date shall be indicated on a separate label with an indelible ink marker. 9-29.16(2)B 'Signal Housing The first sentence in the first paragraph is revised to read: The signal head housing, or case, shall consist of an assembly of separate sections, expandable type for vertical mounting, substantially secured together in a weather tight manner. In the third paragraph "may" is revised to read "shall". 9-29.16(2)D Back Plates This section's content including title is deleted and replaced with: 9-29.16(2)D Vacant 9-29.16(2)E Painting Signal Heads In the first sentence "Federal Standard 59513" is revised to read "Federal Standard 595-14056". 9-29.16(3) Polycarbonate Traffic Signal Heads This section is supplemented with the following paragraph: Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to break in excess of 90 percent. The green color shall be molded throughout the head assembly. The optical system shall be Light Emitting Diodes as defined in 9.29.16(2)A. The entire optical system shall be sealed by a single neoprene gasket. The signal head shall be formed to be used with standard signal head mounting accessories as shown in 9-29.17.All hinge pins, latch assemblies and reflector assemblies shall conform to 9-29.16(2)6. 9-29.16(3)A 8-inch Polycarbonate Traffic Signal Heads This section and title are deleted. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 119 Amendments to fits 2010 Standard Specifications 9-29.16(3)6 12-inch Polycarbonate Traffic Signal Heads This section and title are deleted. Section 9-29.16 is supplemented with the following new sub-section: 9-29.16(4) Traffic Signal Cover The covers shall be manufactured from a durable fabric material, black in color with a mesh Eli front and designed to fit the signal head configuration properly. The covers shall have an attachment method that will hold the cover securely to the signal in heavy wind. The covers shall be provided with a drain to expel any accumulated water. 9-29.18 Vehicle Detector The first paragraph is revised to read: Induction loop detectors and magnetometer detectors shall'comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the current California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9-29.130 when installed with Type 170, Type 2070 or NEMA control assemblies. 9-29.19,`Pedestrian Push Buttons This section is revised to read: Where noted in the Contract, pedestrian push buttons of tamper-resistant construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter plunger. The switch shall be a three bladed beryllium copper spring rated at 10 amperes, 125 volts. The pedestrian push-button assembly shall be constructed and mounted as detailed in the Contract: 9-29.26 Amplifier,Transformer, and Terminal Cabinets The first sentence in the first paragraph is revised to read: Amplfiter and terminal cabinets shall conform to NEMA 4 requirements. Transformer L cabinets shall be NEMA 3R. Item number 3 in the first paragraph is revised to read: L3. Cabinet doors shall have a stainless steel piano hinge or shall meet the requirements for the alternate hinge detailed for type B modified service cabinets. Doors less than 3 feet in height shall have two hinges. Doors from 3 feet to 4 feet 8 inches in height shall have 3 hinges. Spacing of hinges for doors greater than 4 feet 8 inches in height shall not exceed 14 inches center to center. The door shall also be provided with a three point latch and a spring loaded construction core lock capable of accepting a Best six pin CX series core. The locking mechanism shall provide- a tapered bolt. The Contractor shall supply construction cores with two master keys.. The keys shall be delivered to the Engineer. Three point latches are not required for terminal cabinets. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 120 Amendments to the 2010 Standard Specifications SECTION 9-30,WATER DISTRIBUTION MATERIALS (W'SDOT Amendment January 4, 2010) 9-30.1(1) Ductile Iron Pipe In the first paragraph, number 1. and 2. are revised to read: 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe shall have a cement mortar lining, and a 1 mil thick seal coat meeting the.requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged joints:shall be Special ` Thickness Class 53. All other ductile iron pipe shall be Special Thickness Class 50, minimum Pressure Class 350, or the class indicated on the Plans or in the Special Provisions. 2. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9-30.1(2) Polyethylene Encasement This section is revised to read: Polyethylene encasement shall be tube-fo Y rm, high density cross-laminated polyethylene film, or linear low density polyethylene film, meeting the requirements of ANSI/AWWA C105. Color shall be natural or black. SECTION 9-31, ELASTOMERIC BEARING PADS (WSDOT Amendment January 3, 2011) 9-31.1 Requirements This section is revised to read: Elastomeric bearing pads shall conform to the requirements of AASHTO` M 251, unless otherwise specified in the Plans or Special Provisions. The etastomer shall be low temperature Grade 3 and not contain any form of wax. Unless otherwise specified in the Plans or Special Provisions, the etastomer shall have a shear modulus of elasticity of 165 psi at 73F. All bearing pads with steel laminates shall be cast as units in separate molds and bonded and vulcanized under heat and pressure. Corners and edges of molded pads may rounded at the option of the Contractor. Radius at corners shall not exceed 3/8-inch, and radius of edges shall not exceed 1/8-inch. Bearing pads shall be fabricated to meet the tolerances specified in either AASHTO M 251 or the Special Provisions, as applicable. Shims contained in laminated bearing pads shall be mill rolled steel sheets not less than 20 gage in thickness with a minimum cover of etastomer on all edges of 1/4-inch for pads less than or equal to 5-inches thick, and 1/2-inch for pads greater than 5-inches thick. City of Renton--SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 121 Amendments to the 2010 Standard Specifications Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise noted. All shim edges shall be ground or otherwise treated so that no sharp edges remain. SECTION 9-33, CONSTRUCTION GEOSYNTHETIC (WSDOT Amendment April 5, 2010) 9-33.4(3) Acceptance Samples The third paragraph is revised to read: Samples from the geosynthetic roll will be taken to confirm the material meets the property values specified. Samples will be randomly taken at the job site by the Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. The first sentence in the sixth paragraph is revised to read: For each geosynthetic roll that is tested and fails the Project Engineer will select two additional rolls from the same lot for sampling and retesting. The Contractor shall sample the roils in accordance with WSDOT T 914 in the presence of the Project Engineer. SECTION 9.34,PAVEMENT MARKING MATERIAL ("DOT Amendment January 3, 2011) 9-34.1 General j The item 'High VOC Solvent Based Paint' is deleted. 9-34.2 Paint In the first ara ra h, the first sentence is revised to read: P 9 P White and yellow paint shall comply with the Specifications'for low VOC solvent based paint or low VOC waterborne paint. 9-34.2(1) High VOC Solvent Based Paint This section is including title is revised to read: 9-34.2(1) Vacant SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS (WSDOT Amendment January 4, 2010) 9-35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator". In the second ara raph, the third sentence is revised to read: P 9 City of Renton-SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 122 Amendments to the 2010 Standard Specifications Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List(QPL) submittals are not required. 9-35.12 Truck-Mounted Attenuator This section including title is revised to read: 9-35.12 Transportable Attenuator Transportable attenuators are Truck-Mounted Attenuators (TMA) or Trailer-Mounted Attenuators (TMA-trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll-ahead distance calculations and crash test reports illustrating that the proposed host vehicle is appropriate for the'attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and retro-reflective yellow sheeting, slanted at 45 degrees in an inverted W" with the W"at the center of the unit. This section is supplemented with the following new sub-sections: 9-35.12(1) Truck-Mounted Attenuator The TMA may be selected from thew roved units listed on the PL or pp Q submitted using a RAM. The TMA shall have an adjustable height so that it can be P laced at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9-35.12(2) Trailer-Mounted Attenuator The TMA-trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9-35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350-071 EF) for the product proposed for use to the Engineer for approval The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 Amendments 123 IM SPECIAL PROVISIONS do a aw as ow im City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 wrr > r rr THIS PAGE INTENTIONALL Y LEFT BLANK rr r► r rr wk .r City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 r. SPECIAL PROVISIONS Introduction To The Special Provisions....................................................................................... 1 1-01 DEFINITIONS AND TERMS............................................................................................. 1 r 1-01.3 Definitions...................................................................................................................... 1 1-01.4 Description of Work....................................................................................................... 2 1-02 BID PROCEDURES AND CONDITIONS.......................................................................3 1-02.1 Prequalification of Bidders.............................................................................................. 3 1-02.2 Plans and Specifications.............................................................................................. 3 1-02.5 Proposal Forms............................................................................................................ 3 1-02.6 Preparation of Proposal............................................................................................... 4 ,.. 1-02.6(1) Proprietary Information........................................................................................... 5 1-02.7 Bid Deposit.................................................................................................................. 5 1-02.9 Delivery of Proposal............................................................... ......................................... w 1-02.12 Public Opening of Proposals................................................................................... 6 1-02.13 Irregular Proposals................................................................................................... 6 1-02.14 Disqualification of Bidders...................................................................................... 6 aw 1-02.15 Pre Award Information ............ 8 ................................................................................ 1-03 AWARD AND EXECUTION OF CONTRACT............................................................... 8 A. 1-03.3 Execution of Contract.................................................................................................. 8 1-03.4 Contract Bond.............................................................................................................. 9 1-04 SCOPE OF WORK........................................................................................................... 10 N 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 10 1-05 CONTROL OF WORK 10 .................................................................................................... 1-05.4 Conformity With and Deviation from Plans and Stakes............................................ 10 1-05.5 Contractor Provided As-Built Information................................................................ 13 1-05.7 Removal of Defective and Unauthorized Work......................................................... 14 1-05.11 Final Inspection..................................................................................................... 14 w. 1-05.11 Final Inspections and Operational Testing............................................................ 14 1-05.11(1) Substantial Completion Date............................................................................. 14 1-05.11(2) Final Inspection and Physical Completion Date................................................ 15 wo 1-05.11(3) Operational Testing............................................................................................ 15 1-05.11(3) Operational Testing............................................................................................ 16 1-05.13 Superintendents,Labor and Equipment of Contractor.......................................... 16 1-05.14 Cooperation With Other Contractors..................................................................... 16 1-05.15 Method of Serving Notices.................................................................................... 17 wr1-05.16 Water and Power.................................................................................................... 17 1-05.17 Oral Agreements.................................................................................................... 17 1-06 CONTROL OF MATERIAL............................................................................................ 17 1-06.1 Approval of Materials Prior to Use.............................................................................. 17 w. City of Renton-SW Sunset Blvd and SP i Special Provisions srn Hardie Ave SW Pedestrian Improvements February 2011 a 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....................... 18 1-07.1 Laws to be Observed................................................................................................. 18 r 1-07.2 Sales Tax....................................................................................................................... 18 1-07.7 Load Limits ............................................................................................................... 19 1-07.13 Contractor's Responsibility for Work.................................................................... 20 1-07.13(1) General.............................................................................................................. 20 1-07.15 Temporary Water Pollution/Erosion Control......................................................... 20 1-07.15(1) Spill Prevention, Control and Countermeasures Pl an........................................ 20 1-07.17 Utilities and Similar Facilities............................................................................... 20 1-07.17(3) Interruption of Services..................................................................................... 22 err 1-07.17(4) Utility Potholing and Resolution of Utility Conflicts........................................ 22 1-07.18 Public Liability and Property Damage Insurance........................................................ 23 1-07.18 Insurance.............................................................................:....................................... 23 rft 1-07.18(5)F Excess or Umbrella Liability............................................................0............... 26 1-07.23(1) Construction Under Traffic.......................................................................o............ 26 1-07.23(l) Construction Under Traffic..................................................................0............. 27 .r► 1-07.23(2) Construction and Maintenance of Detours........................................................ 28 1-07.24 Rights of Way........................................................................................................ 30 rrr 1-08 PROSECUTION AND PROGRESS................................................................................31 1-08 Prosecution and Progress ................................................................................................. 31 1-08.0 Preliminary Matters................................................................................................... 31 l 1-08.0(1) Preconstruction Conference...................................................................................... 31 1-08.0(2) Hours of Work.......................................................................................................... 32 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees .......... 33 1-08.4 Notice to Proceed and Prosecution of the Work........................................................ 34 1-08.5 Time for Completion................................................................................................. 34 1-08.7 Maintenance During Suspension............................................................................... 35 1-08.9 Liquidated Damages.............................0....... 1-09 MEASUREMENT AND PAYMENT............................................................................... 35 1-09.6 Force Account............................................................................................................ 35 1-09.7 Mobilization .............................................................................................................. 36 1-09.9 Payments ................................................................................................................... 36 1-09.13(3)A Administration of Arbitration........................................................................ 37 1-10 TEMPORARY TRAFFIC CONTROL........................................................................... 37 .r 1-10.2(2) Traffic Control Plans............................................................................................. 37 1-10.3 Traffic Control Labor, Procedures and Devices...........................0.................0.......... 38 1-10.3(1)C Uniformed Police Officer....................................................................................... 38 1-10.3(3)A Construction Signs............................................................................................. 38 1-10.5 Payment..................................................................................................................... 38 1-11 RENTON SURVEYING STANDARDS..........................................................................39 1-11.1(1) Responsibility for surveys..................................................................................... 39 1-11.1(2) Survey Datum and Precision................................................................................. 39 1-11.1(3) Subdivision Information........................................................................................ 40 City of Renton-SW Sunset Blvd and SP ii Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 IIIIt 1-11.1(4) Field Notes............................................................................................................. 40 1-11.1(5) Corners and Monuments........................................................................................ 40 1-11.1(6) Control or Base Line Survey................................................................................. 41 1-11.1(7) Precision Levels..................................................................................................... 41 rr 1-11.1(8) Radial and Station--Offset Topography............................................................... 41 1-11.1(9) Radial Topography ................................................................................................ 42 1-11.1(10) Station--Offset Topography............................................................................... 42 1-11.1(11) As-Built Survey .......... 42 ....................................................................................... 1-11.1(12) Monument Setting and Referencing.................................................................. 42 1-11.2 Materials.................................................................................................................... 43 .r 1-11.2(l) Property/Lot Corners............................................................................................. 43 1-11.2(2) Monuments............................................................................................................. 43 1-11.2(3) Monument Case and Cover................................................................................... 43 1-11.5 Payment..................................................................................................................... 43 ENDOF DIVISION 1.................................................................................................................. 43 >w. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS............................................... 44 2-02.3 Construction Requirements....................................................................................... 44 rt59 SY.......................................................................................................................................... 44 112 SY........................................................................................................................................ 44 210 LF........................................................................................................................................ 44 �. 140 SY....................................................................................................................................... 44 . 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs....................................................... 44 2-02.3(4) Removing Pavement Markings ............................................................................. 45 2-02.3(5) Removal of Traffic Island...................................................................................... 45 2-02.3(4) Saw Cutting........................................................................................................... 45 2-02.4 Measurement............................................................................................................. 46 2-02.5 Payment..................................................................................................................... 46 2-03 ROADWAY EXCAVATION AND EMBANKMENT..................................................... 46 do 2-03.3 Construction Requirements....................................................................................... 46 2-03.5 Payment..................................................................................................................... 47 Wr 2-04 HAUL............................................................................................................................... 47 2-04.5 Payment.......................................................................................................................... 47 r2-06 SUBGRADE PREPARATION....................................................................................... 47 2-06.5 Measurement and Payment........................................................................................ 47 ENDOF DIVISION 2.................................................................................................................. 47 4-04 BALLAST AND CRUSHED SURFACING.................................................................... 48 4-04.1 Description................................................................................................................ 48 4-04.5 Payment........................................................................................................................ ENDOF DIVISION 4.................................................................................................................. 48 .. 5-04 HOT MIX ASPHALT...................................................................................................... 49 5-04.2 Materials.................................................................................................................... 49 5-04.3(7)A Mix Design ............................................................................................................. 49 City of Renton—SW Sunset Blvd and SP iii Special Provisions +rr Hardie Ave SW Pedestrian Improvements February 2011 5-04.3(8)A1, General................................................................................................................ 50 5-04.3(8)A4, Definition of Sampling Lot and Sublot............................................................... 50 5-04.3(8)A5, Test Results......................................................................................................... 51 5-04.3(8)A7 Test Section-HMA Mixtures............................................................................. 52 5-04.4 Measurement............................................................................................................. 52 5-04.5 Payment..................................................................................................................... 52 ENDOF DIVISION 5.................................................................................................................. 53 rr 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL............................... 54 8-01.1 Description................................................................................................................ 54 8-01.3(8) Street Cleaning...................................................................................................... 54 w` 8-01.3(9)D Inlet Protection.............................................................................I..................... 55 8-01.4 Measurement............................................................................................................. 55 8-01.5 Payment..................................................................................................................... 55 8-02 ROADSIDE RESTORATION........................................................................................ 56 8-02.3 Construction Requirements....................................................................................... 56 8-02.3(1) Responsibility During Construction...................................................................... 56 8-02.3(18) Property Restoration.......................................................................................... 56 .w 8-02.4 Measurement............................................................................................................. 57 8-02.5 Payment..................................................................................................................... 57 8-04 CURBS, GUTTERS AND SPILLWAYS........................................................................ 57 w 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways .................................................. 57 8-04.3(6) Adjustment of Curbs and Gutters.......................................................................... 57 8-04.5 Payment..................................................................................................................... 57 8-14 CEMENT CONCRETE SIDEWALKS......................................................................... 58 8-14.1 Description......................... 58 art .................................................................................... 8-14.2 Materials.................................................................................................................... 58 8-14.3(4) Curing............................................................... ... 58 8-14.5 Payment..................................................................................................................... 58 8-19 CEMENT CONCRETE PEDESTRIAN ISLAND....................................................... 59 8-19.1 Description................................................................................................................ 59 8-19.3 Construction Requirements....................................................................................... 59 8-19.4 Measurement............................................................................................................. 59 8-19.5 Payment..................................................................................................................... 59 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL............... 59 8-20.1(1) Regulations and Code.............................................................................................. 59 ,rr 8-20.1(2) Industry Codes and Standards ................................................................................. 60 8-20.1(3) Restrictions on the Schedule of Work...................................................................... 60 8-20.1(4) Special Provisions Cost Included in Contract Price................................................ 61 ow 8-20.1(5) Errors and Omissions............................................................................................... 62 8-20.1(6) Warranties................................................................................................................ 62 at 8-20.2 Materials....................................................................................................................... 62 8-20.2(1) Equipment List and Drawings................................................................................. 64 City of Renton-SW Sunset Blvd and SP iv Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 to 8-20.2(3) Contracting Agency-Supplied Materials ............................................................... 64 +w 8-20.3 Construction Requirements.......................................................................................... 64 8-20.3(2)A Conduit Trench Construction............................................................................ 65 8-20.3(2)B Conduit Trench Backfill................................................................................... 66 8-20.3(3)A Removal of Foundations................................................................................... 66 8-20.3(3) Removing and Replacing Improvements................................................................. 67 8-20.3(4) Foundations............................................................................................................. 67 8-20.3(5) Conduit ...................................................... 68 .............................................................. 8-20.3(6) Junction Boxes,Cable Vaults, and Pull Boxes........................................................ 68 8-20.3(9) Bonding, Grounding................................................................................................ 69 8-20.3(14)C Induction Loop Vehicle Detectors....................................................................... 69 8-20.3(14)D Test for Induction Loops and Lead-in Cable...................................................... 69 8-20.3(14)E Signal Standards.................................................................................................. 70 8-20.3(15) Grout...................................................................................................................... 70 8-20.4. Measurement................................................................................................................ 70 rr8-20.5 Payment........................................................................................................................ 71 8-22 PAVEMENT MARKING................................................................................................ 71 8-22.3(5) Installation Instructions........................................................................................... 71 8-23 TEMPORARY PAVEMENT MARKINGS................................................................... 72 8-23.5 Payment..................................................................................................................... 72 8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS............ 72 ENDOF DIVISION 8.................................................................................................................. 76 +rr DIVISION9—MATERIALS ..................................................................................................... 77 9-00(A) RECYCLED MATERIALS(RC).......................................................................... 77 w■ 9-03 AGGREGATES............................................................................................................... 77 9-03.8 Aggregates for Hot Mix Asphalt............................................................................... 77 r, 9-03.8(2) 14MA Test Requirements....................................................................................... 77 9-03.8(7) HMA Tolerances and Adjustments....................................................................... 77 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS.................................. 78 r. 9-05.15 Metal Castings....................................................................................................... 78 9-14 EROSION CONTROL AND ROADSIDE PLANTING.............................................. 78 rr 9-14.1(1)Topsoil Type A........................................................................................................... 78 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES..................................... 78 9-23.9 Fly Ash(RC) .. 78 ........................................................................................................... 9-29 ILLUMINATION, SIGNALS,ELECTRICAL............................................................ 79 ■■ 9-29.2(1)A Standard Duty Junction Boxes.............................................................................. 79 9-29.3(2)F Detector Loop Wire............................................................................................... .79 9-29.18(3) Temporary Video Detection System...................................................................... 79 9-29.19 Pedestrian Push Buttons ............................................................................................. rr City of Renton—SW Sunset Blvd and SP v Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 ENDOF DIVISION 9.................................................................................................................. 79 r rrr ur .r a City of Renton—SW Sunset Blvd and SP vi Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 SPECIAL PROVISIONS Introduction To The Special Provisions (July 31, 2007 AP WA GSP) Supplement The work on this project shall be accomplished in accordance with the Standard Specifications .w for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (******) (Special Provision) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition,with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Con struction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition r Contractor shall obtain copies of these publications, at Contractor's own expense. .r. irr +rr City of Renton—SW Sunset Blvd and SP 1 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 wr a DIVISION 1 —GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions gig (September 12, 2008 APWA GSP) Revision This Section is supplemented with the following: go All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission', "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". �r All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate rw One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of „r construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terns and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. WN City of Renton—SW Sunset Blvd and SP 1 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 No 00 Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. am Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. IM Substantial Completion Date we The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or to repair remains for the physical completion of the total contract. Physical Completion Date to The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. rr Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. wr Final Acceptance Date wr The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. rrr Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-01.4 Description of Work (Special Provision) New ar City of Renton—SW Sunset Blvd and SP 2 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 err This contract provides construction of new pedestrian islands, new sidewalks and curb ramps and so installation of pedestrian push button poles at the intersection of SW Sunset Boulevard and Hardie Avenue SW. The work includes demolition and removal of existing asphalt or concrete pavement, sidewalks and constructing new cement concrete sidewalks, asphalt or cement concrete pavements and complete restoration and other work, all in accordance with the Contract Provisions and Standard Specifications. 1-02 BID PROCEDURES AND CONDITIONS' 1-02.1 Prequalification of Bidders ,rr Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 AP WA GSP) rrr Before award of a public works contract, a bidder must meet at least the minimum qualifications ofRCW 39.04.350(1)to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids(Advertisement for Bids)for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 10 Furnished automatically upon and Contract Provisions award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. .r 1-02.5 Proposal Forms (October 1, 2005 AP WA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. w City of Renton—SW Sunset Blvd and SP 3 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 . rll 6M 0M The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; "" signatures; date;and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a No Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. to The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all 1W alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the so signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice 4M president(or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A wr copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. to A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1-02.6 Preparation of Proposal w. (City of Renton GSP) Revision The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the �.. written words shall prevail. City of Renton—SW Sunset Blvd and SP 4 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 wr 1-02.6(1) Proprietary Information (City of Renton GSP) New Section 1-02.6(1) is an added new section: .r 1-02.6(1) Proprietary Information Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver go by the submitting vendor of any claim that such materials are, in fact, so exempt., 1-02.7 Bid Deposit a (October 1, 2005 AP WA GSP) Supplement this section with the following: g Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; rrr 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: .r Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the City of Renton—SW Sunset Blvd and SP 5 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 wr Aw envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for W. opening Bids in the call for Bids. 1-02.12 Public Opening of Proposals a (City of Renton GSP) Supplement Section 1-02.12 is supplemented with the following: 40 (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. w. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals wr (March 25, 2009 AP WA GSP) Revise item 1 to read: 4W 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; aw b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; .e c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids,or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter r,,, into the Contract; e. A price per unit cannot be determined from the Bid Proposal; aw f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; `W h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; . r i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or aw j. More than one proposal is submitted for the same project from a Bidder under the same or different names. go 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) VW Delete this Section and replace it with the following: A Bidder will be deemed not responsible if- aw City of Renton—SW Sunset Blvd and SP 6 Special Provisions err Hardie Ave SW Pedestrian Improvements February 2011 I. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or Mai 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to, the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting ;. +rr Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or . r 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency �" reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. No The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, rr including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. irr If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting .r City of Renton—SW Sunset Blvd and SP 7 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder Wr determined to be not responsible has received the final determination. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: �.. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, wrr 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order wr. of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain and furnish a copy of a business license to do business in the city or county ++�+ where the work is located. 7. A copy of State of Washington Contractor's Registration, or �w. 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.3 Execution of Contract (October 1, 2005 AP WA GSP) rr► Revise this section to read: Copies of the Contract Provisions including the unsigned Form of Contract will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. aw Within 10 (ten) calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory .bond as required by law and Section 1-03.4. Before am execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. VW City of Renton—SW Sunset Blvd and SP 8 Special Provisions MW Hardie Ave SW Pedestrian Improvements February 2011 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting .r Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 (ten) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. so 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Wir Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the contract, or r b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign to the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole 06 proprietor or partner). If the Contractor is a corporation the bond must be signed by the president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution power of attorney or a letter to such effect by the president or vice-president) City of Renton—SW Sunset Blvd and SP 9 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 to �r. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of .rr precedence(e.g., 1 presiding over 2,2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, wr 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, .r 7. Contracting_Agency's Standard Plans (if any),and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes (WSDOT GSP,April 7, 2008) Supplement Section 1-05.4 is supplemented with the following: Contractor Surveying-Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift,the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. aw City of Renton—SW Sunset Blvd and SP 10 Special Provisions go Hardie Ave SW Pedestrian Improvements February 2011 The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: No 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey "o control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. ■r 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor. wr 5. Establish the horizontal and vertical location of all drainage features,placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not WO more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. so 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to OW channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes ar City of Renton—SW Sunset Blvd and SP 11 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior w. to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. .r To facilitate the establishment of these lines and elevations,the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary �r. control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition,the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection(PI)on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet(parallel to alignment) ±0.1 feet(normal to alignment) Stationing on roadway N/A Alignment on roadway N/A ±0.1 feet Surfacing grade stakes ±0.01 feet ±0.04 feet ±0.5 feet (parallel to alignment) ±0.1 feet Roadway paving pins for (normal to alignment) surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet ,w (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot checks will not change the requirements for normal checking by the Contractor. go When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify <w. these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. City of Renton—SW Sunset Blvd and SP 12 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 wo Contract work to be performed using contractor-provided stakes shall not begin until the stakes wn are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that no are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. to Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when 1W included in the proposal: "Roadway Surveying", lump sum. No The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.5 Contractor Provided As-Built Information (City of Renton GSP) New Section Section 1-05.5 is a new section: 1-05.5 Contractor Provided As-Built Information It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & no Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. rrri All costs for as-built work shall be included in the contract item "Roadway Surveying," lump sum. irr irr City of Renton—SW Sunset Blvd and SP 13 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a irr written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. �r If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing +r. (October 1, 2005 AP WA GSP) 1-05.11(1) Substantial Completion Date (October 1, 2005 APWA GSP) When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. low City of Renton—SW Sunset Blvd and SP 14 Special Provisions rw Hardie Ave SW Pedestrian Improvements February 2011 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use,the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 4 interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. rr The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make "0 a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. wr Corrective work shall be pursued vigorously, diligently, and without interruption until physical.completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the me Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the to performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the no Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period City of Renton—SW Sunset Blvd and SP 15 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 wr specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, .r electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor,material, supplies, and everything else needed to successfully +�+ complete operational testing, shall be included in the unit contract prices related to the system being tested,unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terns of the contract. aw 1-05.11(3) Operational Testing (City of Renton GSP) Supplement Section 1-05.11(3) is supplemented as follows: Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read_ Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. *W 1-05.14 Cooperation With Other Contractors vim (Special Provision) Supplement Supplement Section 1-05.14 with the following: ru (******) The Contractor shall coordinate with King County Metro Transit when working on this project in to the public right-of-way and when impacting transit routes and/or facilities. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. The documentation aw may be found at: http://www.kiii2countv.L,o\,/transportation/kcdot/MetroTrallsit/Construction aspx 4W City of Renton—SW Sunset Blvd and SP 16 Special Provisions w Hardie Ave SW Pedestrian Improvements February 2011 Aw 1W 1-05.15 Method of Serving Notices (Special Provision) Revise so Revise the second paragraph to read: to All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the aw Contract, shall be in paper format, hand delivered or sent via mail delivery service to the Project En;ineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will also constitute such notice and shall comply with the requirements of the Contract. we 1-05.16 Water and Power (October 1, 2005 AP WA GSP) New Section am The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay 1W item. 1-05.17 Oral Agreements do (October 1, 2005 AWPA GSP) New Section No oral agreement or conversation with any officer, agent, or employee of the Contracting Im Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the rw Contracting Agency,unless subsequently put in writing and signed by the Contracting Agency. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use No (Special Provision) Supplement Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. wn City of Renton—SW Sunset Blvd and SP 17 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 r. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 AP WA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall wrr apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the .n project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. nr 1-07.2 Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 Sales Tax •+ (January 24, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a r. misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- �"` 07.2(3)describes this exception. r City of Renton—SW Sunset Blvd and SP 18 Special Provisions ow Hardie Ave SW Pedestrian Improvements February 2011 > The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract- related taxes have been paid(RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State r Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. aWi 1-07.2(1) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, go or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For .r work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in to doing the work. 1-07.2(2) State Sales Tax—Rule 170 to WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the-state of Washington; water as mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above .sir streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. of Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services are The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.7 Load Limits �r (WSDOT GSP, March 13, 1995) Supplement City of Renton—SW Sunset Blvd and SP 19 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 +r Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.13 Contractor's Responsibility for Work rrr 1-07.13(1) General (Special Provision) Modification er Delete the second paragraph of this section, and replace with the following: orr Contractor shall bear the risk of loss or damage, for any reason, to all finished or partially finished work until Final Acceptance of the entire Contract. This includes all vandalism, "' theft, and acts of God or nature. 1-07.15 Temporary Water Pollution/Erosion Control as (Special Provision) Supplement In accordance with the Department of Ecology guidelines, wastewater from cement concrete, masonry, asphalt concrete cutting or any other operations shall not be discharged into storm drainage systems or surface waters. Wastewaters from cutting operations increase the pH of streams and lakes. Therefore, filtering prior to discharge is NOT acceptable. Wastewater shall be collected using a vacuum or pump and deposited into drums for disposal. Impervious surfaces contaminated with sediment and grit from cutting, planning or pulverizing operations shall be cleaned to prevent contaminants from ever entering the storm drainage system or surface waters. err The Temporary Erosion and Sediment Control Plan shall be incorporated in the Erosion/Water Pollution Control bid item and no additional payment shall be made. 1-07.15(1) Spill Prevention,Control and Countermeasures Plan (Special Provision) Supplement The Contractor shall provide a spill prevention, control and countermeasures (SPCC) plan that is low applicable to any Contractor-supplied equipment or materials used during the course of this project. An SPCC plan template is show at the following website: http://www.wsdot.wa.Qov/NR/rdonlyres/')E7B226B-3C79-4CFF-933A- F5EDI 922AEB0/0/SPCCPIanTemp late.pdf 1-07.17 Utilities and Similar Facilities (WSDOT GSP, April 2, 200 7) Supplement +rr City of Renton—SW Sunset Blvd and SP 20 Special Provisions rrr Hardie Ave SW Pedestrian Improvements February 2011 Section 1-07.17 is supplemented with the following: No Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: rr Verizon Contact: Michael Fullmer 40 Verizon Services Operations Renton—Fire Dept. Contact: Corey Thomas 11311 NE 120th St Kirkland, WA 98034 Phone: 425-430-7024 a* Phone: 206-409-1260 AT&T Renton—Information Services (Fiber Optic in City ROW) (City owned Fiber Optic) to Contact: Daniel McGeough Contact: Ron Hansen AT&T Cable Maintenance Renton City Hall— 1St Floor 11241 Willows Rd NE, Suite 130 1055 South Grady Way ,w, Redmond, WA 98052 Renton, WA 98057 Phone: 425-896-9830 Phone: 425-430-6873 Renton—Surface water/Wastewater Dept. as Contact: Contact: Richard Marshall or Stan Job Contact: Tiffany Kuhn Field Maintenance Shops 23315 66th Ave S 3555 NE 2nd Street Kent, WA 98032 Renton, WA 98056 Phone: 253-372-5445 Phone: 425-430-7400 Comcast Cable Renton—Water Maintenance Dept. ' Contact: Bill Walker Contact: George Stahl or Ray Sled 4020 Auburn Way N Field Maintenance Shops Auburn, WA 98002 3555 NE 2nd Street +ilt Phone: 253-288-7538 Renton, WA 98056 Cell: 206-255-6975 Phone: 425-430-7400 Puget Sound Energy -Power ' Contact: Kathy Johnson Municipal Construction Planning Dept. Renton—Police Dept. PO Box 97034 EST-11 W Contact: Kevin Milosevich, Chief Bellevue, WA 98009 Phone: 425-430-7503 Phone: 425-462-3381 Cell: 206-240-2482 Puget Sound Energy—Gas 360 Networks Pilchuck Contact: Joe Bangah PO Box 2579 2101 4th Ave Suite 2000 wr Kirkland, WA 98083-2579 Seattle, WA 98121 Phone: 425-952-6235, Ext 156 Phone: 206-612-1073 Comcast Cable King County Metro Contact: Bill Walker Contact: Richard Garcia or Jim Kost .rr City of Renton—SW Sunset Blvd and SP 21 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 1W rr 4020 Auburn Way North 1270 6th Ave South, MS-QS Auburn, WA 98002 Seattle, WA 98134 Phone: 206-255-6975 Phone: 206-684-2785 Public and private utilities, or their Contractors,will furnish all work necessary to adjust,relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. However, no impacts to any franchise utilities are anticipated with this project. �r 1-07.17(3) Interruption of Services (City of Renton GSP) New Section Section 1-07.17(3) is an added new section: ,r 1-07.17(3) Interruption of Services Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 1-07.17(4) Utility Potholing and Resolution of Utility Conflicts (Special Provision) New Section Section 1-07.17(4) is a new section: In no way shall the work described under Utility Potholing or Resolution of Utility Conflicts +�• relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in err advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. dw Payment The approval of potholing will be made at the discretion of the Engineer and payment for the VM following bid items shall be in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: us "Utility Potholing",per Each A quantity has been provided solely to provide a common basis for bidders. The quantity may be am greatly increased or decreased or reduced to zero. The increase or decrease in this quantity shall not constitute a basis for claim by the Contractor for extra payment or damages. Payment will be o City of Renton—SW Sunset Blvd and SP 22 Special Provisions iii Hardie Ave SW Pedestrian Improvements February 2011 4W only for actual work performed based upon the unit contract prices and shall be considered full go compensation to the Contractor for the Work. 1-07.18 Public Liability and Property Damage Insurance 40 Delete this section in its entirety, and replace it with the following: 40 1-07.18 Insurance (January 24, 2011 APWA GSP) New .p 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved +�+► by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington(or issued as a surplus line „r by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer(including financial condition), terms and coverage,the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty(30) days after the Physical Completion date, unless otherwise indicated(see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form as of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. 00 D. The insurance policies shall contain a"cross liability"provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- 'w contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. to F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. so G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. City of Renton—SW Sunset Blvd and SP 23 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 r� L Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the r contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. r 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers • $$ Consultants hired by the Contracting Agency to administer the Construction, list to be furnished prior to execution of Contract. $$ The above-listed entities shall be additional insured(s) for the full available limits of liability �. maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor w pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors of Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of aw the Contracting Agency,the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must +r► conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a ww copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. +wr City of Renton—SW Sunset Blvd and SP 24 Special Provisions A, Hardie Ave SW Pedestrian Improvements February 2011 to Wk 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing aw coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim 1d1� payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability +w► A policy of Commercial General Liability Insurance, including: Per project aggregate "W Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the atr work. Personal/Advertising Injury Wo Contractual Liability Independent Contractors Liability Stop Gap/Employers' Liability Explosion, Collapse, or Underground Property Damage(XCU) Blasting(only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: .w $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap/Employers' Liability $1,000,000 Each Accident $1,000,000 Disease-Policy Limit ,rr $1,000,000 Disease-Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if"pollutants"are to be transported. Such policy(ies)must provide the following minimum limit: No City of Renton—SW Sunset Blvd and SP 25 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 to M „V $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) " The Contractor shall provide Excess or Umbrella Liability coverage at limits of$1,000,000 per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum,to both the Commercial General and Auto insurance policy coverage. W This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-07.23(1) Construction Under Traffic (Special Provision) Supplement air Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer,to avoid creating a nuisance." Dust and mud control shall be considered as incidental to the lump sum bid item, Erosion/Water Pollution Control, and no compensation will be made for this section. Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. .. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. One lane shall be provided in each direction for all streets during at all times. Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways,businesses, and buildings within and adjacent to the of Work zone throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. wr All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be + patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. wr City of Renton—SW Sunset Blvd and SP 26 Special Provisions rr Hardie Ave SW Pedestrian Improvements February 2011 40 1-07.23(1) Construction Under Traffic to (WSDOT GSP, April 2, 200 7) Supplement Section 1-07.23(1) is supplemented with the following: 40 Work Zone Clear Zone .w The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in 40 progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are rr protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. art During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: + Distance From Posted Speed Traveled Way (Feet) 1W 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance Lane Closure Restrictions (WSDOT GSP, August 7, 2006) Lane closures are subject to the restrictions as specified in Section 1-08.0(2). r>r► r City of Renton—SW Sunset Blvd and SP 27 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 ] a& UO If the Engineer determines the pennitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or go Monday are considered a holiday weekend. 1-07.23(2) Construction and Maintenance of Detours aw (WSDOT GSP, December 1, 2008) Supplement Section 1-07.23(2) is supplemented with the following: Ow Pedestrian Control and Protection If no alternative is proposed within the contract plans, all existing pedestrian routes and access as points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. The Contractor may propose Traffic Control Plans (TCP's) that comply with the MUTCD, ADA requirements, and these Specifications. Contractor proposed TCP's detailing the No alternative accessible pedestrian route shall be approved by the Engineer prior to implementation. The plans will either be returned for correction,approved as noted, or approved for use by the end of a 10-day review period. Each time the plan is returned for correction, an additional 10-day do review period may be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, and minimum clear width of 48-inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required. .w• Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe, well defined and accessible. Whenever pedestrian walkways are provided across excavations, they shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of bounce and sway, have a slip resistant coating, and be free of cracks, holes and irregularities that could cause tripping. Ramps, with a maximum slope of 8.3%, shall be provided at the entrance and exit of all raised .�. footbridges. The maximum cross slope shall be 2.0%. When the existing facility is illuminated or TCP's requires illumination, illumination shall be provided during the hours of darkness. Retroreflective delineation shall be provided during hours of darkness. Where accessible pedestrian routes are allowed to be closed by the Engineer during construction, an alternate accessible pedestrian route shall be provided that complies with the MUTCD, ADA requirements and these Specifications. The alternate accessible pedestrian route shall not have g" abrupt changes in grade or terrain. Barriers and channelizing devices shall be detectable to pedestrians who have visual disabilities. Where it is necessary to divert pedestrians into the roadway, barricading or channelizing devices shall be provided to separate the pedestrian route from the adjacent vehicular traffic lane. Barricading or channelizing devices used to separate pedestrian and vehicular traffic shall be crashworthy and, when struck by vehicles, present a minimum threat to pedestrians, workers, and occupants of impacting vehicles. At no time shall pedestrians be diverted into a portion of the street used concurrently by moving vehicular traffic. In addition the Traffic Control Plan shall address the following: sr City of Renton—SW Sunset Blvd and SP 28 Special Provisions aw Hardie Ave SW Pedestrian Improvements February 2011 40 • All pedestrians, including persons with disabilities, shall be provided with a safe and to accessible route. • The width of the existing pedestrian facility shall be maintained if possible. When it is not possible to maintain a minimum width of 60-inches throughout the entire length of the pedestrian route, a minimum width of 48-inches shall be provided with 60-inch x 60-inch passing zones spaced at maximum intervals of 200-feet to allow err individuals in wheelchairs to pass. • Traffic control devices and other construction materials and features shall not intrude into the usable width of the sidewalk, alternate accessible pedestrian route, or other ' pedestrian facility. • Signs and other devices mounted lower than 84-inches above the temporary go accessible pedestrian route shall not project more than 4-inches into the accessible pedestrian route. ar • A smooth, continuous hard surface shall be provided throughout the entire length and width of the pedestrian route throughout construction. There shall be no curbs or vertical elevation changes greater than 'h-inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between '/fl- inch and '/2-inch shall be beveled at a maximum 2:1 slope. • When channelization is used to delineate a pedestrian pathway, a continuous detectable edging shall be provided throughout the length of the facility such that pedestrians using a cane can follow it. Edging shall protrude at least 6-inches above the surface of the sidewalk or pathway with the bottom of the edging a maximum of 2-1/2 inches above the surface. • Temporary ramps shall be provided when an alternate accessible pedestrian route as crosses a curb and no permanent curb ramps are in place. The width of the curb ramp shall be a minimum of 48-inches and the maximum slope of the ramp shall be 8.3%. The maximum cross slope shall be 2.0%. The bottom of the curb ramp shall be flush r with the Roadway. Temporary detectable warning mats shall be installed at street crossings. • When possible, an alternate accessible pedestrian route shall be provided on the same side of the street as the disrupted route. When it is not possible, the alternate route shall be clearly identified at the nearest intersection crossing prior to the closure area. us • Information regarding closed pedestrian routes, alternate crossings, and sign and signal information shall be communicated to pedestrians with visual disabilities by so providing devices such as audible information devices, accessible pedestrian signals, or barriers and channelizing devices that are detectable to the pedestrians traveling with the aid of a cane or who have low vision. i • It is desirable that pedestrians cross to the opposite side of the roadway at intersections rather than mid-block. Appropriate signing shall be placed at the intersections prior to any pedestrian route closure. City of Renton—SW Sunset Blvd and SP 29 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 ... • If not otherwise stated in the contract provisions, access to transit stops shall be provided and maintained at all times. Transit stops may be temporarily relocated with approval of the transit agency and the Project Engineer. • At locations where adjacent alternate walkways cannot be provided, appropriate signs shall be posted at the limits of construction and in advance of the closure at the nearest crosswalk or intersection, to divert pedestrians across the street. Physical ` barricades shall be installed to prevent visually impaired people from inadvertently entering a closed area. "" Measurement No specific unit of measurement will apply to the lump sum item for pedestrian control and aw protection. Payment aw Payment will be made in accordance with Section 1-04.1 for the following Bid item included in the Proposal: "Pedestrian Control and Protection", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor for construction, maintenance, and removal of all protective barricades, fencing, and bridges, together with warning and guidance devices detailed in the Plans or any alternative accessible pedestrian routes proposed by the Contractor. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly " issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising,these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry WW City of Renton—SW Sunset Blvd and SP 30 Special Provisions tf Hardie Ave SW Pedestrian Improvements February 2011 has been received. If the Contractor is delayed due to acts of omission on the part of the wr Contracting Agency in obtaining easements, rights of entry or right of way,the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. so Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary .r construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a to written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, ,,,,r stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. go Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS W4 1-08 Prosecution and Progress Add the following new section: 1-08.0 Preliminary Matters Wi (May 25, 2006 APWA GSP) New 1-08.0(1) Preconstruction Conference (October 10, 2008 AP WA GSP) New Prior to the Contractor beginning the work, a preconstruction conference shall be held between the Contractor, the Engineer and such other interested parties as may be invited. A minimum of five (5) working days notice is required for scheduling. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, w submittals, etc.; 4. To establish normal working hours for the work; City of Renton—SW Sunset Blvd and SP 31 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 Vat, ow 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; .. 3. A list of material sources for approval if applicable; and 4. An approved Traffic Control Plan. In addition, the Contractor shall be prepared for a thorough discussion and review, as well as revision, which may be deemed necessary in the opinion of the Engineer, of the following: • Contractor's plan of operation and progress schedule to be submitted **7 working rr days** prior to the preconstruction meeting(3+copies) • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) • List of materials fabricated or manufactured off the project `�`• • Material sources on the project • Names of principal suppliers err • Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project • Cost percentage breakdown for lump sum bid item(s) • Shop Drawings (bring preliminary list) • Traffic Control Plans (3+ copies) • Spill Prevention Control and Countermeasures Plan & Temporary Water �.. Pollution/Erosion Control Plan (3+copies) The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work .• (May 25, 2006 AP WA GSP) w City of Renton—SW Sunset Blvd and SP 32 Special Provisions rr Hardie Ave SW Pedestrian Improvements February 2011 Except in the case of emergency or unless otherwise approved by the Contracting Agency, the as normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5- day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. The hours of work in the street right-of-way shall be limited to 8:30a.m. to 3:30 p.m. on ai weekdays unless otherwise approved in writing by the Public Works Department at (425) 430- 7301. The Police Department, Fire Department and 911 shall be notified 24 hours in advance of any work in the right-of-way. at If the Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 nr p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting pennission to work. so Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time .r the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set rr forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as. multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) Add the following new section: r�r► Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a no survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime at hours. No City of Renton—SW Sunset Blvd and SP 33 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 to o; The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 AP WA GSP) Revise this section to read: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently all pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time for Completion (Special Provision) Replacement The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1,third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. aw The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been ., established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved yrr City of Renton—SW Sunset Blvd and SP 34 Special Provisions dw Hardie Ave SW Pedestrian Improvements February 2011 progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 irr schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1- 05.12. (******) The Contractor shall complete all work within ***thirty (30)*** working days after receipt of written Notice to Proceed. 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) +rr Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages (Special Provision) Supplement Section 1-08.9 is supplemented as follows: (******) r In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such rr labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees,from Contractor. r 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account 10 (October 10, 2008 AP WA GSP) Supplement Section 1-09.6 is supplemented as follows: (******) City of Renton—SW Sunset Blvd and SP 35 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 O ,,,m Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items am to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those '"" estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization as (Special Provision) Supplement This section is supplemented with the following: aw (******) Mobilization shall include, but not be limited to, the following items: the movement of the Am Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the do project not furnished by the City; and other work and operations which must be performed or costs that must be incurred. Im Payment will be made for the following item: "Mobilization,"per lump sum. "'L 1-09.9 Payments (October 10, 2008 APWA GSP) an Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the "" Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a +m monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress w. estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress aw estimates are subject to change at any time prior to the calculation of the Final Payment. City of Renton—SW Sunset Blvd and SP 36 Special Provisions dr Hardie Ave SW Pedestrian Improvements February 2011 The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on,the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and an 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be boundby the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) Traffic Control Plans (City of Renton GSP) Supplement Section 1-10.2(2) is supplemented as follows: City of Renton—SW Sunset Blvd and SP 37 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident rr during operation. Traffic control plans for work within WSDOT limited access will be subject to WSDOT review prior to implementation. WSDOT review of traffic control plans may take up to 20 (twenty) working days. r Traffic Control Plans shall be submitted prior to or at the preconstruction meeting. 1-10.3 Traffic Control Labor,Procedures and Devices (City of Renton GSP) Supplement wr Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond .► grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(1)C Uniformed Police Officer A'" (Special Provision) New Section The Contractor shall arrange for uniformed police officers to be present for flagging traffic when as construction affects traffic at any signalized intersection within the project limits. 1-10.3(3)A Construction Signs law (City of Renton GSP) Revision Section 1-10.3(3)paragraph 1 is revised as follows: aw (******) All signs required by the approved traffic control plan(s) as well as any other appropriate signs as deemed necessary by the Engineer, or required to conform with established standards, will be "' furnished by the Contractor. Section 1-10.3(3)paragraph 4 is revised as follows: .r (******) No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs to provide set-up, maintenance, relocation, and removal of Class A or Class B 10 construction signs shall be included in the lump sum contract price of Project Temporary Traffic Control of the work in the bid proposal. we 1-10.5 Payment (Special Provision) Supplement r City of Renton—SW Sunset Blvd and SP 38 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 rrir Payment will be made for the following bid items: "Project Temporary Traffic Control,"per lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10 and the Special Provisions herein, including Uniformed Police Officers as necessary. 1-11 RENTON SURVEYING STANDARDS err (City of Renton GSP) New Section The following is an added new section with new subsections: 1-11.1(1) Responsibility for surveys (City of Renton GSP) New Section All surveys and survey reports shall be prepared under the direct supervision of a person ft registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control rir Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards& Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. rr . err City of Renton—SW Sunset Blvd and SP 39 Special Provisions February 2011 Hardie Ave SW Pedestrian Improvements wr The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. r 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. .� Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the ,,•, field notes. 1-11.1(5) Corners and Monuments Corner. A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument. Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. City of Renton—SW Sunset Blvd and SP 40 Special Provisions +rr Hardie Ave SW Pedestrian Improvements February 2011 W 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. wr If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A go photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. to If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. rr The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation(corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. ..r 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of w section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1-11.1(8) Radial and Station-- Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. w City of Renton—SW Sunset Blvd and SP 41 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 All points occupied or back sighted in developing radial topography or establishing baselines for station-- offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic .. Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as- builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1)herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the comer shall meet the requirements of section 1- 11.2(1)herein. rir City of Renton—SW Sunset Blvd and SP 42 Special Provisions Hardie Ave SW Pedestrian improvements February 2011 All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section I- lei 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to'the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a „rY description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps,tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth by WSDOT and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and WSDOT Standard Plan A-10.30-00 with the cap labeled"MON". 1-11.5 Payment Any additional work required by this section shall be included in the lump sum contract price for "Roadway Surveying." + END OF DIVISION 1 r City of Renton—SW Sunset Blvd and SP 43 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 *� DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3 Construction Requirements (City of Renton GSP) Supplement Section 2-02.3 is supplemented as follows: The following items shall be removed under the bid item "Removal of Structure and Obstructions", lump sum: +�r Item Location(s) Approximate Quantity Remove Asphalt Concrete 59 SY Pavement See Plans +� Remove Cement Concrete See Plans 112 SY Sidewalk Remove Traffic Curb and 210 LF Gutter See Plans +r Remove Traffic Island See Plans 140 SY All work associated with removals shall be included in the lump sum for "Removal of Structure and Obstruction." Quantities indicated in the Bid Documents are for informational use only. Only items listed in the bid proposal as being measured and paid as a unit cost shall be specifically measured for payment. 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs (Special Provision) Supplement The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to *" traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. r Removal of Pavement, Sidewalks, and Curb and Gutter shall include all required excavation to achieve the subgrade elevation indicated on the Plans. wr Any removal of shrubs or disturbances to landscaping behind the back of sidewalk shall be considered incidental and included in the lump sum "Removal of Structures and Obstructions." City of Renton—SW Sunset Blvd and SP 44 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 2-02.3(4) Removing Pavement Markings (Special Provision) New All conflicting existing pavement markings, which include, but are not limited to, stop bars, crosswalk stripes, traffic arrows, lane markers, legends, paint stripes, and raised pavement markers shall be removed as necessary to install temporary and final pavement markings. do Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavements will not be permitted. Damaged pavement shall be replaced at the Contractor's expense. so All costs associated with removing existing pavement markings shall be incidental to and included in the lump sum"Removal of Structures and Obstructions." rr 2-02.3(5) Removal of Traffic Island (Special Provision) New Section go Section 2-02.3(5) is an added new section: (******) to The removal of traffic islands shall include removal of curbs, asphalt concrete pavement and crushed rock between the curbs. The curbs, and all materials removed between, shall be excavated to the existing subgrade. .r Curb or pavement damaged due to Contractor operations shall be replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor's expense. .r 2-02.3(4) Saw Cutting (Special Provision) New Section so Section 2-02.3(4) is an added new section: (******) so Saw cuts shall be full pavement depth to remove existing traffic islands, asphalt concrete pavement and curb and gutter The Contractor shall be responsible for ensuring that special precautions are undertaken so that in accordance with Department of Ecology guidelines no concrete (asphalt or cement) or concrete r by-products are discharged into any storm drain or surface water. Cutting operations will increase the pH of water,therefore filtering is not acceptable. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wastewater shall be collected using vacuuming and/or pumped into containers for disposal. Disposal may be to soil or other porous surface away from storm drains. Impervious surfaces contaminated from cutting operations shall be cleaned by sweepers to prevent contaminants from entering storm systems. go Collecting and disposal of wasted water shall be considered incidental to and included in the various bid items involved with the operation. 00 City of Renton—SW Sunset Blvd and SP 45 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 no rr 2-02.4 Measurement (Special Provision) Supplement Section 2-02.4 is supplemented with the following: Saw cutting existing cement and asphalt concrete pavements shall be measured by the linear foot ,.r along the sawcut, full depth. Saw cutting shall be measured and paid for once, regardless of the depth cut. r 2-02.5 Payment (Special Provision) Supplement ar, Section 2-02.5 is an added new section: Payment will be made for the following bid item: "Saw Cutting,"per linear foot. All work described herein, shall be included in the lump sum contract price for "Removal of Structures and Obstructions,"and no additional payment shall be made. w 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements (City of Renton GSP) Supplement �. Section 2-03.3 is supplemented by adding the following: All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six �•+ (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall compacted to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. wr City of Renton—SW Sunset Blvd and SP 46 Special Provisions 40 Hardie Ave SW Pedestrian Improvements February 2011 It shall be the responsibility of the Contractor to prevent the native materials from becoming err saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Crushed Surfacing Top Course (CSTC) shall be used. CSTC shall meet the requirements of Section 9-03.14 of the Standard Specifications shall be used. 2-03.5 Payment (City of Renton GSP) Supplement Section 2-03.5 is revised as follows: Payment for roadway excavation and embankment compaction shall be considered incidental to the lump sum contract price for"Removal of Structures and Obstructions." art 2-04 HAUL 2-04.5 Payment (Special Provision) Supplement Payment for Haul shall be considered incidental to the unit contract prices for material being hauled. 2-06 SUBGRADE PREPARATION r 2-06.5 Measurement and Payment (City of Renton GSP) Supplement , Section 2-06.5 is supplemented by adding the following: (******) r Subgrade preparation and maintenance including watering shall be considered as incidental to the lump sum contract price for"Removal of Structures and Obstructions"and no additional payment shall be made. END OF DIVISION 2 City of Renton—SW Sunset Blvd and SP 47 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 Ww DIVISION 4 -BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description (Special Provision) Supplement rrr The work shall consist of placement of crushed surfacing top course beneath the pavement, curbs, and other various locations indicated on the Plans. 4-04.5 Payment (Special Provision) Supplement Payment will be made for the following bid item(s): "Crushed Surfacing Top Course,"per Ton. �r. The unit bid price for "Crushed Surfacing Top Course" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work defined in the Standard Specifications and these Special Provisions. "Crushed Surfacing Top Course" used as temporary site fill or for any other purposes than identified on the Plans, and as described in Section 4-04.1, shall not be paid for under this bid item. .r r END OF DIVISION 4 City of Renton—SW Sunset Blvd and SP 48 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 DIVISION 5—SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.2 Materials (Special Provision) Supplement The grade of paving asphalt used in HMA shall be PG 64-22 unless otherwise directed by the Engineer. 5-04.3(7)A Mix Design go (March 10, 2010 APWA GSP) Delete this section and replace it with the following; g go 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder rrn content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti-strip requirements has been made. Anti-strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. err b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant-strip use provided by WDOT. The mix design will be the initial Job Mix Formula(JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following No processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. �lr City of Renton—SW Sunset Blvd and SP 49 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 .r d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of .w the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling �+ procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered verified and the test results will .w be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7),the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. r 5-04.3(8)Al, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by • commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5-04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) rrr City of Renton—SW Sunset Blvd and SP 50 Special Provisions err Hardie Ave SW Pedestrian Improvements February 2011 Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be irrr performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design,testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A5, Test Results (March 10, 2010 AP WA GSP) Delete this section and replace it with the following: so The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor(CPF)of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results(gradation and asphalt binder content)may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances,the test results in the test section including the percent air voids(Va)may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7-calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S.No. 4 sieve and larger Percent passing f4.0 are City of Renton—SW Sunset Blvd and SP 51 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 46 #0 OW U.S.No. 8 sieve Percent passing f2.0 U.S. No. 200 sieve Percent passing f0.4 Asphalt binder Percent binder content f0.3 Va Percent Va f0.7 w. If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of ,.r the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of$250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. 5-04.3(8)A7 Test Section–HMA Mixtures (March 10, 2010 APWA GSP) „a Delete this section. 5-04.4 Measurement rr (Special Provision) Supplement +�+ Measurement shall be measured per the details on the Plans. "HMA Cl.— PG_" or Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. Preparation of untreated roadway will be considered incidental and included in the various bid items and no additional payment will be made. All catch basins that will be adjusted to grade within the project limits shall be considered incidental to "HMA Class_PG_"and no additional payment shall be made. Incidental uses for HMA Incidental uses for hot mix asphalt shall consist of restoration and adjustment to paved areas such as back of sidewalks, sidewalk ramps, behind driveway approaches, and other such uses as �. directed by the Engineer. Incidental uses for HMA shall be measured and paid as "HMA Class %"PG 64-22. " dw 5-04.5 Payment (Special Provision) Supplement *0 (******) wn City of Renton—SW Sunset Blvd and SP 52 Special Provisions an Hardie Ave SW Pedestrian Improvements February 2011 No Payment will be made in accordance to section 1-04.1 for the following bid item(s): M "HMA Class '/2"PG 64-22,"per ton. go END OF DIVISION 5 . r no as rr r City of Renton—SW Sunset Blvd and SP 53 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 aw to DIVISION 8—MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description (Special Provision) Supplement The Contractor shall install and maintain all temporary and permanent erosion control measures and Best Management Practices (BMPs) in accordance with the Contract Documents, Plans, Standard Specifications, Permit Conditions and as directed by the City. Such measures shall include, but are not necessarily limited to: ■ Erosion and water pollution control for stockpiled materials ■ Inlet protection on existing and proposed drainage structures ■ Reinforced silt fencing ■ Maintenance of BMPs including in the event of emergencies and as weather and field conditions dictate; and also including installation of additional BMPs which may become required as field and weather conditions evolve. ■ Street Sweeping and Cleaning ■ ESC Lead per 8-01 of the Standard Specifications ■ All materials, tools and equipment necessary to meet these requirements Site Specific BMPs and TESC Plan The Contractor shall submit his or her own Temporary Erosion and Sediment Control Plan to the City for review and approval prior to the commencement of clearing, grubbing, grading and paving activities. The Contractor shall design the project specific TESC Plan utilizing the BMP's described in the WSDOT Highway Runoff Manual (2004) or City Standards whichever are more aw stringent. The Contractor shall provide at least one-week for City review and approval of the Plan. +rr Clearing activities may not commence until the Plan has been approved by the City. All costs associated with preparing the TESC plan shall be considered incidental to and included in the various bid items. Removal of Temporary Erosion Control and BMPs Maintenance and removal of all BMP's shall be considered incidental to and included in the unit contract price for the erosion control item provided. 8-01.3(8) Street Cleaning (Special Provision) Supplement rw City of Renton—SW Sunset Blvd and SP 54 Special Provisions aYr Hardie Ave SW Pedestrian Improvements February 2011 The roadway shall be swept daily. Flushing will not be permitted. Roadway sweeping and cleaning shall be considered incidental to the various bid items. O, 8-01.3(9)D Inlet Protection (Special Provision) Supplement Mb Catch Basin Filters shall meet the requirements of the applicable detail per City of Renton Standard Plan 216.30. The simple placement of a permeable geotextile material under a catch basin grate is not acceptable. wry Catch Basin Filters shall be installed on all existing catch basins that receive runoff from the project site. Catch Basin Filters shall be installed, maintained, inspected and removed per the Standard Specifications and as recommended by the manufacturer. go 8-01.4 Measurement (Special Provision) Supplement as No specific unit of measurement shall apply to Erosion/Water Pollution Control, which shall be w measured and paid per lump suln. 8-01.5 Payment .rr (Special Provision) Supplement Payment shall be made for the following bid item(s): ow "Erosion/Water Pollution Control",per lump sum Maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities, and any additional Work deemed necessary by the Engineer to control erosion and water pollution will be paid by force account in accordance with Section 1-09.6. The lump sum Contract price for Erosion/Water Pollution Control shall be full compensation for all labor, materials and equipment necessary to provide and revise the TESC plan and meet the project specific TESC Plan, requirements of the Standard Specifications, Highway Runoff. Excluded from the "Erosion/Water Pollution Control" bid item shall be all work for which a separate and specific bid item has been provided in the Proposal. All costs associated with ESC Lead shall be considered incidental to and included in the lump - sum cost for"Erosion/Water Pollution Control" and no additional compensation will be made. Payment for street cleaning shall be included in the lump sum cost for"Erosion/Water Pollution wr Control"and no additional compensation will be made. City of Renton—SW Sunset Blvd and SP JJ Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 to rrrr „�. 8-02 ROADSIDE RESTORATION 8-02.3 Construction Requirements 8-02.3(1) Responsibility During Construction (City of Renton GSP) Supplement Section 8-02.3(1) is supplemented with the following: •� Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations,the Contractor shall keep the premises clean, free of excess soils, rr plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. .�. 8-02.3(18) Property Restoration (Special Provision) New Roadside Planting for property restoration will consist of edge restoration and of fine grading adjacent landscaped areas as directed. All materials shall conform to the applicable portions of Section 9-14 Erosion Control and Roadside of the Standard Specifications. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Payment for Property Restoration shall include but not be limited to fine grading, adjusting irrigation systems and planting soil and will be by force account as described in Section 1-09.6 Force Account of the Standard Specifications; no other compensation will be allowed. Additional items of work will be compensated by force account. +w The force account provided for property restoration also includes any adjustments and or replacements of existing irrigation systems. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from +r�r damage does not constitute a basis for claim or extra work. Property Restoration has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. r�. +rr City of Renton—SW Sunset Blvd and SP 56 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 w► 8-02.4 Measurement No (Special Provision) Supplement (******) to No specific unit of measure will be provided for"Property Restoration". All work associated with completing property restoration that has no specific bid item provided shall be measured and paid go per Force Account. 8-02.5 Payment (Special Provision) Supplement 10 Payment will be made in accordance with Section 1-04.1 for the following bid item(s): » "Property Restoration," per force account. rr 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.3(1) Cement Concrete Curbs, Gutters,and Spillways ,rr (Special Provisions) Supplement Section 8-04.3(1) is supplemented as follows: Cement concrete traffic curb and gutter, cement concrete pedestrian curb, and cement concrete , modified pedestrian curb shall be constructed per the Plans and Standards Details included in Appendix B. As shown on the Plans, cement concrete modified pedestrian curb depth can vary up to 12-inches. 8-04.3(6) Adjustment of Curbs and Gutters (Special Provision) New The Contractor shall allow for inspection of curb forms or string lines at least 24 hours ahead of concrete delivery. Upon the direction of the Engineer, string lines or curb forms shall be adjusted a minor amount not to exceed 6". The Contractor's progress schedule shall include the 24 hour inspection time. Adjustments to the lines and grades shall constitute no basis for claims of delay. 8-04.5 Payment (Special Provisions) Supplement Section 8-04.5 is supplemented as follows: Payment shall be made for the following bid items: "Cement Concrete Modified Pedestrian Curb",per linear foot. City of Renton—SW Sunset Blvd and SP 57 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 10 us to All costs associated with providing additional concrete for the cement concrete modified pedestrian curb shall be included in the linear foot price for "Cement Concrete Modified Pedestrian Curb." to 8-14 CEMENT CONCRETE SIDEWALKS "" 8-14.1 Description (Special Provision) Supplement .r This work shall consist of providing cement concrete sidewalks with different finishes and scoring, and cement concrete curb ramps, including detectable warning surface mats. Cement concrete curb ramps shall conform to City of Renton Standard Plan 106.1 and shall meet the requirements of 8-14 of the Standard Specifications. 8-14.2 Materials (Special Provision) Supplement Cement concrete sidewalk shall be constructed in accordance with Section 8-14 of the Standard Specifications and as shown on the Plans and Standard Plans. rrr The concrete mix for all work shall be air-entrained concrete Class 3000 according to section 6- 02 Concrete Structures, with a maximum slump of 3-1/2 inches. 8-14.3(4) Curing (City of Renton GSP) Replacement Section 8-14.3(4) is replaced with: ar The curing materials and procedures outlined in Section 5-05.3(13)of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. wr The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.5 Payment (City of Renton GSP) Supplement w Section 8-14.5 is supplemented by adding the following: w City of Renton—SW Sunset Blvd and SP 58 Special Provisions to Hardie Ave SW Pedestrian Improvements February 2011 1W The unit Contract price for "Cement Conc. Sidewalk" shall be full pay for all Work associated with furnishing, installing and all other costs involved with installing the cement concrete within the traffic island per the Plans. 8-19 CEMENT CONCRETE PEDESTRIAN ISLAND (Special Provision) New go Add Section 8-19 as a new section: 8-19.1 Description This work shall consist of constructing three pedestrian islands in accordance with details shown in the Plans and these Specifications and in conformity with the lines, grades and locations shown am in the Plans. 8-19.3 Construction Requirements .rr The concrete in the Cement Concrete Pedestrian Island shall be air entrained concrete Class 3000 in accordance with the requirements of Section 6-02. 8-19.4 Measurement Pedestrian Island will be measured per lump sum and shall include all cement concrete islands and associated detectable warning surfaces. 8-19.5 Payment w Payment will be made in accordance with Section 1-04.1, for the following Bid item when included in the Proposal: "Cement Concrete Pedestrian Island,"per lump sum. The lump sum Contract price for "Cement Concrete Pedestrian Island" shall be full pay for the rw construction of the three Pedestrian Islands. Curb dowels for Cement Concrete Pedestrian Island 1 shall be included in the lump sum price for"Cement Concrete Pedestrian Island." r.r 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.1(1) Regulations and Code (Special Provision) Supplement Section 8-20.1(1) is supplemented with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American �lr City of Renton—SW Sunset Blvd and SP 59 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 arr w Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), 4M whichever is applicable, and to other codes listed herein. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8-20.1(2) Industry Codes and Standards (Special Provision) Supplement Section 8-20.1(2) is supplemented with the following: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway,NJ 08855-1331. r 8-20.1(3) Restrictions on the Schedule of Work (Special Provision) New Section Section 8-20.1(3) is an added new section: Work in Roadway .. The roadway shall be kept open to traffic at all times, except when specific tasks required by this Contract require construction in the roadway. All work within the traveled way of any roadway shall be limited to the hours as specified in Section 1-08.0(2) and work shall be accomplished such that only one lane of traffic at a time, may be closed for each approach during working hours. Exceptions to this will require advance approval from the Engineer as specified in Section 1-07.23(1)herein. Traffic Control During Construction The Contractor shall submit a traffic control plan and obtain approval from the Engineer prior to iw installation of induction loops, and other activities requiring lane closures or detours. During traffic interruptions,traffic will be controlled by qualified flag persons unless otherwise specified. Unless otherwise approved by the Engineer, the Contractor shall furnish an off-duty police officer for traffic control during all roadway work performed at night, and for all other conditions where the Engineer deems it necessary for safety. The off-duty police officer shall be in addition to all other personnel required for flagging. Temporary Video Detection System Prior to commencing work around existing vehicle induction loops, the Contractor shall coordinate with the City of Renton (COR) Transportation Maintenance Department Representative and provide a fully operational temporary video detection system at the intersection. ww City of Renton—SW Sunset Blvd and SP 60 Special Provisions w Hardie Ave SW Pedestrian Improvements February 2011 The Contractor shall install the temporary video detection system under the presence of the COR Transportation Maintenance Department Representative, and shall maintain this system throughout construction. The Contractor shall furnish and install adequate cable for each detection camera to allow relocation of cameras as construction conditions (lane shifts, traffic .r control, etc) change. The video detection system shall consist of the following: • Video cameras, including camera enclosure, filter, sunshield and connector kit rrr • Camera mount assemblies • Video image processors • 9-inch Video Monitor, including cable rw • Programming devices and/or software • Camera lenses and lens adjustment modules • Surge Suppressor X& • Coaxial and power cables • All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor will install the cameras and controller cabinet video camera equipment under the presence of COR Transportation Maintenance Department Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 r hours in advance of changes that will require reprogramming cameras. After installation of new vehicle induction loops has been completed,the Contractor shall remove the temporary video detection system, except for the wiring between the controller cabinet and video detection cameras, which shall remain. The temporary video detection cameras and all other associated equipment shall remain the property of the Contractor. The Contractor shall be irr responsible for any damage to the video detection equipment. Existing Traffic Loops The Contractor shall notify the COR Transportation Maintenance Department Representative through the Engineer a minimum of five working days in advance of pavement removal in the loop areas or any traffic loop removal. The Contractor shall install and maintain temporary video wr detection, for required detection zones as determined by the Engineer in the field, during the construction until the permanent loops are in place. If the Engineer suspects that damage to any existing loop to remain, during the construction, may have resulted or believes it possible that an existing loop is not operating adequately, the Engineer may order the Contractor to perform the field tests specified in Section 8-20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. If advance loops are replaced, they shall be installed immediately ahead of or behind the existing loops. The Contractor shall avoid cutting through the existing loop conductors or lead-in cable. 8-20.1(4) Special Provisions Cost Included in Contract Price (Special Provision) New Section Section 8-20.1(4)is an added new section: All costs incurred by reason of, or in connection with, the Special Provisions shall be included in the contract bid price. City of Renton—SW Sunset Blvd and SP 61 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 EMI 8-20.1(5) Errors and Omissions (Special Provision) New Section Section 8-20.1(5) is an added new section: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. .r Any work done after such discovery without City authorization will be done at the Contractor's risk. 8-20.1(6) Warranties (Special Provision) New Section w. Section 8-20.1(6) is an added new section: The Contractor shall provide a warranty for all material to be furnished under this Bid for a period of 1 year(after successful equipment turn-on), unless otherwise specified, from the date of actual turn-on. The warranty shall apply to all material including those items not manufactured ... by the Contractor. The warranty shall provide that all material at the time of delivery shall be free from defects in material and workmanship and shall be fit for the uses set forth in these Specifications. The warranty shall assign responsibility to the Contractor for all costs of replacement or repair of defective materials except those materials supplied by the City. Replacement or repair shall be made within 5 working days following notification of a discrepancy. 8-20.2 Materials (Special Provision) Supplement Section 8-20.2 is supplemented with the following: Controlled density fill shall meet the requirements of section 2-09.3(1)E. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3)of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). .w Requirements for signal equipment and illumination system and materials are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. Salvaged Equipment w City of Renton—SW Sunset Blvd and SP 62 Special Provisions �Ir Hardie Ave SW Pedestrian Improvements February 2011 All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency: • Pedestrian Pushbuttons • Type PP13 signal pole M The Contractor shall give the Engineer fourteen(14)calendar days advance written notice prior to delivery for removed materials to the Contracting Agency's storage facilities. Wo All equipment shall be removed by the Contractor and delivered within 24 hours following removal to the Contracting Agency. ark The salvaged material listed above shall be delivered between the hours of 8:30am and 2:30pm to: ur Field maintenance Shop 3555 NE 2nd Street Renton, WA 98056 Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty burlap bag. The Contractor shall be responsible for loading, delivering and unloading the salvaged signal equipment as directed by the Engineer. The Engineer shall determine the condition of the signal equipment. Only undamaged material parts will be accepted by the Contracting Agency. If the Contractor's operation causes damage to removed equipment to be returned, it shall be .w repaired or replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting Agency. The Contractor shall remove and dispose properly all debris and signal equipment not identified for returned to the Contracting Agency. Equipment to Remain Care shall be taken to protect and preserve all existing equipment that is not being removed under this Contract. Any existing equipment to remain that is damaged by the Contractor shall be repaired or replaced to the Engineer's satisfaction, at no additional expense to the Contracting Agency. The Contractor shall: Sri • Plug holes left behind on existing signal poles after removal of push button assemblies. • Remove all wires for discontinued circuits from the conduit system. at • Remove elbow sections of abandoned conduit entering junction boxes. • Removed abandoned conduit that is less than 18 inches below finished grade, unless otherwise indicated in the Plans. • Removal of foundations shall be performed in accordance with Section 8-20.3(3)A. +wr City of Renton—SW Sunset Blvd and SP 63 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 .,, • Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. .r. 8-20.2(1) Equipment List and Drawings (Special Provision) Revision Section 8-20.2(1) is revised as follows: Add the word "calendar" after "twenty" in the first paragraph. Manufacturer's technical information shall be submitted for all poles, wire, conduit,junction box lids, and all other items to be used on the Project. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. •r• The Engineer shall have 14 calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. �wr Final verified dimensions for signal standards and orientations of pole mounted appurtenances shall be furnished by the Contractor as part of the final approved shop drawings prior to fabrication. Manufacturer's data for materials proposed for the signal system for use in the contract which require approval, shall be submitted in one complete package. 8-20.2(3) Contracting Agency-Supplied Materials "•' (Special Provision) New Section 8-20.2(3) is a new section: The Contractor shall notify the Engineer at least one week in advance of the approximate date the irr Contracting Agency-supplied materials are required. The Contractor shall contact the City again two working days prior to schedule exact day and time for pick-up. Contracting Agency-furn ished materials will be available for pick up between the hours of 8:30am and 2:30pm at: Field maintenance Shop 3555 NE 2nd Street Renton, WA 98056 8-20.3 Construction Requirements (Special Provision) Supplement Section 8-20.3 is supplemented with the following: City of Renton—SW Sunset Blvd and SP 64 Special Provisions •�1 Hardie Ave SW Pedestrian Improvements February 2011 Signal Installation Coordination with the City The Contractor shall coordinate with COR Transportation Maintenance Department Representative (contact person: Dave Whitmarsh at 425-430-7423) for all required signal installation work and testing. 8-20.3(2)A Conduit Trench Construction (Special Provision) New Section Section 8-20.3(2)A is an added new section: The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal conduit. Trenching shall conform to the following: 1. Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. 2. Trench Inspection No work shall be covered until it has been examined by the Engineer. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the Standard .rr Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. rr 3. Saw Cut for Trench Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with section 1-07.15 of these special provisions. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with section 1-07.15 of these special provisions. Trenches in all paved areas shall be saw cut. The saw cuts shall be full depth and shall be rot parallel. 4. Pavement Removal lot Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. City of Renton—SW Sunset Blvd and SP 65 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 �r 5. Trench Depth Conduit shall be placed a minimum of 24 inches of cover per the Plans. ` 6. Trench Width The trench width shall be per the Plans. ,Wr 7. Trenching Paved Areas Trenches located within roadways shall be backfilled to the base of the existing pavement or within 3-inches of finished grade and covered with steel plates for 24-hours to prevent traffic contact with backfill. After the backfll has set, the trench shall be patched with asphalt concrete pavement. The pavement patch shall match the thickness of the existing roadway pavement or shall be at least 3 inches thick, whichever is greater. The City reserves the right to snake additions or deletions to the trenching which prove 11° necessary for the completion of this Project. 8. Trenching in Landscaped Areas Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor's operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer. 9. Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. r. 8-20.3(2)B Conduit Trench Backfill go (Special Provision) New Section Section 8-20.3(2)C is an added new section: Backfill for conduit trenches in the sidewalk or driveway sections shall consist of native material (provided aggregate is 1 inch minus) or crushed surfacing top course, depending on soil, as approved by the Engineer. .Backfill for conduit trenches in roadway sections shall be crushed surfacing top course. 8-20.3(3)A Removal of Foundations (Special Provision) New Section r Section 8-20.3(3)A is an added new section: Unused foundations shall be removed to a minimum depth of two feet below finished grade. Abandoned conduits shall be removed, unless otherwise shown on the plans. �r City of Renton—SW Sunset Blvd and SP 66 Special Provisions illy Hardie Ave SW Pedestrian Improvements February 2011 8-20.3(3) Removing and Replacing Improvements + ► (Special Provision) Supplement Section 8-20.3(3) is supplemented with the following: See Renton Special Provision 8-50 for trench restoration and street overlay requirements. ■r 8-20.3(4) Foundations (Special Provision) Supplement no Section 8-20.3(4) is supplemented with the following: (******) to The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill to material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall No be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period,the contractor may install the applicable device thereon. All concrete foundations shall be installed at locations per dimensioning on the plans and shall be verified by the engineer in the field and approved prior to excavation. 41it All excess materials shall be removed from the construction site and disposed of at the Contractor's expense. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J-box. Shaft Excavation 1. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Obstructions shall be removed per Section 6-16.3(3) of the Special Provisions except that payment shall be made per Force Account as described in Section 1-09.6 of the Standard Specifications and these Special Provisions. Excavation shall be continued as approved by the Engineer. Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. ' w City of Renton—SW Sunset Blvd and SP 67 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 ar 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. IM 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. 8-20.3(5) Conduit rr (Special Provision) Revision Section 8-20.3(5) is revised as follows: .�r When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit +W► will be paid in accordance with Section 1-04.4. Pull wires shall be installed by the Contractor. wNr All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The conduits shall be adjusted in accordance with Standard Plans J- 40.10-00, J-40.30-00, J-90.10-00 before conductors are installed. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility. Conduit to be provided and installed shall be of the type indicated below: • Schedule 40 heavy wall PVC conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. • Schedule 80 extra heavy wall PVC conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled"City of Renton"conduits. 8-20.3(6) Junction Boxes, Cable Vaults,and Pull Boxes AW (Special Provision) Supplement Section 8-20.3(6) is supplemented with the following: ar City of Renton—SW Sunset Blvd and SP 68 Special Provisions go Hardie Ave SW Pedestrian Improvements February 2011 Junction boxes shall have galvanized steel lids and frames. Junction boxes used for electrical wiring shall utilize a locking lid per City of Renton Standard Plans. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. r Lids on all existing junction boxes to be adjusted to final grade, located in the sidewalk or in pedestrian pathways,per the Plans, shall be galvanized steel, lockable and the non-skid type. ,w 8-20.3(9) Bonding, Grounding (Special Provision) Revision Section 8-20.3(9) is revised as follows: (******) w All signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap at sized in accordance with the plans, specifications and applicable codes. 8-20.3(14)C Induction Loop Vehicle Detectors fit (Special Provision) Revision Section 8-20.3(14)C Item 4 and Item 11 are revised as follows: 4. All loops shall be installed in the final lift of asphalt designated in the Contract. Loop conductors shall be held at the bottom of the saw cut by high temperature backer rod (sized to fit snuggly in the saw centers along the entire loop and home run(s) and at the entrance and exit of all turns greater than 45 degrees. Loop installation shall not take place in temperatures below 40°F. The sawcuts shall be of uniform depth and any sharp edges, abrasions, or ridges shall be removed prior to placing the wire. All requirements of Section 1-07.15, "Temporary Water Pollution/Erosion Control" shall be observed as specified in the contract and on the plans when the sawcut cleaning is performed. 8-20.3(14)D Test for Induction Loops and Lead-in Cable (Special Provision) Supplement Section 8-20.3(14)D is supplemented with the following: City of Renton—SW Sunset Blvd and SP 69 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 (******) do The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the r results. 8-20.3(14)E Signal Standards (Special Provision) Revision Section 8-20.3(14)E is revised as follows: Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be pennitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). y. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. 8-20.3(15) Grout (Special Provision) Supplement Section 8-20.3(15) is supplemented with the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to wrr the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.4 Measurement �r (Special Provision) Replacement Section 8-20.4 is replaced with the following: rrr City of Renton—SW Sunset Blvd and SP 70 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 When shown as lump sum in the Plans or in the proposal as "Modifications to Existing Traffic Signal System, Complete", "Temporary Video Detection System, Complete", no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. "Vehicle Induction Loop Detector" will be measured per IN each loop installed. 8-20.5 Payment OW (Special Provision) Supplement Section 8-20.5 is supplemented with the following: no Payment will be made for the following bid item: go "Modifications to Existing Traffic Signal System, Complete", per lump sum. "Temporary Video Detection System,Complete", per lump sum. V6 "Vehicle Induction Loop Detector",per each. so The lump sum contract price for the above listed "System" lump sums shall be full pay for the modifications of existing system, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, signal poles, pedestrian push button assemblies, temporary vehicle video detection system (also maintenance throughout construction), conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, making all required tests and costs associated with providing uniformed police officer. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be included in the "Modifications to Existing Traffic Signal System, Complete" lump sum bid item and no separate measurement will be made. The lump sum bid item "Temporary Video Detection System, Complete", shall include furnishing, installation, maintenance and removal of the complete temporary video detection system, with the exception of the temporary video cabling, which shall remain. The cost shall include the rental of the equipment and the Contractor shall own the video detection system after completion of the project. The unit bid price for "Vehicle Induction Loop Detector," including all incidental work (sawcuttin g� furnishing materials testing of loops, etc.), shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work defined in the Standard Specifications and these Special Provisions. r 8-22 PAVEMENT MARKING 8-22.3(5) Installation Instructions (City of Renton GSP) Revision Section 8-22.3(5) is revised as follows: City of Renton—SW Sunset Blvd and SP 71 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment (City of Renton GSP) Supplement tw Section 8-23.5 is supplemented with the following: If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under "Project Temporary Traffic Control," if that item is included as a bid item. r 8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS (City of Renton GSP) New Section Section 8-50 is an added new section with new subsections: CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4, 2005 by Ordinance 5131 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. r. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION r City of Renton—SW Sunset Blvd and SP 72 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of- pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS I. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall comply with the most current edition. An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications. A "Layton Box" or equal may be used in place of the power-propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the Standard rr� Specifications. "Plate Compactors" and"Jumping Jacks" SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details or as shown on the Plans, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall + �► be a minimum of one foot (1') outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (1') beyond the actual outside edges of the trench and shall be replaced with two inches (2") of HMA asphalt, where applicable. At the discretion of the engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches (Road Crossings): a The minimum width of a transverse patch (road crossing) shall be six and one-half feet (6.5'). b Any affected lane will be ground down two inches(2") and paved for the entire width of the lane. e Patch shall be a minimum of one foot (1') beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be repaved City of Renton—SW Sunset Blvd and SP 73 Special Provisions Hardie Ave SW Pedestrian Tmprovements February 2011 1W e An area including the trench and one foot(1') on each side of the trench but not less than six and one half feet(6.5')total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2"). A two-inch (2") overlay of HMA ,w asphalt will be applied. 2. Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). b If the trenching is within a single traveled lane, an entire lane-width overlay will be required. c If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. W d If the trenching is greater than, or equal to 30% of lane per block(660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch (2") overlay of HMA asphalt will be applied. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved not less than six and one half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5') in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING ,., The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. r SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS .. 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on the Plans and City of Renton Standard Plan H033. 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet (2') outside the excavated trench width. �r 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet (4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot (4') depth. If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native r.r City of Renton—SW Sunset Blvd and SP 74 Special Provisions +1 Hardie Ave SW Pedestrian Improvements February 2011 material, except that the top six inches (6") shall be crushed surfacing top course NO material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6)of any trench, backfill compaction shall be performed in eight to 12-inch(8-12") lifts. Any trench deeper than six feet(6) may be compacted in 24-inch lifts, up to the top six- foot(6)zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot (4') vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location No of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the 1* Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, -the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the 10 Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City OW in an amount that is double the City's cost in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. 5. HMA asphalt shall be placed to the compacted depth as required and indicated on the 40 Plans, or as directed by the Engineer. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. so 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7. HMA asphalt shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking Mi out the oversized aggregates from the HMA mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch City of Renton—SW Sunset Blvd and SP 75 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 rr depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on the Plans. Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be detennined by the Engineer, Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration tm meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. as 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. to 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen 0 5) working days after first opening the trench. This time frame may be adjusted im If delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15) working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation �.. Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. �. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. END OF DIVISION 8 City of Renton—SW Sunset Blvd and SP 76 Special Provisions ow Hardie Ave SW Pedestrian Improvements February 2011 DIVISION 9—MATERIALS " 9-00(A) RECYCLED MATERIALS (RC) (City of Renton GSP) New Section Section 9-00(A) is an added new section: The Owner encourages the use of recycled materials whenever practicable, provided that those materials meet or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be utilized, the Owner requires that a Recycled Product Reporting Form be completed by the Contractor. 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(2) HMA Test Requirements (March 10, 2010 APWA GSP) Supplement Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 1.00 million. .rr 9-03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Replacement Delete Item 1 and replace it with the following: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 3/4", t/2", and 3/8" sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 200 sieve ±2.0% ±3.0% tai City of Renton—SW Sunset Blvd and SP 77 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 ow M Asphalt Binder ±0.5% ±0,7% .r. These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on r, sieves shall only apply to sieves with control points. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 Metal Castings d& (Special Provision) Revision Section 9-05.15 is revised as follows: In the first sentence of the second paragraph, delete "dipped." 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1) Topsoil Type A r� (City of Renton GSP) Supplement Section 9-14.1(1) is supplemented with the following: Topsoil Type A shall meet the following: Sand: greater than 0.05 mm to less than 2mm - maximum of 60% Silt: greater than 0.002 mm to less than 0.05 mm- maximum of 35%' Clay: less than 0.002 mm -maximum of 15%1 Organic Content: Percent of dry weight- 8 to 12% r. Acidity(Ph) - 6.0 to 7.0 'Clay and Silt combined-no greater than 40% The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval, Topsoil shall be amended per recommendations of soils analysis. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) (City of Renton GSP) Revision Section 9-23.9 is revised as follows: City of Renton—SW Sunset Blvd and SP 78 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 Fly ash shall not be used around water lines. 9-29 ILLUMINATION, SIGNALS,ELECTRICAL so 9-29.2(1)A Standard Duty Junction Boxes (Special Provision) Supplement Section 9-29.2(1)A is supplemented with the following: Lids on all existing junction boxes to be adjusted to final grade, located in the sidewalk or in pedestrian pathways, per the Plans, shall be galvanized steel and the non-skid type by FogTite, Inc., or approved equal. Junction box lids shall also be lockable per City of Renton Standard Plan 127. 9-29.3(2)F Detector Loop Wire (Special Provision) Revision Section 9-29.3(2)F is revised as follows: Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically cross linked polyethylene type RHH-RHW insulation of code thickness. 9-29.18(3) Temporary Video Detection System (Special Provision) New Section Section 9-29.18(3) is an added new section: rri The fully functional temporary video detection system shall be provided and installed by the .r► Contractor. The Contractor shall submit complete equipment list to the City Engineer for approval prior to the systems purchase. The temporary video detection system shall be capable of providing presence vehicle detection and shall be expandable without removing or replacing existing units. All materials furnished during construction for temporary video detection shall be current production models and shall be items currently in distribution. The temporary video detection cameras shall be of the quantities shown in the Plans. The contractor shall submit to the COR Transportation Maintenance Department Representative, a detailed summary of temporary video detection equipment prior to placing an order. 9-29.19 Pedestrian Push Buttons (Special Provision) Supplement The Pedestrian Push Button Assembly shall be a Style H with a Chrome Mushroom Plunger, DCC 500 manufactured by H.D. Campbell Company, 1486 NW 70th Street, Seattle, WA 98117, or approved equal. ni END OF DIVISION 9 City of Renton—SW Sunset Blvd and SP 79 Special Provisions Hardie Ave SW Pedestrian Improvements February 2011 wr PREVAILING MINIMUM HOURLY WAGE RATES +r. City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 66 THIS PAGE INTENTIONALL Y LEFT BLANK .rr r irr rrM City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 +rr BENEFIT CODE KEY-EFFECTIVE 09-01-2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. it C. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT rr DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2)HOURS BEFORE OR AFTER A FIVE - EIGHT(8)HOUR WORKWEEK DAY OR A FOUR- TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. wr E. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2)HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE r THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12)HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. r L ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST + TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. r K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. it L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. " M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. wr BENEFIT CODE KEY-EFFECTIVE 09-01-2010 -2- N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS,HOLIDAYS AND AFTER TWELVE(12)HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED, OR FORTY(40) HOURS OF ■r STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE.HOURS WORKED OVER TWELVE HOURS(12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS.AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME W RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR(4)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS BENEFIT CODE KEY-EFFECTIVE 09-01-2010 a�r -3- WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. tw B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. to C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE *a HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. sw E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. so F. THE FIRST EIGHT(8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ow G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. +qtr H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. L ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND aw ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL as HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ku K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. dw L. ALL HOURS WORKED ON SATURDAYS(OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ar M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS +r WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 09-01-2010 -4- Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE 00 WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY,TEN- HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH,SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF to WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED,COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.\ 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE g PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). BENEFIT CODE KEY-EFFECTIVE 09-01-2010 ww -5- C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL wti ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, ww INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, r THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). r I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). rw J. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). wr L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, ow LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). wa N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, we FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY. (7 1/2). wv 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, *a LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS(9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, 40 INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. w W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS-NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, Yr THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). BENEFIT CODE KEY-EFFECTIVE 09-01-2010 -6- 5. Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY do (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, - THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS' DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(9). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). �1 BENEFIT CODE KEY—EFFECTIVE 09-01-2010 —7— 6. X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY(11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY(9). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING �r DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. +rr 7. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. +rr C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING rrr FRIDAY. D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID +r HOLIDAYS:PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. err E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. I. HOLIDAYS: NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. J. HOLIDAYS: NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY(6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. srrr BENEFIT CODE KEY-EFFECTIVE 09-01-2010 K. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. 7. M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. N. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY. O. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A jai HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, go THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO Eli DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: at OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A:$0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B: $1.00,LEVELS C&D:$0.50. wi► N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A:$1.00, LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 �rir BENEFIT CODE KEY-EFFECTIVE 09-01-2010 +Wil —9— 8. P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00,CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. ■rr +rr rr err +rr wrr �w +rr �w err +r Qw am State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 2/3/2011 c2prity Trade Job Classification Wag e Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1 H King Boilermakers Journey Level $56.81 5N 1C King Brick Mason Brick And Block Finisher $39.861 5A 1M King Brick Mason Journey Level $46.72 5A 1M King Building Service Employees Janitor $18.911 5S 2F King Building Service Emplovees Traveling Waxer/shampooer $19.32 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $22.65 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $48.60 5D 1M King Carpenters Bridge, Dock And Wharf $48.47 5A 1M Carpenters King Carpenters Carpenter $48.47 5D 1M King Carpenters Creosoted Material $48.57 5D 1M + ► King Carpenters Floor Finisher $48.60 5D 1M King Carpenters Floor Layer $48.60 5D 1M King Carpenters Floor Sander $48.60 5D 1M King Carpenters Sawfiler $48.60 5D 1M King Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M King Carpenters Stationary Woodworking Tools $48.60 5D 1M King Cement Masons Journey Level $49.15 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv &. Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48.85 5A 1B ,WI Tender King Dredge Workers Assistant Engineer $49.57 5D 1T 8L ■ri rr King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D IT 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L King Dredge Workers Maintenance $49.06 5D IT 8L King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L King Dredge Workers Oiler $49.19 5D IT 8L rrr King Drywall Applicator. Journey Level $48.47 5D 1M King Drywall Tapers Journey Level $48.79 5P 1E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E err Workers King Electricians - Inside Cable Splicer $61.95 7C 2W King Electricians - Inside Cable Splicer (tunnel) $66.57 7C 2W r. King Electricians - Inside Certified Welder $59.85 7C 2W King Electricians - Inside Certified Welder (tunnel) $64.25 7C 2W King Electricians - Inside Construction Stock Person $31.83 7C 2W ` King Electricians - Inside Journey evel _ Y $57.74 7C 2W King Electricians - Inside Journey Level (tunnel) $61.95 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $61.08 5A 4A Construction King Electricians - Powerline Certified Line Welder $55.81 5A 4A Construction rr King Electricians - Powerline Groundperson $39.83 5A 4A Construction - King Electricians - Powertine Head Groundperson $42.02 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $55.81 5A 4A Construction Operator Orr King Electricians - Powertine Jackhammer Operator $42.02 5A 4A Construction King Electricians - Powerline Journey Level Lineperson $55.81 5A 4A go Construction King Electricians - Powerline Line Equipment Operator $47.20 5A 4A Construction King Electricians - Powerline Pole Sprayer $55.81 5A 4A Construction King Electricians - Powerline Powderperson $42.02 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $67.91 7D 4A King Elevator Constructors Mechanic In $73 e Char _ g .87 7D 4A King Fabricated Precast Concrete All Classifications $13.60 5B 2K Products King Fence Erectors Fence Erector $15.18 1 King Flaagers Journey Level $33.93 7A 1 H dw King Glaziers Journey Level $50.66 7L 1Y ON King Heat Et Frost Insulators And Journeyman $53.44 51 1S Asbestos Workers King Heating Eouipment Mechanics Journey Level $63.27 7F 1E King Hod Carriers Et Mason Tenders Journey Level $41.28 7A 1 H King Industrial Engine And Machine Journey Level $15.65 . 00 Mechanics King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $50.72 5B 1 K King Inland Boatmen Cook $47.54 5B 1 K King Inland Boatmen Deckhand $47.541 5B 1K King Inland Boatmen Deckhand Engineer $48.48 5B 1K King Inland Boatmen Launch Operator $49.63 5B 1K King Inland Boatmen Mate $49.63 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control go King Inspection/Cleaning/Seating Of Technician $19.33 1 Sewer Et Water Systems By Remote Control me King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $48. 5D 1M King Ironworkers Journeyman $57.55 2 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.03 7A 1H Screed King Laborers Airtrac Drill Operator $41.28 7A 1H King Laborers Ballast Regular Machine $40.03 7A 1H King Laborers Batch Weighman $33.93 7A 1H King Laborers Brick Pavers $40.03 7A 1H King Laborers Brush Cutter $40.03 7A 1H King Laborers Brush Hog Feeder $40.03 7A 1H King Laborers Burner $40.03 7A 1H King Laborers Caisson Worker $41.28 7A 1H King Laborers Carpenter Tender $40.03 7A 1H King Laborers Caulker $40.03 7A 1H King Laborers Cement Dumper-paving $40.77 7A 1H King Laborers Cement Finisher Tender $40.03 7A 1H King Laborers Change House Or Dry Shack $40.03 7A 1H King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 1H trr+ +�r King Laborers Chipping Gun(30 Lbs. And $40.77 7A 1H Over) King Laborers Choker Setter $40.03 7A 1H King Laborers Chuck Tender $40.03 7A 1H err King Laborers Clary Power Spreader $40.77 7A 1H King Laborers Clean-up Laborer $40.03 7A 1H King Laborers Concrete Dumper/chute $40.77 7A 1H Operator - - King Laborers Concrete Form Stripper $40.03 7A 1H King Laborers Concrete Placement Crew $40.77 7A 1H King Laborers Concrete Saw Operator/core $40.77 7A 1H Driller King Laborers Crusher Feeder $33.93 7A 1H King Laborers Curing Laborer $40.03 7A 1H King Laborers Demolition: Wrecking Et Moving $40.03 7A 1H (inct. Charred Material) King Laborers Ditch Digger $40.03 7A 1H King Laborers Diver $41.28 7A 1H King Laborers Drill Operator $40.77 7A 1 H (hydraulic,diamond) King Laborers Dry Stack Waits $40.03 7A 1H King Laborers Dump Person $40.03 7A 1H King Laborers Epoxy Technician $40.03 7A 1H King Laborers Erosion Control Worker $40.03 7A 1H rrr - - King Laborers Falter Et Bucker Chain Saw $40.77 7A 1H King Laborers Fine Graders $40.03 7A 1H King Laborers Firewatch $33.93 7A 1H King Laborers Form Setter $40.03 7A 1H King Laborers Gabian Basket Builders $40.03 7A 1H King Laborers General Laborer $40.03 7A 1H King Laborers Grade Checker Et Transit $41.28 7A 1H Person - - King Laborers Grinders _ $40.03 7A 1H King Laborers Grout Machine Tender $40.03 7A 1H ■r King Laborers Groutmen (pressure)including $40.77 7A 1H Post Tension Beams - King Laborers Guardrail Erector $40.03 7A 1H King Laborers Hazardous Waste Worker (level $41.28 7A 1 H A) King Laborers Hazardous Waste Worker (level $40.77 7A 1H B) King Laborers Hazardous Waste Worker (level $40.03 7A 1H King Laborers High Scaler $41.281 7A 1H King Laborers Jackhammer $40.77 7A 1 H King Laborers Laserbeam Operator $40.77 7A 1 H it King Laborers Maintenance Person $40.03 7A 1 H King Laborers Manhole Builder-mudman $40.77 7A 1H King Laborers Material Yard Person $40.03 7A 1 H King Laborers Miner $41.28 7A 1H King Laborers Mortarman Et Hodcarrier $40.77 7A 1H King Laborers Motorman-dinky Locomotive $40.77 7A 1H King Laborers Nozzleman (concrete Pump, $40.77 7A 1H # Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $40.77 7A 1 H King Laborers Pilot Car $33.93 7A 1H go King Laborers Pipe Layer Lead $41.28 7A 1 H King Laborers Pipe Layer/tailor $40.77 7A 1H Pipe Pot Tender $40.77 7A 1H King Laborers P King Laborers Pipe Reliner $40.77 7A 1H King Laborers Pipe Wrapper $40.77 7A 1H No King Laborers Pot Tender $40.03 7A 1 H King Laborers Powderman $41.28 7A 1H King Laborers Powderman's Helper $40.03 7A 1H +r King Laborers Power Jacks $40.77 7A 1H King Laborers Railroad Spike Puller - Power $40.77 7A 1 H Raker - Asphalt $41.28 7A 1H King Laborers - - King Laborers Re-timberman $41.28 7A 1H King Laborers Remote Equipment Operator $40.77 7A 1H King Laborers Rigger/signal Person $40.77 7A 1H King Laborers Rip Rap Person $40.03 7A 1H King Laborers Rivet Buster $40.77 7A 1H King Laborers Rodder $40.77 7A 1H King Laborers Scaffold Erector $40.03 7A 1H King Laborers Scale Person $40.03 7A 1H King Laborers Sloper (over 20") $40.771 7A 1H King Laborers Sloper Sprayer $40.03 7A 1H King Laborers Spreader (concrete) $40.77 7A 1H King Laborers Stake Hopper $40.03 7A 1H King Laborers Stock Piler $40.03 7A 1H King Laborers Tamper Et Similar Electric, Air $40.77 7A 1H Et Gas Operated Tools (multiple King Laborers Tam er multi le Et Self- $40.77 7A 1H Tamper King Laborers Timber Person - Sewer (lagger, $40.77 7A 1H Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.03 7A 1H $40.03 7A 1H King Laborers Topper rr King Laborers Track Laborer $40.03 7A 1H King Laborers Track Liner (power) $40.77 7A 111 King Laborers Truck Spotter $40.03 7A 1H King Laborers Tugger Operator $4037 7A 1H King Laborers Vibrator $40.77 7A 111 King Laborers Vinyl Seamer $40.03 7A 1H irr King Laborers Watchman $30.84 7A 1H King Laborers Welder $40.77 7A 1H King Laborers Well Point Laborer $40.77 7A 1H King Laborers Window Washer/cleaner $30.84 7A 1H King . Laborers - Underground Sewer General Laborer Et Topman $40.03 7A 1 H Et Water - rr King Laborers - Underground Sewer Pipe Layer $40.77 7A 1H Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers r King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $48.74 5D 1 H .ri King Marble Setters Journey Level $46.72 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 ow King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $49.47 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 iW King Modular Buildings Plumber $11.56 1 King Modular Buitdings Production Worker $9.40 1 King Modular Buildings Toot Maintenance $11.56 1 rr King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $34.87 6Z 2B Kin Pite Driver King Journey Level $48.67 5A 1 M King Plasterers Journey Level $46.63 1R King Playground E: Park Equipment Journey Level $8.67 1 Installers - King Plumbers Et Pipefitters Journey Level $69.39 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A I 1T I 8P r rrr King Power Equipment Operators Batch Plant Operator, $49.90 7A 1T 8P Concrete I go King Power Equipment Operators Bobcat $47.12 7A 1T 8P King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P Equipment King Power Equipment Operators Brooms $47.12 7A 1T 8P King Power Equipment Operators Bump Cutter $49.90 7A 1T 8P King Power Equipment Operators Cableways $50.39 7A 1T 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount $50.39 7A 1T 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or. $49.48 7A 1T 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $49.90 7A 1T 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49.48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A 1T 8P Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A 1T 8P Tons, or 150' of boom (including jib with ■r attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $51.51 7A 1T 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A 1T 8P Tons., Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $47.12 7A 1T 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $51.51 7A 1T 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons wr King Power Equipment Operators Crusher $49.90 7A 1T 8P V& King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power) — — — King Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P d King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P Over King Power Equipment Operators Dozers D-9 Et Under $49.48 7A 1T 8P +rr King Power Equipment Operators Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P Or Crane Mount — — King Power Equipment Operators Drilling Machine $49.90 7A 1T 8P King Power Equipment Operators Elevator And Man-lift: $47.12 7A 1T 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A IT 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $49.48 7A 1T 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $49.90 7A 1T 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P King Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P King Power Equipment Operators Hard Tail End Dump p $50.39 7A 1T 8P Articulating Off- Road — — Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $49.90 7A 1T 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $49.48 7A 1T 8P Locator — — — King Power Equipment Operators Horizontal/directional Drill $49.90 7A 1T 8P Operator — — — King Power Equipment Operators Hydratifts/boom Trucks Over $49.48 7A 1T 8P 10 Tons — — "'�"' King Power Equipment Operators Hydralifts/boom Trucks, 10 $47.12 7A 1T 8P Tons And Under — King Power Equipment Operators Loader, Overhead 8 Yards. Et $50.94 7A 1T 8P rs — — Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Not Including 8 Yards — """ King Power Equipment Operators Loaders, Overhead Under 6 $49.90 7A 1T 8P Yards — — King Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P King Power Equipment Operators Loaders: Elevating T yp e Bett $49.48 7_A _1T _ 8P King Power Equipment Operators Locomotives, All $49.90 7A 1T 8P King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King Power Equipment Operators Mechanics, All (teadmen - $50.94 7A 1T 8P $0.50 Per Hour Over Mechanic) Power Equipment Operators Mixers: Asphalt Plant $49.901 7A 1T 1 8P +r King Power Equipment Operators Motor Patrol Grader - Non- $49.48 7A IT 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $50.391 7A 1T 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Drill, Boring, Road Header r And/or Shield King Power Equipment Operators Oil Distributors, Blower $47.12 7A 1T 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato as King Power Equipment Operators Overhead, Bridge Type: 45 $50.39 7A 1T 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane $49.90 7A 1T 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P King Power Equipment Operators Power Plant $47.12 7A IT 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P + ► King Power Equipment Operators Quick Tower - No Cab, Under $47.12 7A 1T 8P 100 Feet In Height Based To Boom .r King Power Equipment Operators Remote Control Operator On $50.39 7A 1T 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P King Power Equipment Operators Rollagon $50.39 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P ad King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under $49.90 7A 1T 2P 45 Yards King Power Equipment Operators Scrapers - Concrete Ft Carry All $49.48 7A 1T 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $50.39 7A 1T 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P ,irk King Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $50.39 7A 1T 8P so Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P rri Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $50.94 7A 1T 8P Over 50 Metric Tons To 90 ,, IN Metric Tons 00 King Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A IT 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $50.39 7A IT 8P King Power Equipment Operators Spreader, Topsider Et $50.39 7A IT 8P Screedman King Power Equipment Operators Subgrader Trimmer $49.90 7A IT 8P King Power Equipment Operators Tower Bucket Elevators $49.48 7A IT 8P King Power Equipment Operators Tower Crane Over 175'in $51.51 7A 1T 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $50.94 7A IT 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $50.39 7A IT 8P Truck Type King Power Equipment Operators Trenching Machines $49.48 7A IT 81D King Power Equipment Operators Truck Crane Oiler/driver - 100 $49.90 7A IT 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $49.48 7A 1T 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A IT 8P King Power Equipment Operators Welder $50.39 7A 1T 8P �r. King Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A IT 8P King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A IT 8P King Power Equipment Operators- Asphalt Plant Operators $50.39 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $47.12 7A IT 8P Underground Sewer Et Water ar King Power Equipment Operators- Barrier Machine (zipper) $49.90 7A IT 8P Underaround Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $49.90 7A IT 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $47.12 7A IT 8P Underground Sewer Et Water ar. King Power.Equipment Operators- Brokk - Remote Demolition $47.12 7A IT 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $47.12 7A IT 8P Underaround Sewer Et Water King Power Equipment Operators- Bump Cutter $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $50.39 7A IT 8P Underaround Sewer Et Water King Power Eauipment Operators- Chipper $49.90 7A IT 8P .�„ Underground Sewer Et Water King Power Equipment Operators- Compressor $47.12 7A IT 8P Underaround Sewer Et Water .r. King Power Equipment Operators- Concrete Pump: Truck Mount $50.39 7A IT 8P Underground Sewer Et Water With Boom Attachment Over 42 M .rr King Power Equipment Operators- Concrete Finish Machine -laser $47.12 7A I 1T 8P aw Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $49.48 7A 1T 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $49.90 7A 1T 8P rr Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $49.90 7A 1T 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $51.51 7A 1T 8P Underground Sewer Et Water Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $50.39 7A 1T 8P Underground Sewer E:Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame 10 Tons And $47.12 7A 1T 8P , Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $51.51 7A 1T 8P Underground Sewer E`Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Underground Sewer Et Water (power) rrP King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $50.39 7A IT 8P Underground Sewer Et Water Over King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer Et Water King Power Eouipment Operators- Elevator And Man-lift: $47.12 7A 1T 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $49.48 7A 1T 8P Ww Underground Sewer it Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Underground Sewer >t Water Attachments — King Power Equipment Operators- Grade Engineer: Using Blue $49.90 7A 1T 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump $50.39 7A 1T 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $49.90 7A 1T 8P �r. Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $49.48 7A 1T 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $49.90 7A 1T 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydratifts/boom Trucks Over $49.48 7A 1T 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydratifts/boom Trucks, 10 $47.12 7A 1T 8P Underground Sewer Et Water Tons And Under is King Power Equipment Operators- Loader, Overhead 8 Yards. Et $50.94 7A 1T 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $49.90 7A 1T SP Underground Sewer Et Water Yards irr King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer & Water +rr -- King Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer & Water WA King Power Equipment Operators- Mechanics, All (leadmen - $50.94 7A 1T 8P Underground Sewer & Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer& Water King Power Equipment Operators- Motor Patrol Grader - Non- $49.48 7A 1T 8P Underground Sewer & Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer &Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Underground Sewer & Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $47.12 7A 1T 8P Underground Sewer & Water Distribution & Mulch Seeding .r Operator King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 $50.39 7A 1T 8P Underground Sewer Et Water Tons Through 99 Tons rrl King Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P UnderQround Sewer Et Water King Power Equipment Operators Pile Driver (other Than Crane $49.90 7A 1T 8P UnderQround Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P UnderQround Sewer Et Water King Power Equipment Operators- Power Plant $47.12 7A 1T 8P aw UnderQround Sewer Et Water King Power Equipment Operators- Pumps - Water $47.12 7A IT 8P UnderQround Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $47.12 7A 1T 8P Underaround Sewer Et Water 100 Feet in Height Based To Boom King Power Equipment Operators- Remote Control Operator On $50.39 7A 1T 8P UnderQround Sewer Et Water Rubber Tired Earth Moving Equipment arl King Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P 1k1 Underground Sewer Et Water Materials King Power EquiDment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P rr Underground Sewer Et Water King Power EquiDment Operators- Saws - Concrete $49.48 7A 1T 8P Underaround Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A IT 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer Et Water King Power EquiDment Operators- Scrapers, Self-propelled: 45 $50.39 7A 1T 8P UnderQround Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 2P UnderQround Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $50.39 7A 1T 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons wait King I Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A IT 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A IT 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A IT 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $50.39 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $50.39 7A IT 8P w Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $49.90 7A IT 8P Underground Sewer Et Water — — — King Power Equipment Operators- Tower Bucket Elevators $49.48 7A IT 8P .r Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $51.51 7A IT 8P Underground Sewer Et Water Height, Base To Boom �.. King Power Equipment Operators- Tower Crane Up To 175' In $50.94 7A IT 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $50.39 7A IT 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $49.90 7A IT 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $49.48 7A 1T 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $40.79 5A 4A Trimmers King Power Line Clearance Tree Spray Person $38.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $40.79 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $36.50 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $27.55 5A 4A Trimmers King Refrigeration Et Air Journey Level $64.56 6Z 1G +y. Conditioning Mechanics King Residential Brick Mason Journey Level $46.72 5A 1M King Residential Carpenters Journey Level $28.20 1 t,,,, King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.081 5D 1M King Residential Drywall Tapers Journey Level $48.79 5P 1 E King Residential Electricians Journey Level $30.33 1 King Residential Glaziers Journey Level $34.54 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $64.56 6Z 1G Conditioning Mechanics .r► King Residential Sheet Metal Journey Level $37.35 7F 1 R Workers King Residential Soft Floor Layers Journey Level $40.96 5A 2Z King Residential Sprinkler Fitters Journey Level $38.81 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $46.72 5A 1M King Residential Terrazzo Workers Journey Level $46.88 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $41.90 5A 111 King Roofers Using Irritable Bituminous $44.90 5A 1 R Materials King Sheet Metal Workers Journey Level $63.27 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $32.56 7M 1 H King Shipbuilding & Ship Repair Carpenter $35.06 70 1B King Shipbuilding Et Ship Repair Electrician $34.92 70 1B King Shipbuilding & Ship Repair Heat Et Frost Insulator $53.44 5J 1S King Shipbuilding 8t Ship Repair Laborer $34.54 70 1B King Shipbuilding & Ship Repair Machinist $34.75 70 113 ail King Shipbuilding £t Ship Repair Operator $37.08 70 1B King Shipbuilding & Ship Repair Painter $34.67 70 1B King Shipbuilding Et Ship Repair Pipefitter $34.66 70 1B King Shipbuilding Et Ship Repair Rigger $34.67 70 1B King Shipbuilding Et Ship Repair Sandblaster $33.63 70 1B King Shipbuilding Et Ship Repair Sheet Metal $34.66 70 1B King Shipbuilding Et Ship Repair Shipfitter $34.67 70 1B King Shipbuilding Et Ship Repair Trucker $34.50 70 1B King Shipbuilding Et Ship Repair Warehouse $34.65 70 1B King Shipbuilding & Ship Repair Welder/burner $34.67 70 1B at King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 yrr (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $40.96 5A 2Z King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $66.54 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 r. Structural) King Stone Masons Journey Level $46.72 5A 1M King Street And Parking Lot Journey Level $19.09 1 +�• Sweeper Workers King Surveyors Assistant Construction Site $49.48 7A 1T 8P Surveyor King Surveyors Chainman $48.96 7A 1T 813 King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $32.27 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $18.10 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $30.94 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $32.27 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $31.62 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $32.27 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $30.02 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson ,$30.02 5A 2B Outside King Telephone Line Construction - Television Groundperson $17.18 5A 2B " Outside King Telephone Line Construction - Television Lineperson/Installer $22.73 5A 2B Outside King Telephone Line Construction - Television System Technician $27.09 5A 2B Outside King Telephone Line Construction - Television Technician $24.35 5A 2B Outside King Telephone Line Construction - Tree Trimmer $30.02 5A 2B Outside King Terrazzo Workers Journey Level $46.88 5A 1M King Tile Setters Journey Level $21.65 1 ,,, King Tile Marble & Terrazzo Finisher $40.71 5A 1B +rit Finishers King Traffic Control Stripers Journey Level $38.90 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $46.47 5D 1T 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards $45.63 5D 1T 8L rr (W.WA-Joint Council 28) King Truck Drivers Dump Truck It Trailer $46.47 5D 1T 8L King Truck Drivers Dump Truck (W.WA-Joint $45.63 5D IT 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $46.47 5D 1T 8L Council 28) rr King Truck Drivers Transit Mixer $23.45 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation PUmo Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 a* Installers fit 46 at so Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. ► 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 09/01/2010 Edition, Published August, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ► Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, + ► and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans X I 2. Metal circular frames (rings) and covers, circular grates, ---I 00 and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and j 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4. Concrete Pipe - Plain Concrete pipe and reinforced — concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. j X —- - - - ----- ------ -------------- - — - --- ---�------ 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 09/01/2010 Edition, Published August, 2010 r to WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. j _ I 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). --------- ------- 10. Major Structural Steel Fabrication - Fabrication of major steel - ! items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. �. 12. Aluminum Bridge Railing Type BP - Metal bridge railing - conforming to the type and material specifications set forth j in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X ---.----------------------- ._._..----------------- -- — X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1 2 and with cones and adjustment Sections. See Std. Plans. i I X •� 16. Precast Catch Basin - Catch Basin type 1 1 L 1 P and 2 With adjustment sections. See Std. Plans. X I - —— ---------- - - --- ----------------— - ----!------ .w Supplemental to Wage Rates 3 09/01/2010 Edition, Published August, 2010 Im WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X ------------------ --------------- ---------------------------------- ----------------------------------­­_­------------ ------------- ------------------------------------- 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X -------------------------------------------------------—------------------------------------------------ ---------------------------------------------------------------- ----------------------------------------------- 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting ------2_2.—Va—ult ---u----se-- - w—i-t-h----V-a-lv—e-Va-u--Its-a- ---------- and Vaults. ---------------------------------------------------------------------------- ----------------------------------------------------------- --------------- ------ ------------------- 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. ----------------------- ------------------ 25. Reinforced Earth Wall Panels- Reinforced Earth Wall Panels—in '--]---------------- size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used ----------------------------- ----------------------- ------- ---------------------- ------- ---------------- Supplemental to Wage Rates 4 09/01/2010 Edition, Published August, 2010 rr WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder- I — ., Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to j be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A < < 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab - Precast Prestressed ---- Hollow-core slab for use in structures. Fabricator plant has annual j ... approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. I j 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of w methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A - -- - — -- 33 Monument Case and Cover — See Std Plan X w. Supplemental to Wage Rates. 5 09/01/2010 Edition, Published August, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator to ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure- Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for.details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-1 11 ----------------------------------------------- 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. -----------------------------------------------------------------—------------------------------------------------------------------------------------------------------------------------------------------------- ----------- --------------------36. Steel Sign Bridges- Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-1 38 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance i i with AASHTO-M-1 11. --------------- ---------- ------------- sit 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings. Ali —-------------------------------- 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated I at to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings ------- ------------ 41. --­-------------pre-approved ---------- Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. ­_.____ -------- ------------- Supplemental to Wage Rates 6 09/01/2010 Edition, Published August, 2010 tw WSDOT's Predetermined List for we Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std - -- - - Signing Mssage--------------------- - - - - Message 43. Cutting & bending reinforcing steel X 1 44. Guardrail components X X - --- --------------------------------- ------------ - — —- Custom Standard End Sec Sec 45. Aggregates/Concrete mixes I Covered by WAC 296-127-018 a.. 46. Asphalt — Covered by WAC 296-127-018 48. Electrical wiring/components I----- 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) ----- j --T- X - 51. Standard Dimension lumber - - ------- - - -------------- i X 52. Irrigation_components -- - - - - - - ' - -----X- ---- - - ------------------ - Supplemental to Wage Rates 7 09/01/2010 Edition, Published August, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials I _X 54. Guide Posts X I 55 Traffic Buttons X --- ------ ------ — ---- --- ---- - -- — -- --- ------ --------X-- a 56. Epoxy 57. Cribbing X ----------------------------- ---------------- - ------------------------- 58. Water distribution materials X 59. Steel "H" piles . X 60. Steel pipe for concrete pile casings X __ _ ----------------� -------------------------------------------------------------------------- 61. Steel pile tips, standard X 62. Steel pile tips, custom X _� �t ,rat Milli Supplemental to Wage Rates 8 09/01/2010 Edition, Published August, 2010 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902- PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. �r METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 +�r (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS,ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS rrr LINCOLN, OKANOGAN, PEND ORIELLE,STEVENS,WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.55 MACHINE OPERATOR 1 $12.66 1 PAINTER $10.20 rr Counties Covered: r BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 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 ,s LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 rr �r �w Supplemental to Wage Rates 9 09/01/2010 Edition, Published August, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 (See Benefit Code Key) fitt Prevailing Overtime Holiday Classification Code Wage Code Code r Counties Covered: CLARK FITTER $27.49 1 E 6H LABORER $19.21 1 E 6H LAYEROUT $28.77 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25.33 113 FITTER $25.33 1B WELDER $25.33 1B Counties Covered: GRANT FITTER/WELDER $10.79 1 W PAINTER $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 at MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 09/01/2010 Edition, Published August, 2010 OK .r METAL FABRICATION (IN SHOP) EFFECTIVE 09101/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Won= Code Code Counties Covered: KLICKITAT, SKAMANIA,WAHKIAKUM FITTER/WELDER $16.99 1 r+r LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 rre Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 .rc Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 rr. PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 �r Supplemental to Wage Rates 11 09/01/2010 Edition, Published August, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 (See Benefit Code Key) Prevailing Overtime Holiday Classification Code Wage Code Code Counties Covered: THURSTON FITTER $27.10 21-1 6T LABORER $16.91 21-1 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 21-1 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: ok YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 rlrt at rr Supplemental to Wage Rates 12 09/01/2010 Edition, Published August, 2010 �+rr r FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code wo Counties ADAMS,ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY,GARFIELD,GRANT, LINCOLN, OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN o ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA r ALL CLASSIFICATIONS 8.61 1 Counties Covered: rri 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 rr ALL CLASSIFICATIONS $11.50 1 Counties Covered: �w KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE rr ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 we Supplemental to Wage Rates 13 09/01/2010 Edition, Published August, 2010 + WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers Electricians - Motor Shop • Heating Equipment Mechanics Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers- Underground Sewer&Water Machinists (Hydroelectric Site Work) • Modular Buildings Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. .z Supplemental to Wage Rates 14 09/01/2010 Edition, Published August, 2010 air • Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. arr (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. r. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. rr (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). ar (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not + necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 09/01/2010 Edition, Published August, 2010 r.. +fir (3) All travel time that relates to the work covered under subsection (2) of this section ■n requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be „ incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 09/01/2010 Edition, Published August, 2010 Department of Labor and Industries *�STATE o� Prevailing Wage o4 (360)902-5335 _ $ STATEMENT OF INTENT TO www.lni.wa..Qov/Ti-adesLicensiniz/PrevWaee PAY PREVAILING WAGES • This form must be typed or printed in ink. '889 boy • Fill in all blanks or the form will be returned for correction(see instructions). Public Works Contract • Please allow a minimum of 10 working days for processing. $40.00 Filing Fee Required • Once approved,your form will be posted online at Intent ID # (Assigned by L&I) W https://fortress.ua.gov/lni/pwiaDub/Searc]iFor.asp Your Com an`Information Awardin A enc Information Company Name Project Name so Contract Number ABC Company,Inc. Road Repair 2011-01 B Address Awarding Agency 1234 Main Street WA State Department of Transport n City E123456789 Zip+4 Awarding Agency Address Olympia 98501-1234 PO Box 47354 Contractor Registration Number r City to ip+4 ABCCI*0123AA Olympia A 01 Industrial Insurance Account Number Awarding Agen Contact Name e Numbe 111,111-11 John Doe 5- 5 Email Address(required for notification of approval) Phone Number County Will Be Performed City e Work Will Be Performed prevailingwage @lni.wa.gov (555)555-5555 Thurston Oly is Additional Details Contract Details Your Expected Job Start Date(mm/dd/yyyy) Prime or's) and Date(Prime Contractor's) 01/01/2011 08/01/201 08/10/2010 Job Site Address/Directions icate Tot ollar Amount o : . r Contract(including State Street @ Plum Street ax) me and materials, pplicable. ARRA Funds $1000.00 Does this project utilize American Recovery and Reinvestment Act ARRA Weatherization or Dner Efficient Funds ( Does th ct utilize any weatherization or energy efficiency upgrade funds El Yes ®No (ARRA or ise ❑Yes ®No Prime Contractor Information Prime Contractor Hirin Contractor Information Cont actor XYZ Company,Inc. Su ers,Inc. Contractor Registration Number UBI Number Conpctor Registration Number UBI Number XYZIN*0123AA 987654321 SUPERPA123AA 321456987 m to ment Information Do you intend to use subcontractors? ❑Yes 3T Will employees perform work on this project? ®Yes ❑No Will ALL work be subcontracted? No Do ou intend to use apprentice pprentice employees. ®Yes ❑No Number of Owner/O ho own at least 3 the company o will perform work on the project: ❑None(0) ®One(1) ❑Two(2)2 [3 Three(3) Crafts/Trades/O pations—(I�o not list apprenlges they are listed on the Affidavit of Wages Paid only.) Number of of Hourly Rate of Hourly If an employee sin more than one craft,ensure }at all hours worked in each craft are reported b f R below. For additional cr des/ocp a' e use Add�m A. Workers Pay Usual("Fringe") Benefits Laborer-As halt 2 39.28 5.00 Power E ui ment O erator-As halt Pla : erator 1 48.04 2.35 Truck Driver-As halt Mix Jo s) 1 46.47 0.00 nature Block I hereby certify that I have read and understand the instructions to this form. That the information,including any addendums,are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Name:Jane Doe Title:Owner Signature: - Date:06/25/10 For L&I'Use Onl APPROVED: Department of Labor and Industries Check Number: ❑ $40 or $ Received: BY Industrial Statistician F700-029-000 Statement of Intent to Pay Prevailing Wages 06-2010 Department of Labor&Industries INSTRUCTIONS Prevailing Wage Program _ h P.O.Box 44540 STATEMENT OF INTENT TO PAY F 9l IB89 aVy� Olympia Washington 98504-4540 PREVAILING WAGES Phone(360)902-5335/Fax(360)902-5300 FOR PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the +iris sample completed form included at the end of these instructions. Your Company Information- Enter the following information: Lu a) Your company name and address. b) Your Contractor Registration Number-You can verify the number at: hgps•//fortress wa.,c,,,ov/lniibbip/Search.aspx. c) Your UBI Number (Unified Business Identifier) -This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: https•//fortress wa Gov/dol/dolprod/bpdLicenseQuery/. d) Your Industrial Insurance Account Number— You can verify this number at: https:Hfortress.wa.gov/lni/ci-psi/MainMenu.aspx?Messageld=2001. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections. If you do not provide this information, L&I will use standard mail to trr send you correction notices. You will be able to access approved forms at: hgps•//fortress wa ,gov/lni/pwiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. ` Awarding Agency Information—Enter the following information regarding the agency that awarded the contract. This information is available from the prime contractor: a) Project Name- This is the name the awarding agency assigned to the project. b) Contract Number- This is the number the awarding agency assigned to the project. „ c) Awarding Agency - This is the name of the agency that awarded the contract. d) Please enter the street address, city, state and Zip+4 for the awarding agency. e) Awarding Agency Contact Name—Enter the name and phone number of the person the prime contractor communicates with at the awarding agency. f) County Where Work Will Be Performed-Enter the name of the county where the actual work will be performed. If the work will be performed in multiple counties, include the names of all counties where work will be performed. g) City Where Work Will Be Performed -Enter here the name of the city where the work will be performed. If the work will be performed outside the limits of any city or in multiple cities, include the name of the nearest city. to :.3 Additional Details a) Your Expected Job Start Date-This is the date that you anticipate you will begin work on the project. b) Job Site Address/Directions—Enter the specific address of the project or brief details regarding the location of the site if no specific address exists. Instructions to F700-029-000 Statement of Intent to Pay Prevailing Wages 06-2010 INSTRUCTIONS STATEMENT OF INTENT TO PAY PREVAILING WAGES FOR PUBLIC WORKS CONTRACTS (Continued) Page 12 Contract Details a) Bid Due Date -Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid? —If the contract you will be working under was not required to be bid, you will enter the date the contract was awarded. b) Award Date- This is the date the awarding agency awarded the contract to the Prime Contractor (mm/dd/yyyy). c) Indicate the Total Dollar Amount of Your Contract—Enter here the dollar amount of your contract, including the applicable sales tax. If this is a "time and materials" contract, please indicate this by entering"T&M." ARRA & Weatherization Funding Questions—Enter the information regarding the source of funds. Obtain this information from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? aw s.f.. Prime Contractor Information—Enter the information about the contractor who has the ,,,• direct contract with the awarding agency: a) Prime Contractor's Name—Enter the Prime Contractor's name. b) Contractor Registration Number- Enter the Contractor Registration Number for the Prime Contractor. You can verify the number at: https:Hfortress.wa.gov/liai/bbip/Searcli.aspx. c) UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at: https:H fortress.wa.E4ov/dol/dol]2rod/bt)dLicenseQuery/. 7, Hiring Contractor Information-Enter information about the hiring contractor. This is the contractor who hired or contracted with your firm to perform work on this project: a) Hiring Contractor Name—Enter the name of the contractor who hired or contracted with your firm to perform work on this project. b) Contractor Registration Number- Enter the Contractor Registration Number for the contractor who hired you. You can verify the number at: hqs://fortress.wa.Qov/lni/bbip/Search asp . c) UBI Number—Enter here the UBI number for the contractor who hired you. You can verify this number at: https:Hfortress.wa.Gov/dol/dolprod/bpdLicenseQuei-y/. s„<< Employment Information—Enter information about the individuals who will perform work on this project, including: a) Do you intend to use subcontractors? - If PART of the work will be performed by Instructions to F700-029-000 Statement of Intent to Pay Prevailing Wages 06-2010 wr INSTRUCTIONS STATEMENT OF INTENT TO PAY PREVAILING WAGES FOR PUBLIC WORKS CONTRACTS (Continued) Page 13 subcontractors you will hire, check the "Yes"box. b) Will employees perform work on this project? -If employees, including apprentices, will perform any work on the project, check the "Yes"box and list each employee's applicable craft/trade/occupation. Do not list the actual apprentice,just the craft/trade/occupation the apprentice will be working in. Also please note the „r information regarding apprentices in"d"below. If you choose"No" and this changes later, you certify that you will submit a new Intent form listing workers. c) Will All work be subcontracted? -If ALL work will be performed by subcontractors, check the "Yes"box. d) Do you intend to use apprentice employees? -If you plan to employ apprentices on this project please be aware: • Any workers not registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey level prevailing rate of wage. • Any apprentice not registered with the WSATC within 60 days of hiring r must be paid at the correct journey level prevailing rate of wage for the time preceding the date of registration. • You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey level prevailing rate of wage. • To verify apprenticeship and/or registered training agent status call (360) 902-5324. e) Number of Owners/Operators who own at least 30% of the company who will perform work on this project—Indicate the number of Owners/Operator(s) who will perform work on this project. If no 30%+ Owners/Operators will perform work on the project, check the box"None". s Crafts/Trades/Occupations- List each craft/trade/occupations of all workers you plan to employ on this project. a) Crafts/Trades/Occupations • If you are using any residential classifications (e.g. Residential Carpenter, Residential Laborer, etc.) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if residential rates are being utilized appropriately: • #1 —Did the awarding agency, in compliance with RCW 39.12.030, determine that the project work contracted for meets the definition of residential construction? #2 Is the structure a single family dwelling, duplex, apartment, condominium or other residential structure? #3 - Including any basement or garage, how many stories or levels does the structure have? #4 -What is the facility used for? --Answer"yes" or"no"to each of the following options: (a) Permanent residence only? (b) Rehabilitation house? (c) Transitional housing? (d) Common dining facility? (e) Treatment services? (f) Counseling? (g) Other? #5 - Does each dwelling unit have its own full self-contained kitchen? #6 - Does each dwelling unit have its own full , Y bathroom? #7 - Is there a community facility or manager's office on site? #8 - Is Instructions to F700-029-000 Statement of Intent to Pay Prevailing Wages 06-2010 INSTRUCTIONS to STATEMENT OF INTENT TO PAY PREVAILING WAGES FOR PUBLIC WORKS CONTRACTS (Continued) Page 14 ev any part of the facility used by members of the public? • • If you are using "Landscape Construction" or any of the sub-classifications within Landscape Construction (e.g. Landscape or Planting Laborer, Irrigation or Lawn Sprinkler Installers or Landscape Equipment Operators or Truck Drivers) you •+ must provide information regarding the following questions, on Addendum C, in order for L&I to determine if Landscape Construction rates are being utilized appropriately: The beautification of a plot of land through addition of or modification to lawns, trees and bushes under the Landscape Construction Scope of work(WAC 296-127-01346) is a limited universe and has exclusions that may affect its application. Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. 1. Please describe the whole project—not just your part. 2. Please describe your part(s) of the project—the tasks you performed, equipment used, and tools used. Please provide as much detail as you can. If the project involves installing an irrigation system, trenching, installing French drains or other subsurface water collection systems, or spreading top soil or mulch, please tell us the relevant depths. This is a routine inquiry. Your cooperation is appreciated! • If Operating Engineers and/or Truck Drivers will be used, describe the type, and + ► list the size or rated capacity of the equipment. • If you indicated above that Owners/Operators will work on this project, and you also indicated above that no employees will perform work on the project or ALL work will be subcontracted, then you do not need to fill in this section. (Individuals who own less than 30% of the company are not considered to be Owners/Operators, and must be listed as employees and paid the correct prevailing rate of wage.) • Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Number of Workers -Enter the number of journey-level workers you plan to employ on this ow project for that craft/trade/occupation. Rate of Hourly Pay-Enter the rate of hourly pay as defined by RCW 39.12.010, that you will actually pay to the worker(s) for that craft/trade/occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the "Rate of Hourly Fringe Benefits," if any, must equal or exceed the applicable prevailing wage rate. 12 Rate of Hourly Usual ("Fringe") Benefits -Enter the rate of hourly usual/fringe benefits for that craft/trade/occupation. This is the cost of usual/fringe benefits, as defined by RCW 39.12.010, that you will actually pay to the worker(s). The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Fringe Benefits," if any, must equal or exceed the applicable prevailing wage rate. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form "Page 1 of 2," "Page 2 of 2,"etc. No additional fee is required for using additional forms. No other attachments will be accepted. Instructions to F700-029-000 Statement of Intent to Pay Prevailing Wages 06-2010 w� t: INSTRUCTIONS STATEMENT OF INTENT TO PAY PREVAILING WAGES FOR PUBLIC WORKS CONTRACTS (Continued) Page 15 „ L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide. Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: https://fortress.wa.2ov/lnilpwiapub/SearchFor.asp (however no notice of approval will be mailed). Prevailing wage rates are available on the Internet at: hqp://www.Ini.wa..vov/TradesLicensing/PrevWage/WageRate s/default.asp WORVN i r r� urs )1 .. C, y'± C haveuk+ L4� `4Wl vVdl [kk� Marl=theprn � ter r� r, t'hrorrn assstnc enleting the farm;please w� h the � hnot call us at(3 ) (t2- 335 omail the Prevail n g Ww ce at MM,r pw1 Cc�Lni wadQov epc�r-IJ a ar&�rdutrr�s Frevatfltng Wrx�e Prr�g�cxir� C1� it�ia ;iNA $5044835 .r w Instructions to F700-029-000 Statement of Intent to Pay Prevailing Wages 06-2010 we CERTIFICATION OF PAYMENT OF PREVAILING WAGES ON Date: Ref: Pay Estimate No. ww Project CAG No. r This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period r from through , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. w,. Company Name .. By: Title: �n w wr .r. wr wr wr war City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 wr w STANDARD PLANS rw w d aw aw am d go im o City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 wr City of Renton Standard Plans For City of Renton Standard Plans not included in this document go to City Hall, Sixth Floor, or go to webpage: http•//rentonwa Gov/business/default.aspx?id=1020 so Title Standard Drawing TRANSPORTATION Cement Concrete Curbs 101 Cement Concrete Sidewalk 102 Utility Placement in Cement Concrete Sidewalk 102.1 Curb and Gutter Replacement Detail 103 Single Sidewalk Ramp Type 2 106.1 Locking Lid Detail 127 ari Thermoplastic/Painted Crosswalk 128 SURFACE WATER Miscellaneous Details for Drainage Structures 204.60 Catch Basin Filter 216.30 WASTEWATER Typical Utility Cover Adjustment for Pavement or Overlay 400.4 WSDOT Standard Plans Title Standard Plan SECTION J ILLUMINATION, SIGNALS, AND ITS Type 3 Induction Loop J-8c Induction Loop Details J-8d Typical Grounding Details J-9a Pedestrian Push Button Post(PPB)and Foundation IS-1 Type PS, Type 1, RM& FB Signal Standard Foundation Details J-21.10-00 SECTION K WORK ZONE TRAFFIC CONTROL Lane Closure,with Flagger Control K-20.40-00 Single Lane Closure with Encroachment K-24.20-00 Single Lane Closure on Multilane Roadway K-24.60-00 Intersection—Lane Shift on Five Lane Two-Way Left Turn Lane K-30.40-01 Intersection—Right Lane Closure Far Side K-32.20-00 Intersection—Left Lane Closure Far Side K-32.40-00 Intersection—Multiple Lane Closure K-32.60-00 Intersection—Pedestrian Detour K-34.20-00 Intersection— Shoulder Work K-36.20-00 Class A Construction Signing Installation K-80.10-00 City of Renton—SW Sunset Boulevard and Hardie Ave SW Pedestrian Improvements Project February 2011 wflr FACE OF CURB 6" CEMENT CONCRETE 1/2"R. SIDEWALK RAMP 6 1/2" 1"R. OR LANDING r VARIES 5 1/2" 1" FROM D 1/2"R. 77 6"TO 0 / 1:24 MAX. 6" D D p D sp D ow p _ TOP OF 1/2"R. ROADWAY 1/4"PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS IL 1'-6" to FACE OF ADJACENT CURB CEMENT CONCRETE TRAFFIC CURB AND GUTTER 61/2 SEE DEPRESSED CURB DETAIL THIS SHEET DIY FACE OF ADJACENT CURB 1:24 MAX. 6 1/2" TOP OF FLUSH WITH GUTTER V. 1/2"R. ROADWAY PAN AT SIDEWALK 2„ RAMP ENTRANCE p ' � D p 1:12 MAX. 1:24 MAX. ' D D D D TOP OF 1/2"R. ROADWAY 1'-6" D D D ' DEPRESSED CURB SECTION ° AT RESIDENTIAL DRIVEWAYS ONLY. �Irlr 1'-6" FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 DEPRESSED CURB SECTION FACE OF CURB AW AT SIDEWALK RAMPS 6 1/2" 5 1/2" 1" ow 1/2"R. 1"R D TOP OF D ROADWAY go D FACE OF ADJACENT CURB ow D ' ' D GUTTER SURFACE D 1 R. ' ' D D D 1"R. •; ° • D CEMENT CONCRETE ' % TRAFFIC CURB D p D D DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS Ali GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 104.2 ew ;~�Y � STD. PLAN — 101 + PUBLIC WORKS CEMENT CONCRETE CURBS DEPARTMENT JUNE 2009 6" IN. 6" SIDEWALK 112" VARIES:5'-6"MIN. 112"R. LEVEL 1"R. 112"R.(TYP,) CURB NOT INCLUDED 44.c S•(��Pp�J < 2%MAX._ IN BID TEM D 1/4"PREMOLDED SEE RAISED JOINT FILLER EDGE DETAIL NOTE: EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE VARIES z_ 1/8' T01/4" SIDEWALK MAY BE ADJACENT SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) D "�d. SIDEWALK BUFFER STRIP —�D �i2" TO .v VARIES:5'-0"MIN. 5'-0" R.(T. CURB NOT 2% INCLUDED 'v 2%MAX._ 2%MAX._ IN BID ITEM ©CONTRACTION JOINT CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP WALL OR BARRIER SIDEWALK VARIES SIDEWALK MAY BE ADJACENT 1/2 R' SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) o ' SIDEWALK i VARIES:5'-6"MIN. JO4'PREMOLDED 112"R(TYP) CURB NOT JOINT FILLER INCLUDED 2% 1 2%MAX._ IN BID ITEM 114"PREMOLDeD SIDEWALK ADJACENT TO WALL JOINT FILLER DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB 51'On G BROOMED FINISH 4"WIDE,SMOOTH 0 TROWELED PERIMETER 0 G ► CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) ��\\ NOT INCLUDED IN BID ITEM ���333/666...... G •D � D CONTRACTION JOINT IN SIDEWALK ONLY FULL-DEPTH PREMOLDED JOINT FILLER EXPANSION J01NT IN BOTH CURB AND O EXPANSION JOINT SIDEWALK(SEE STD PLAN 101.1) F� JOINT AND FINISH DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. �Y S'I'D. PLAN — 102 �OPUBLIC WORKS CEMENT CONCRETE $ DEPARTMENT SIDEWALK MAY 2009 FNT� wlr 6" MIN. g" SIDEWALK 112" VARIES:5'-6"MIN. 112"R.(TYP.) CURB NOT NCLU �" 1J `e 2%MAX. IN BID DED EM 1m .D SEE RAISED 1/4"PREMOLDED EDGE DETAIL JOINT FILLER NOTE: EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK rtrrr RAISED EDGE DETAIL WITH RAISED EDGE VARIES z �I^1/6"TO 1/4" SIDEWALK MAY BE ADJACENT SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK BUFFER STRIP '-0MIN.VARIES:S'-0"(TP.) CURB NOT R. 2% NCLUDED MAX. % A p D IN BID ITEM ©CONTRACTION JOINT +rs CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP WALL OR BARRIER SIDEWALK VARIES SIDEWALK MAY BE ADJACENT 1/2"R. SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) _ SIDEWALK � VARIES:5'-6"MIN. •D 1/2"R.(TYPJ CURB NOT _1/4"PREMOLDED 1`—% � �INCLUDED JOINT FILLER _ IN BID ITEM 00 v4"PREMOLDED ) SIDEWALK ADJACENT TO WALL JOINT FILLER DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB y/O" G BROOMED FINISH i 1 0„ �" T4"WIDE,SMOOTH ROWELED PERIMETER 1y I: °" c 0" y G DEMENT CONCRETE CURB �-- (CURB AND GUTTER SHOWN) ..I':"NOT INCLUDED IN BID ITEM g/g" as Q ` CQNTRACTION JOINT D D 4W IN SIDEWALK ONLY FULL-DEPTHS \ PREMOLDED a EXRAN$ION JOINT IN BOTH CURB AND JOINT FILLER SIpEWALKtSEE STD PLAN 101.1) (g)EXPANSION JOINT aw 'JOINT AND FINISH DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. Cy + A * .���'� PUBLIC WORKS CEMENT CONCRETE STD. PLAN — 102 DEPARTMENT SIDEWALK MAY 2009 r. w sir w r Sri► irr err �r " NOTES: 1. "Providing safe places for people to walk is an essential responsibility of all government entities involved in constructing or regulating the construction of public rights-of-way."according to the American Association of State Highway and Transportation Officials'(AASHTO) A Po/icy on Geometric Design of Highways and Streets. 2. Utilities shall be relocated outside the traveled way of the walkway. 3. Utilities that must remain are to be made non-slip through use of the[ list proprietary system here ]. Existing meter aw reading devices shall not be harmed by the application of[ this system]. 4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip. 5. Drainage appurtenances,such as manholes, catch basins, etc.will not be permitted in the sidewalk surface. These shall ar be relocated to the street,or to the buffer strip. 6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A pedestrian traffic control plan shall be submitted to the City for review. on ar to *W *0 �n rtr +rr irr ,,. * PUBLIC WORKS UTILITY PLACEMENT IN STD. PLAN — 102.1 �.L PUBLIC CEMENT CONCRETE SIDEWALK MAY 2009 ar EXISTING ASPHALT 2.0' MIN. NEW CURB PAVEMENT & GUTTER (SEE NOTE 2) Olt SAWCUT (SEE NOTE 2) 11� a ° °d 0 0 0 0 0 0 0 0 0 0 0 0 ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN 101 FOR CEMENT CONCRETE CURBS. ► STD �Y & + PUBLIC WORKS CURB AND GUTTER • PLAN - 103 �O$ DEPARTMENT REPLACEMENT DETAIL MAY 2009 IWi to 3AT"EXPANSION JOINT(TYP.) (SEE NOTE 0) C A�OPPOSITE FAR RAMP TANGENT, b � T-p TV. _ II arm RADIUS POINT OF CURB RETURN I I CROSSWALK J B - - _ DETECTABLE WARNING b LPT _I (SEA E DETAIL) ow x w x I OPTIONAL CEMENT CONCRETE PEDESTRIAN CURB (SEE STD.PLAN 101 SIDEWALK RAMP WING C" I I to I A. I �w� SIDEWALK RAMP I �`���► WING(TYP) RAMP CENTERLINE 4• r-0' all b ISOMETRIC VIEW ti Ilg PC VAF&ES:T40"bET-C 7-e" T-0" RAMP RAMP 3la'EXPANSpN JOINT(TYP.), 6 e' I (SEE NOTE B) DETECTABLE WARNING I_ _R PATTERN(TYP, lira"EXPANSION aovNr(M.)) CROSSWALK (SEE DETAa) (SEE STD.PLAN 109) LAM31NG PLAN VIEW SECTION_ O SIDEWALK RAMP TYPE 2 LAYOUT " SIDEWALK DETECTABLE WARNING DETAIL) rn_8-�. PATTERN(SEE DETAIL) SIDEWALK FD� T'p 6' � FLUSH TOP W ROADWAY b� / TOP OF 2%MAX G .• ROADWAY OPTIONAL CLIENT D!3'RESBED CONCRETE PEDESTRIAN CEMENT CONG CURB&GUTTER CEMENT CONC. CURB(SEE STD.PLAN f 01) SIDEWALK (SEE NOTE 5) SIDEWALK CEMENT OONCREIE Lai CURB a GUTTER SECTION O (SEE NOTE O, SECTION O NOTES +Itrl 1. The bottom of the ramp shall have a landing area(not in excess or 2%in any d'irsction),N■4'. 7- The paired type 2 ramp layout requires two(2)of this bid item:"cement conk.sidewalk ramp type 2". The bid item does not include the adjacent curb(or curb&gutter the sidewalk between ramps,or the Cement conk.pedestrian curb. 3. The maximum allowable ramp slope is 12H:1 V. Flatter remp ekxpes are penniesibie. Raid verify the forms before pouring Conpele. 11LL 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas. S. Curb&gutter Is shown,see the contract plans for the curb design specified. Sao standard plan 101 for curb details. S. See standard plan 102 for sidewalk joint placement and details. 7. The engineer will design all ramps to Include elevations at all points marked with symbol W. All elevations are at the ramp finished surface. 8. Ramps not oonstr sited as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT Is 18'-0"or less(when measured along the back of sidewalk)the height of the curb and aldswaik In tins area shall be reduced proportionally. lsrr The 4'-V minimum dimension shag never be reduced(See note 3). � Y at�N � ��8 PUBLIC WORKS PAIRED SIDEWALK RAMP STD. pr AND =a1 DEPARTMENT TYPE MAY 2009 40 wi wr 40 wr w rr rr 10 +r to RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN f go aw RAMP CENTERLINE \ C 2'.6" 6 3/8"EXPANSION JOINT(TYP.) ^ (SEE NOTE 6) DETECTABLE WARNING B PATTERN(TYP.) a (SEE DETAIL) �A till OPTIONAL CEMENT CONCRETE IAN CURB(SEE STD.PLAN R10) 1E I 4'0, I Y U) do 0 go I — I �A _I RAMP CROSSWALK -ZT-+ O Ylrll A TT, T �B MIN. MAX. A A 1 5/8" d3/8" FACE OF CURB - O - O O B 5/8"PLAN C 7/16"PLAN VIEW D 7/8" irrr SINGLE SIDEWALK RAMP TYPE 2 LAYOUT AND RELATIONSHIP TO CROSSWALK THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR VARIES: 2'-6"toF DETECTABLE WARNING PATTERN DETAIL VARIES: T-0"to E VARIES: 7'-0"to E RAMP RAMP v � RADIUS AT FACE E F 6" 6.. I OF CURB 7318"EXPANSION JOINT(TYP.) 20 FEET 10'-4 3/4" 3'-8 1/2" Y1 (SEE STD.PLAN 102) LANDING 30 FEET 8'-111/2" 3'-21/4" SECTION O 40FEET 8'-41/2" 2'-113/4" 50 FEET 8'-0 3/4" 2'-10 1/4" do 60 FEET 7'-10 1/4" 2'-9 314" 70 FEET 7'-8 3/4" 2'-9" 80 FEET 7'-7 1/2" 2'-8 3/4" a11i 90 FEET 7'-61/2" 2'-81/4" 100 FEET T-6" 2'-8" ` ,. DIMENSIONS AT NYII FACE OF CURB INTERMEDIATE RADII SHALL BE INTERPOLATED For NOTES see sheet 106 ISOMETRIC VIEW Y `~ + PUBLIC WORKS SINGLE SIDEWALK RAMP SM. PLAN - 106.1 DEPARTMENT TYPE 2 Ir MAY 2009 wr 3/8"X2" LONG 1/2" DIA. HOLES PIN HEX SECURITY AND COUNTERSINK SCREW S.S. (TYP.) [>zHANDHOLE 14"X19" AND 17"X28" GALVANIZED LID DRILL � THREAD FOR GALVANIZED STEEL BAR 3/8" DIA. BOLTS 1" WIDE, 1/2" THICK r r wr �Y n_® + PUBLIC WORKS LOCFaNG LID DETAIL ' P — 127 DEPARTMENT T� APRIL 2008 w ..r ..s CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LAN E LAN E r 10' irR 8"(TYP )-STRIPE 6"MIN.(Ty P.) 24 8"(TYP.)-OPEN rr CONCRETE LANE (NP') LANE 8"(TYP.)-STRIPE GUTTER LINE LINE 1 TIRE TIRE TIRE TIRE TRACKS TRACKS TRACKS TRACKS rr TYPICAL 4-LANE ROADWAY CONFIGURATION to * NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. go im wo rir O!®� PUBLIC WORKS THERMOPLASMWAINTED STD• PLAT - 128 DEPARTMENT CROSWALK �N't� APRIL 2008 #6 BARS @ T'SPACING 12"(TYP.) 20"x 24", 24-DIAM.,48-DIAM. OR 54"DIAM.HOLE 2"(TYP.) 6" 12 -1_1 I . . . . . . Li 1"MIN. 1/2"MAX. 84"or 96"FLAT SLAB TOP 12" PREFABRICATED LADDER #5 BARS @ 6"SPACING 12"MIN. 20"x 24", 24"DIAM.,48"DIAM. OR 54"DIAM.HOLE 2-(TYP. TYPICAL ORIENTATION FOR ACCESS AND STEPS 6t U 41"MIN. STEP 2 1/2"MAX. 72"FLAT SLAB TOP 24"MIN. -77 #4 BARS @ 6-SPACING > 20"x 24"OR 24"DIAM.HOLE 2"(TYP.) ;d U 1"MIN. 21/2"MAX. ECCENTRIC CONE SECTION W 48",54", or 60"FLAT SLAB TOP A 34" 6"OR 12" �NE#3 BAR HOOP ONE#3 BAR HOOP FOR 6" 4" TWO#3 BAR HOOPS FOR 12"o CIRCULAR ADJUSTMENT SECTION RECTANGULAR ADJUSTMENT SECTION 1.0 As an acceptable alternative to rebar,wire mesh having a minimum area of 0.12 square inches per foot may be used for adjustment sections. y STD. PLAN - 204.80 + PUBLIC WORKS MISCELLANEOUS DETAILS FOR rlriii DEPARTMENT DRAINAGE STRUCTURES MARCH 2008 mr tt5r 5'MAX. DRAINAGE GRATE TRIM m GRATE FRAME 3 D SEDIMENT AND DEBRIS Aw Q v OVERFLOW BYPASS v so ° p BELOW INLET GRATE DEVICE FILTERED' ° WATER tt o 1tr > SECTION VIEW DRAINAGE GRATE -RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.) rlltl to #W BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.) itr ISOMETRIC VIEW NOTES trr 1. Size the Below Inlet Grate Device(BIGD)for the storm water structure it will service. trr 2. The BIGD shall have a built-in high-flow relief system(overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. titil 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). t ~�Y trtr ; * PUBLIC WORKS CATCH BASIN FILTER STD. PLAN - 216.30 � NZO� DEPARTMENT MARCH 2008 W. SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING PATCHED AREA rrt A A COVER rr r1 PLAN NTS l'-0" OUTSIDE DIA. 1'-0" 2" ASPHALT CLASS "B" OR AS APPROVED BY THE ENGINEER. -1 4" CONCRETE 4z: SECTION A-A NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS OR CONCRETE BLOCKS PER STD. PLAN 400.1. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF ASPHALT CLASS "B" OR AS APPROVED BY THE ENGINEER. �Y TYPICAL UTILITY COVER STD. PLAN - 400.4 PUBLIC WORKS DEPARTMENT ADJUSTMENT FOR ��NZO� PAVEMENT OR OVERLAY MARCH 2008 ,OII®.YJOi.MI,.mY.mlWO, �N�IIM1/04WIOIMNMIMl1YfY �� N�tl'11Y�lO/LL LM.IIYp01d1111f111'L� O � a IIYYGWtl�l�6T1TIYIOIIIMIIYLL L01 aw 1 $ NW~ Mae IL to 4 J I i I t 1 I 1 W ! I ! p I i I i I i I I-NUINOO 338 N= VJ yr z i i ; w{{aa 0 NOLLV18 It ! X53 m I 001 ___`_: = 1 I curia �pp�Q W do / LL IJt a I 2 Ii W i 1 1 Z W 2 ' I I I I i 3NV1 310IH3A 1 3NV7 3-Mmm do Z I I ! g! I I I I I 1 i I I I I I I i = z I 1 I I I J a I H1AVN I I I 3NY7 L j p . p 11 -Z!.0.8 I b Ow I I I z I O I I I Y F p 1 I b Yam 1 m am 1 N b 1Y.f! ,9 � I � 8 O I I Ylltt b 0 0 Zz� wai b a ' 1 to 0 S� I J as uJ I o I I m i C9 Z Z NQ ! 1 I i b n I bo W IMI 0. I J I I I I I F I I b 1 lot I! rr g_ LU uj IL F U(j �5 I H 1� Honer 3noNon 'AB wvwa IL Ireu�le.wMrn.0 .rraa�x.xrw � � a m ua.uooel.®r.mm.lrur.xrlrru our � Z ° as = 7 F o 4 � a � mm CLS WM a � m y 0 00 Ms m a a LL ea a * r >r�t om ; ---------u. W o ' 00 nWC Zg -I Z ; w >� �I y az I I i uJ. M;p W V d I I � d I ZO O I ___� O9 W ______ 0 J w r It g --------------------LLc7 Mm i Z d z , O= K O P LL 0 W Z I 0 V IL „ J r- J W IL W lit II II I --------------I `-------- --------J W r I I I () I I LL I N{y 1 i O g 89 ca _ 8 °¢¢'_ rrr I I N I t Z OOOJ I I K I I m I I i I 1 Z , N IL O I 0 M 0 W UJ t' II I J Z I LL I J I ^ I Q. a> 0 w W 1 1 a w M W IL r I------- ------'OO zw 809 w 3NIl dOlS Nong 3f101Now :.ks mmvwO fA'I�OII�IY wiYAMI+6tY AYLICYOI YWIIOY/11wi14Ylf1YCIMIIX/LLlYIY MJY'�1CIII:MIIYIb�101HNOM�Gi1L IL Jdi\.00lI�IYB T1ilyyYlCYY�yy� O y E d E• m 604 ilw w i 9 n x Lo z FF Z N I ' I ------ ------ SNVI 3'101H I 3NV13101H3A ' LL ' i 1 I I I $ 5 x 3wt, ' �' !b to w ! t I I 1 1 ma I i I b oft i I i i M O 1 I 1 I ! I I Z I I I a b r I 1 I �� a O q S _ o i I I W CL N � dM I I j b % m ' I I W I 1 I I I I U ! I ! I 1 LL ! I I b Aw rG0.I I I I i WG _ I I I b N I I w I 1 O V I I U(2 f 15�5ci p-1 ZW Ss W M N 3Nn d018 lid m0110 3f101Nom ,AB Nm"a bbd]YAMAfDY nal/IIW bYS/M'�YWtbIM/1MNIlY/Y v Y°l®I/1aI1gf1/Y1Ol®1OIYIYMYMiIEI/iLL�BE Alt Eg° � d .r m � ja� F. No ter` e°G5 Zp R@ V' >� x �0 0 x {S 0 E p4ri !021 m� H ag6 R V a �` 18{CL R 0 �09N Uap 4 !l- i17 f/l O J '° _ Wt yW�pQ {�1j y 1u Z r fV G �WYg UOO y� O U 313aONOO 1N3W3O ao 0 O 'NIW sn a C?P v apoa pPv. xvw.s'NlriMgZ 0�o�aSa�oO� 4MC J.nOMVS d0 HM30 go O �Um� 02 c De °p= z�CF1 alb ° °pdaau 0 o�a°rTi zog T oa o�c I.- I Dip c LOU w q�44 q, U) a ! z Hit— O w ' �0 << KK 1FF--cgs a od HI aQ Z u s IL ° iZ °w ° 3J3HONOO 1NWaD ° u r ! ao 1rLwsv do Hid30 'NIW SIL 7(VW.6'NIW.Sl9 Z inlay. lnownvsd0 Nld3(3 ZO OW op�oDoS°�ap�O o ZU) Ls w °� Dpao O p�Qo��oO°p �3.J�� D° aQ O�°S X00 D� UW •• °W o`O0 Z o Q�Qq°o oa,�oe v' ZY aono 0 n 9� o°ooQ°o° o d0 v 00m, \�\ qo, I U) -+o M5 ts UK t my O:K®rci ZwKC7 S o �ga SU °a o� A g3S2 vW� ��p J � Z lit >OO CC 00�� pr 0 uuuuuu����� UO ~ LD4dd z 3138ONO3 1N3W30 aO 174HdSV d0 H.d30 p w f-I ai yr tW � quo 'NIW 7JL c 'XVW.E'NIW.89Z 6 °C O Y J.nOMVS d0 Hld30 p s�+cW I oZ W € m 50vpp °Sfj O�o°Q°C o3I w ° �~ GW QQCy<yw Y ��Q�'O 8.1 j K a.6� a W o�pOOC] w p y N Z$ Z J °Ddpa° V1 fW zn' •��• O� 0`O� Z y 7 7 T 0 z ` � o i W y 0, LU wp ZEE 2 Oue � n gV, HOno 3nowon 'AS NMVa0 amie�r,nn�ruowa.r.uoor ran rr awi..arunwum .uariv P.1 gal nft zed d ,� d pa 7 Eaa p to gas 6A 14 1 MH cm 2 9 g Jb li � F;t"o U�W�ato N U Ul U J r N vi a m h a7 Ol C O� OW w W= Z m Z flit+ p U J I p J p K 0 0 b S Oz K O uJ wm W a Z90 10 aLa � r-OZOW Q�Q F �z�FC°i� � mp. 'pN° N UZJ`°r 0 N W W {C. Q<Q F N 9 Ma J NaWO a J W gs f pz (f+ z g rs F� °U J 0=�� o m n W a W= b Nf.1fq F K Z g � a z J x IL LU z h I< R, ni fq o3 .� J Flu = K x Fey 5 F 1.. lv O •P •I° is ga�(9 3 0 W[ SW(J y SSW FW I I sW h O S Y 7 a LL U z. m° ° _ °�� o l z o Z W < o I V C,.J ° ° urr Mono anowom ,AB wAvaa 9p'p�INOY1�I1f1/DAIMAi]OY 1OIlYlYd � YMIIOYWYYm YlyplplNlMlrt UYH � Q _ pJ91p 110LLYJItY �pWYONIMIIlGiLL [ YT)�YIIJ/LL YY' Y'JNW[.MIM'I11� I/ggppyMpMYYM1I1YlOIpM'LiLL iION � � SSy O H Z v N C C C v L - 7 N O Q D UI +D O O 0•- �d + > O � o o D D z O m -,L~� Q) a Q� J m O W e IL O D of 0) U + O L 0)+ o N C U o o+L v- aci c m O+L o D Del c o ri o 0 ° O/ U L N O E O v > C+ M v c 0 d 6 '�• L O•- N — [ D 3 D E 76dA,(s, _ SS x ~ Q Q W O Ol— L L �. Z W C L v 0) O L 0 C In N N•- 0) OD 7 LL 0) 70) v} �pQ NDC+ E QOmav 0 Uf Q Z d N7+ 7C LULO} O1O > ✓� Q v1 O 4- 7 0 U + O L N D L O C v D L O O) O C O m U ~(n (� o� tJ1 v N Ol._ a+ o co + avooa LNO w o m } D•- 7 U U} (D O C E U s > + - o 0) C Ut >D— X L U E O T L 7 0) C L C O W 0) 7 D•- W — Ol+ O— - 0) 7 L a D N C m D v 4- N L D > 0 0, . C N•- OJ} 0._ C U L L L 7 O O•- E L D to O O N E O'v 0) U U to - L in N O+ 0 7 C L m + O1 D C O) C v D v 0)(1) Q a Q - c NOL L•- av 00 CD N N 7+ C N E T U O •- O ¢ N `+ L C 7 D O O) L C O 7 O V U•- NOD C L O1 0)L OL (U N m d 7 t C 7 N 7 0 N L M D -DV o ovm w rn o N C D e U L M 0 O1 -0 L } L — U N O L N L+ > O C O U 0 fi ¢ O D+ U C v Ta L+ v+-•- • Z L OJ U O•- U+ N v U E U L e O C— 7 N 0 -•- 7 L m 7 a 7} -. Z a O—D t >—O 7 D •-'o U O C L C L-- U W C 7 c v 4- C L O O O N+— v L O Q O— - - ----- -------- N ri Ln ..•- Uf U 4- U 0 7 Q N} U W U W O _-_ L C N W N C L'D O O 0) O D E D O Z _ O 7+— c (TO O C __ Q) - O 0) L— E + L 0) a o C•- O o J Z N O C z E C ••- O U CL- L L a L D 7 0 (T z v O++ O) op G + U L w D C L v d L D D v - C L 7 7 L 3 U0, OJ L•- L CC O+3 O lit O O (�) L15 m z a O J v a L N 0 c O o v v E O 2 N O L N 7 > IT Ali Ld O w J .. L v d L w z �PDOJI IDd: 0 N — 7 a O ^J JO z LD } D U) a } o, o a ADMPDOa ; U z } D C O c v c [ U L D .v O O i w Z D '� m+ i+- L 3 U z O O o N v o O O~ Q O O o a u �+--s D°O r o r v v O > DC O DC + a Z +L- m W O 7 C O • �- w O a U O L E 7 D m p O in a z U a U T-- U O O D •3 >'a C d L 7 — 2 O L + L •- O m 0 _ _ D C O D— C U O .- U _ o N n -{•-� O 0,m N V) + U D U O LNj O O O DC [O m O E V a L v — } C — 7 DC D O w O _ a O- p,U D + L } a, w 3 O D v 0) C UL O O O m } U O a L O U1 a Ln L a O N ~N D N 1 7 — a 7 } — L X J t V) U '.Q O"C7 Q U U C X L, Z Ut T 0- v O 7 0 W E m 7 U LJ D •- - 7 O C U! N . L 7 0) C m - - D — I I I I D O m D w .- O z 0 01- o,z W } D a v - m o i.- (D U D o. a H _ C C C c U U7 N O c C N •- C C -g- - D L O U D E U C U U L L o C o L L 7 C v a— C a a O P O C D O O1 (D L O L v N 7 — 0 0 0 L D — D O O O L r u) U) U m U N N W W U U Z O O L7 W U U H U W N NN $ � Fa § z§ iz 2 )j §RE 9 . _ . §z _ �sI o o\lot 22 % 0 7 7 I _ � K§ � �k �§ � ! _ PR !§ § . � a. §° \§ . - ■ §_( — -—- -— - —-— - —- —- -— § k _ I .. § Q IL 0� «t §¢ §a : OR t � kk §| ■ � ! .a $ of _ � / §� 25 O7 \ &§ N ` § w/ \ � �9 - kd , : Ul § —- ��ot -—-—-—-—-— - — - � � � � § }\\� w WWI- - _ � �NkNW F S W z zo -- —-— m"�®�-------------------- r p a �z ZY a'j a LqLq]] b m W z = W r z 0 'g rB z� z..� a n.S6 Oy s d ` o c zvfpi �� K Smul ,-; m� N CR F- OS ' 5 W W me n N - _ m �•r� z '_ 8U as �n Wm ao gwy w m �3 n 0 ro J m LL SS Ya �0n W o0 2 sL•L �`� Iy�� � � �� f OLI= yyN J J OLL 6 `�� a0�y• u. LL m S c° X 27 c a ----`-----�------ �p Z O LLZ`� _ y�Wj cx.1 cx.1 _ Se pqO UU r ZO 'W� Z m2 mK N y 4 AYZ w z MIZ 6 m a z u9 r m z IS „pper 3�� s Z o `F` o ogH z =a fit yob 3y0� I N N 2 770 ����77 CP Zm aC f riR n o u s� q�5+6 _ Eo L'ois n - zm or �..:� xQQ px �mJQQQ Z,* o E .. c o 02. 9 n < j a Wr z Q Ali C� (JNIONVI NLLW.Y/L L�-.L ° °. .. o ° o m r,N NIONYl lttoHlYJJ.Y/L L'.L! w�° J _ >' - _:.• ° Z o_ LL _ .____... ___ ----- V z W Z ow c c Od3tltiL p .l maxi °dam N' ou, o r LL LL mLL n b n�n pOm na gZ CW Zyp ilo z? Lu p m i N w a-,t _ m id °r a a W� o n .a N e L7 y.O AL m _ 0 m Q Q G a s E a. r FP:Ia J a a JQ Spdy� d z—-Z�Z ��¢ �s'�y� d Q ; y t .S a - � °� �` �y G I� �� 2 gO ° LL iQ z t o �rf. g�. Q S 2 ♦' d o m 96 R CA $ ---- ,J W to g $ � ICI{ do E Q -—-— ----------- --------- ----------------- e 41 $ wa gi �iF E �$ w Lug p J $W E C r$ gz S o @?s k'a m� me11 Z G a �J3 go UO W zSI O z _— - — - F m 3 7 O O sm C1 sz ciz C z y=j W W W m 's, V a ga m4 i �e m2 �8 a _ b C c 0 g S 0 a tlo soi.L 0 0 Z N vi v Ld m OW S ~ LL a a a !+ a'� z m I'i --V NVl890 JJiDBH O—� -� m � ga ('dA1.) W y� Vc a °dm U) -�-— I __ _ _-_-:_. ::_ _' N I nl ;s N G C3 ° I Ivy g of z Q� I an C O o a �{ w '............................................... _ QQ p L Z wN OU z0 O Z d/ N O �_. .•� i fl b0 � O(wq W FR' , F" yF- m WIN 'c'� � S Vmm .) 5 W d 2 A'.Z 0 N wN Siz mz 5 R W ( S a=,° Y7 a �a LLn 0 i 9) P uj u I II Im m r F w LL a a JO ° as _ qty WN .0 w ° ° N PI S w 0 C 14 a ('dAl) ('dA.0 6 m w xz .Zlt£-.l 'kn3.Z W = :0,WW p 'WMO = ai �W z ... - - - .Q•� 1 O ';#� "II W =/ III = I Z --', W m = Y6 I t7 �m U pqq > >Z Lug F LL O ? 0 Opp .TJIZ H$ �a eW J� vi~ a tl pR o 2, ($ 'NIW 0LL Vm� °S yJ"W �rc S O. WW N 7 S O-z U9 G ON 5 �V UO W 6 m0 O (.1 a �z a m m �WyO _a 5 W Ow z N as O RLL 6. W w W I I 2 p33° W� �C C OHOdAO vsn 'As WvHO m -,L-,L _�_I O m Q rc r a nserxoo�.rao�..w.�cor raunar r p .iw.c.ruan.a w�sr.x.uarrr p. yy x xo,w+.,w,ev rMOyrran,s..w.0 Sa � mF- user*.� ryr,caurar.wu. � �� r LL u�{ o LU Q f$� w pC Xz F o 0 w 03 Sz S ' 6IZ7 Iller2z 5 �dro�] �pr� N y 5 z 11�o2 m �~ ; s `hOii o g c+ °d O bm a o° zIl �oEi "off I ° 1Y9q �m @•°^� Z �Ja °I t0 � 1 ° � W y Po�BS ea d q Z p y u g �O = CIL ED-- --- -- ----- z g s ------ -----, o v pt — ° go IR z ME fr nw rcm u� S 7JIW S I Cz O z p v m w S 5w, x z z d w Lu sWi z �o z 5 'AVM "' I S a o , } S OW OZ 'N V O I i S s m , d .&fit 0 2 i p d z O O ao F 7'°C z a r S �o o c UO s r z LL V = m w �•8 ldkO 5 N a I e.. S/l C-.L 'YIO.Z H hl. I (dAU.Y a !LL 0_ ��12yyy Lu 7fVW W I O b I: `�.o,i .I ul LLJ t� F O LU w V �'dAG).OLt 1 gt W y c f a LU d � ? j 9� m a c . a z° m'=�w 00 rn o 0 w �w pg� 0 O a0z O .B/fiL 'NIW VLL �"'a mrc x� $o o�� LL A z 6W- 1d1d,11 �N 5g ;x O Y- W C = IL ~ �� W LLI w i a Spa 6 �a a r o a ZZ W G V ( W Qw ~ w K gv y J wS 1 m H ° f CL <Wyy� W .Ow Sd = 1 N C CGS ie. < r sd ; �_ S m6g jo $ Ob d O N LLO .4 .B".L ('dAG) �'dA1) J mi LLI 4k m .fi-.Z I j W �dll).OZt gay Y �7J ZI xz C 7 O w XVYY ZI f _ _ _ ____ __ N _ a _ F • . .. N z u� I g c o r '. W I j v . W ....... sue-•: � z . . .. 'i .. � z x I pw g Q '(Jx O �1 O .. Iv``'pZp VJ y a .8/Lfi ' 9 �Ii2�.di�0 p Wp O .Blfit =ate vgt om Sw- l 5 _ �<z w AID �OLL rNo SS w ` 1 U Igo, c ~ WW S. a LL d o � g0 0a LL y w DO i3 w00 LL N S� rca y7j vwi 1 b O �10 OdoAAO VSII ;AS NMYdO $ f) �� �aiearon�s�.iror.euruol oft o p^ Z W wwm�iwla J O QA�, c W •9 °m 'a H W ERR fag W Z N q$ c LU do qifo_5 Za Uj IE HI �m C� s Q' F� j p° _ ��F z Le� � � � =T LP sq W r ° o m t _ o T� � C < Y b �m o0 U pO 'O 10� � b W < e o -Lit a m m z co a m S2 Go we ro- < a z u] to ci �i� � � � �w � � �� L Z •- tV C7 V' ID m C 1' K C C m W Till :1 W CL o° � 3 W o X i M 3 LL< W m �..ZLL L7� y G G? ui C LL tljjjj W d 7 F i C 00 .1 1 r rA 0 • � • °= 5 z Z o +,r goo __ go, i a O da og ° o�°° + ■ ® ^� e3 + r q 9 bg + s 3 s w ow NaLSNnWS VN373 AS WAVHa m war.wurysv�am�aYw.r�saau Q wj Z� ,u�m.w.....0 rvriearuuwsww �E. p n „a.�..�..a�.o..w,.. a B W Z a CO) 1$R J/8g A F a n Ep �W t % � w a � L"ma3 a {a ZO F �, ny t =O IL m m y m o f Q W w� �t a� 5 z 0 G1 5 A EsaC �_ cT� �C Q� OB � w J� €' j� � g m m f Op �Hy e4 z~ to J2 m g .A z s d $ m l m Gr a mg 00 H F fl® LL Z 02 F E 22 A9 < � E 6 i E S � ego im Z ni ri Q ui ui P.: m LMU M ta lly M M M W LL ® yl O O ` sWOd O ■1 ZZZ r 8_ S SS c .f v LL /. V a a Z Z � C p 3 Z w V Z X 0 z � g � IL Z m �o o w m n gig m a � $ $o _9 a a Y cZ S ° D C my s mw Z> . a ° o LU > > > >W rc o N O oo W � m O x Q� gg �Q i c4 6 3 O w$ iS iS S ti a S $ o a ° O cc w° < a p� yy ig� W W 6 g n P id V y 0 < it W w O ® W ~ pp 1N. o�p D L17t O 1l N W ® a a T. J ° G W w 3 Oc = tFNy S� n t9i ° Z z� C' oa ul < o S 4 m m=F Og ) ; ® co 6z v g m 0 < $ g �65 ° IL W go N I rs OW� �' �1 ® '' N � s g < e � M ° �s u � W U. � � LL g Zg z mg IL z m u c w a OJ u9r a � �c v O N131SNflHS VN313 AS WAVHO 2 E �ieai�onmwms��w.w r wuruo+ U C C O UA 2 1 W O 5 W ��O"lwi��pM'uYl N oI oAlwO1I1�III1NY�YY1Yl°YsYYM1a1l 11O 4uI�YwY1r01Y�1NYonn 1�YOYaYwO�YruW 1U�ar MIu l�l 1xIGaYrtuuiti Y°4 Y j�lc 11.1 CL g 2 W 0 0; /�1 Vig T y N �� '` �o o gg Ep °=F QW ffi 2` ci 9 Op O. �C a . " °Z �02 f, 9 s CL 0 «s a a- � p LL a� Z •- N P) V tq m h aD W .. J swaa I I o I og IL I-u W K0 O WN m a O w r2 Y Z BZ I �Z a a !U li JP! 6 ED 992�yJ-J N ' C O Z? W U U W ®O U Jo s 6 � � W o � g 3 U pe Q tic ®O .RR a Z Wi FiR Am9 K d �WLL WIW Z w � w o ° uj $ g z IL 9L W 69 F g rfY W Qy p 4 K 'g pV s '�+ K ZS z W HE W " ° LLu`f � z � < i rc3 rc c R i� o ¢¢� IL LL o K ���j go M dW V1 LL N yQyQ S s C cWi R : O NrAgNnWo Wya AS WAVNU c fa J N PI w w�mwurrovwimwiwmmreM,mmu Z� ,ummms�ma°mu unrmo'eWOrmmrur � �C £ �wvmmw�mmrimmrrrmw aiw g m€� �o a`m9 a eL3 � 0w �1RR BggN' o zCQ? qq ' % c m c� W = 3 _ �a g E�g� �� V N Fes. �dFyd ? �� Z a � „IL qq 619.W Q, J N �dOp�°�s ���yh M o m Im m X2 m d ~ g 8 L •p �mE�E �� O�Hy Q4�e W W=�O °d C. 12.9 00..ILL zed ; $ ; ; oo e m _ m a g 5 a u.Z JE, s o s Q $ c E m i � I wa o I .E Q a o egg �i 4� r m EE c �F- x 0 0 M pq z_ X z m �e R IS uY1 7 yl �o �p ® cO.1 O 1 .0 1 , LL. 0 I O O O u. as U 6 z r [V Vl O m) m ti m! ~O z °I a Za w IL IW g i Q ° i9 = Q ° e. v m : E -a > ° m o R S SS R x m _ - Ww -a z WE x °q o ZK a � d m v 8 x x x x d d q d e o e =mm��am t e o e ® m ommm�mm a a a a m m x x x x ,00� c mQ e = m a �4 ;o m I 0 x O Sz } Wm d LU W ° m $ S p Q m -=FQprr LU Q W 7552 LL V €Si 1K J m ° Q q d7 f s Wm 'd fffllllll FS 7 LL r W 7.LL z LL IL Yaml L B 0 4 a s� �j - Q g � zK° o m ~ € m W x 6m - ° YO ttigpqpq� ° �e O W m 6 J � W ¢ �iF i6 Vz d V m °ur O N 4 S y 7m {rm m 0_ <° J m J S ° ~ z W LL 0j I ! S m y� S a O m U 1 4 0 4 is �z � P ILZU NI31 nue VN313 US NMVN4 mi C �' ImRiltln YGiAi�O>Y lutrW LU eur Al a m z 4..,wro.uno,.nnoua.iur W e E p a Q O wa..00r�sowvn�.xrvru mi N 3 i fi a �I e Q j 8 c o a v� �O O g .IL C E at o� E10 °� JtWy d ���6 P�yy w W 6511 H .rg �g� r :a � NF CO szjjf a L? RE E 10� E mi .n m p 8 m C 2 8 It E ' 34 m n g 0 c0 YY{{ c o L L C7 Z fV lh V b m h d t7 o i l 4 a zs wr a K g3 wr I X X b q q q q m& X ° rr ° cr d � � o ° ¢ 3i uri o B 11 M M 11 S C wr o x f O 2 0 0 Z p �W a 755 �1S g�la I tl0 '$ Pi c < �LL $ g J W i dl W aw z r z » I a F i3 = o ul IL �5 U V tl 0 Z F � 0 � W u�1 W a�i $ z a ¢�H i � p °d�'WF' $ $ $ J rh g X3 cd 43 <w O 0z p z� W m z L) `>F = 4 ul (Gqq o§o§ S SS!F� W 'Z Wv a :3 v s �/Y NrALSNnmo VN3T3 :A8 P vua c c J W ',vieaiwonmrr�nauwanor wuruor O A .rwyinysuwvuiuuouwcw°uarry $ u�oi°LL•�xri¢01uw c�ma�r��'w�ir ° E•E °� c 0 O �+nrnmrmwarurewvru mow 5 N 10 LU �. o Sw NNW C3 0 IL YQsm 5 8 ~� J� WN O go TVA a.Q t \ a s p en z t LL a gad �� I� s°c alp pi � e E �•a aAO8 13 U a La m � _ $ m Ell a LL vi9 LLQE 2 r fV 10 a L6 m h W gal Q �s ��� � 3 - a3 cc 3 a �� g x m� 'I x x x q q q N q FI - TTSS r� a a rr x p ! !C ° z ` C W ° M M M MM �sZ (7 O W 0 o 0 � p � $ o ce CD F a M �gg7 i LU ca um z cc Y y< ` Z 2 ZK ? J us Z K K K 2 = S2 2 W Z W IWi. �?� v ' x Nr31SNn*dB VNTS US WVNa L � � J�[ I�IpiIlOiImYY iAMAdY 1WYYOI i ii�� IY 1�WlOYiY11M�)QYYd�IMMI/LLY/Y OYilrt'IIIWpN{LY YIOGIdIti°MYLII a O LiYC00MO1°G 11i1Y1i1M'Y Wl i1CY ��ii W 0' on tV $ F yu ty1�R dgeNi 181 _ zip WZ W a rc v� �� 6 LL E m so $ Y C LL E E 08 Cos a L $ up i . I z Y- N M Y �D gg� 4 3 J C, a 11 _ 3 W N rj x x x sz q q q q ° ° ° e O N a a W K .1 .1 9L V 7 F g n A i3 lu a _ IL ON _ E O �� J Spj $ W O t ����qqq N a ° vrr a � aNW s � __ g � � � ° N� NaLSNnV8 WTO :A8 WAvva Wm�r auwrmr uo+ J �MIIAY�YM' YY/fIp1�1�.MIMl3rIY F Y�/.'111IO.Ml fIMYY10�1M to O Lu O w v� Z� t ad } WZ is is H� d t N J<H dop°ts 1 -L _ $ Y N 6h U. 8L {0 jig --- -- b� 0:o ?$ d� W E ��n gas @S r c4 vi Y N is o t . l a o 1 .D-J NEE W co E is I a a g c 4 ® per 4 Zx o �P I g z fl O W % CL =F1 =p 9 [=P r-" z ° c7 74-7 E�= F Z + 01 U F O W flH1R M— a o NI318Nnae VN313 .Ag WVUCI '�1�1�IOII�IYYOatMAMDY 1p11Y�p1 �0 1pYMIMYMI MIMNMI�1[YIY g ~ OZ Z 5 .uMMewro�u mYaoduaY��ru�W �S op m W a 0 E.p No c �� gF � J W ���WI 4� 5 _ v 0 £ S i[ N12 je 0 0 2 02 LLZ a f a E> �1,17 4 s LL z 11 C4 ui a E � 0 € °� J °z � c a m ■ WIN X m O z .9 o <� d 0 2 a z m z z , 7, vy�! z 4 S O X M lu Izz o' LU 4 Q 'rr g zg � z _ � s � us L tt4 V ° o 0 0 � � O a T!. 1 C i LL � LL X W � U. 7 se Q3 X g o Sit s m g ss ° s a �i7 a 2 W e a o ° .aear�on�una Yr..mr wurua �n,�.,ma,.,,�o,murrrrra..lrau s � ti7FIL N PH 2 _ 2 ti n9 li C O 1D m 1[1 h z C4 C z ----- _ Z2 b >� M <V w �N Z2 F Ono Z 7 co W N �< ....—... — � W Y y�a O_ dN W S z ma a m If `ZZ i vw b .,�b;) HvWi tO W. Gy, OLL w SSs ymw m ? 9 z g le VLL (Jv N W w a = 09 N W � N N a 2 W = Z S t^ O m FO � F3c� ru b �° o =p W 4 z 0 z 9 °0 OW ; N 6 m Tsaan Nau '-AB Nnnvaa Il Ili �J ti r .- L _\ vow cc uj o \ � CUC UT _o Q >W _A_ �Z Z W m Q m 01 O ms Dull 1 Y X CL a - C �\ U)CL O w CO d Cn UCL MV 41YB S anV 41IB M any p owloy,,; /. �__-:__ /'\....._ S 1 _ I 5 tl 41h8 �d O PW�,.. �� l 11 r Puowtoy Q 00 Lu O v z nom. -j o - cn w W > Z u w Im W >> . , <t Q 0 W (3) > �► w Z C\l TM O O ap N °° U CD 6 p 06 �-- T o 0 GO IC . 0 4 CL > z a LUJI Q O Q m LLJ LLJ U. W Cn W Q z 0 _ :D � W ; o N O O =`, //f J H V) J W r Q a O Lu O Z V) Z W a. w O U 0 Z z v� Q Q ag z E--i 0 w V OU � Q � z Q o ui a Q � �- z z W O > a�? p � w � o � W Of ° o Q ooL Z � � � O � � OOU O m g p � zp'Lo O U � � m < SO �I U <t v) cn ce w U w v U ZZ z w = [�] X00 W F�1 Q LLI Z Q Q O U M^ �!LLJ C� Y LA. M F— C� µ+ LL, OI cv Cl) n co V m r s W m Z WV SO:B ItWh/Z, bmP puo jasunS-O1011\NO1NM\S1O3O8d\:H NI -I I �S 6 04 ai t-u W 25 6 a 6 1 N xvvi .9£ a. yj 12 ¢ � � �1 ,�• of m ur < Wo o CL Lu O W •:11;1 \ U 3 M j ' Ct ca c Q y =�o 6, HmD5 c m ^ J CL IL 104 Z oz U e^ M Q m w _ p� 1 pp yy v F Z NIPI .*Z rl c4 P4 4 Z 333 - m RE CL UJ ` g 8 S W cJ rS .r ri (c r-: C6 o J 9 dt to < �N¢ in CIO R� N3 n � 2255 .� y��� �s �r ��S ZS ct'i ^� �+��! ;.:�:`� 1`�b(7,►� � 1��� a f� h ~ rn T r M $ui z .� rr �� :o 3 �C Y < O O aR a _ w < NEW a a. n �r �pp� a C 0 14 N MY Y0;6 IIOZ/fl/Z 6MP'1013001011\1 ooaluo0\o6uIMOJO\NOIS30\01PJDH Puo I0ounS-01011\NO1N3N\S103MHd\:N U)i �-- I z 92 �; . 1 WW� W li We� I' z >- a Od V5 10 z LU 0 OD � ;! v=ia 4 CL z md LU ^ 4 M �; 000 0 0 00 0 00 00 5 " C/) I= U) N .�? �\ M'8 / ll� nsl�as—i---•----) as I �j I N Of \ I A Go 444////// ;;;.,,.• :� D cd co cq V N g yz z N �7 G v T S2 s ' / OA o ch bf gg yt aa �y 0 �t / 1 C F-' c D d � D II I J P� z 7 ;' dS't1 �m .12° • `` a. \ I I I I oc `c Z Z r N I I N N n III N / / C�91 i >- 1 I co I I N - i ----— - J I -"- cJ I I I II 1 I 0 (Y I C7 I `-�1 � - � ❑1 - Rio - I I I 1 I � iti W l I� I1I I J, _1 CLl r7 � rte Mill NY L1:1 1101/01/Z 6MD'lON1dO1011\150J1u00\16uIMDAO\N01S30\oIpJDH puD 199UMS-01011\N01N1N\S1OTOdd\IH