Loading...
HomeMy WebLinkAboutContract AWARD DATE: Se'OT, ,,&., z000— CAG oZ —/.ZO AMOUNT AWARDED: J( 6-V, 270 i 2�CJ AWARDED TO: F a-,of t4 F&►cz Co.) Inc . PO Box /8os WOOQIn/ViC4E'1 u/R 10607.4 `�Y O ti Bidding Requirements, City of Renton 11 Forms, Contract Forms, Conditions of the Contract, Plans and Specifications NT CITY OF RENTON Construction of: SPRI\TG1111001i SPRIN(J"N `1'1-1`1`1:11SI1l:l) FENCING INSTALLATION 1'li.OJE?C7 PROJECT No. WTR-27-2980 AUGUST 2002 CITY OF RENTON 1 055 SOUTH GRADY WAY RENTON, WA 911055 GENERAL BID INFORMATION: (425) 4307200 WATER CONTACT: RICK MORENO (425) 430-7208 ® Printed on Recycled Paper r.. CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS FOR SPRINGBROOK SPRINGS WATERSHED PROPERTY FENCE INSTALLATION PROJECT WATER PROJECT NO. WTR-27-2980 AUGUST 2002 r BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS it ti "OR •�Gj of WASy�� co � Q/1 23169 �? F(3/STERN S."310NAL CITY OF RENTON WATER UTILITY ow 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper .. CITY OF RENTON M„ WTR-27-2980 Springbrook Springs Watershed Property Fencing Installation Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Bid Bond Form *Proposal &Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Schedule of Prices ❖Bond to the City of Renton +.� ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ,. ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulation Listing a. City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Standard Details Construction Layout/Survey Base Map Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid(yellow pages) ❖ Submit at Notice of Award(green pages) CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way +■ Renton,Washington 98055 irr err IASpringbrook Springs\BIDSPECI.D0C\1DH\tb MINUTES OF ORGANIZATIONAL MEETING OF THE BOARD OF DIRECTORS OF F & H FENCE CO., INC. The organizational meeting of the Board of Directors of the corporation was held at 6236 �. 137`h Place N.E. #223, Redmond, WA 98052, on the -:7,? th day of ..7,, ^;&:�' 1990, at ( :,f, 4....m.. Douglas Serjeant presided as Chairperson and Secretary of the meeting. irr The following members of the Board of Directors were present: Douglas Serjeant The Chairperson declared that a quorum was present and that the meeting was duly +�• noticed and properly in order. 1. Bylaws. The Bylaws attached hereto and incorporated by this reference are hereby adopted as the Bylaws of this corporation. 2. Officers. The following are hereby elected as officers of the corporation to serve until the next annual meeting of the directors of the corporation or until their successors are elected and qualified: PRESIDENT: DOUGLAS SERJEANT VICE PRESIDENT: DOUGLAS SERJEANT TREASURER: DOUGLAS SERJEANT 3. Stock Issuance. The Board determined that an initial offering of stock should be made as follows: (a) The plan as herein set forth shall be effective immediately. (b) The officers of the corporation are authorized to off and issue 500 shares of common stock to Douglas Serjeant. (c) The price for said shares shall be $1.00 per share. Such consideration to be received for said shares will be adequate .r insofar as the adequacy of consideration relates to whether the shares are validly issued, fully paid, and nonassessable. 4. Fiscal Year. The last day of the fiscal year of the corporation shall be December 31. ow 5. Banking Resolution The resolution(s) attached hereto and incorporated herein by this reference establishing the bank (s) for the deposit of the corporation's funds are hereby unanimously adopted Organizational Mtg. Mins. - Page 1 a. +rr �r RESOLUTION—BANK ACCOUNT OUT WEST LANDSCAPE & IRRIGATION, INC. w BE IT RESOLVED: I. That the President and Secretary of the Corporation are hereby authorized to designate any bank or trust company in any city in the United States (the "Bank") as depository for the funds of the corporation. 2. That a bank account or accounts shall be opened and kept with the bank for the Corporation under any designation or designations which the President and Secretary +�. deem necessary and proper. 3. That endorsements for deposit may be made by the written or stamped endorsement of the Corporation without designation of the person making the endorsement. 4. That the bank is hereby authorized to honor and pay checks or other orders for the payment of money drawn in the name of the Corporation when signed by Douglas Serjeant. wir BE IT FURTHER RESOLVED: That the President and Secretary of the Corporation are hereby authorized to open the aforesaid accounts with the Bank using the standard form of banking resolution of each such bank or trust company, each of which is hereby approved and adopted; and BE IT FURTHER RESOLVED: That the President and Secretary of the Corporation are hereby authorized to name and designate in writing any other officer of officers, employee or employees of the Corporation to withdraw the funds of the Corporation aw deposited with any one or more of said depositories by checks or drafts, in the name of the Corporation. m" DATED this Day of .. DIRECTOR ■r aw w r F & H FENCE CO., INC. 425-481-4043 KEY PERSONNEL err DOUGLAS SERJEANT CLEARVIEW, WASHINGTON 206-786-7782 PRESIDENT �r RON BECKMAN MONROE, WASHINGTON 206-786-0359 FOREMAN MIKE GIBBENS CLEARVIEW, WASHINGTON 206-890-8310 FOREMAN err irr ■r �r err I rri I r t. r .r as No r 'i CITY OF RENTON BUSINESS LICENSE wAL 2002 LICENSE NUMBER ISSUE DATE LOCATION _. M: Licensee has made application for a City of Renton business license in accordance with the rr 25241 8/21/2002 17809 ST RT 9 SE #3 provisions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post F & H FENCE COMPANY INC this License at place of business. ■r P O BOX 1805 WOODINVILLE WA 98072 City of Renton Licensing Division 1055 South Grady Way Renton,WA 98055 (425)430-6851 DP 3133 12/94 AM do r' �I 1 r rr 1�FP;\P I N41,'N•T 01: I,AI301Z AND INI)l ! ; it ll ' (I REGISTERED AS PROVIDED BY LAW AS 1` CONST CONT SPECIALTY ff�} I� REGIST. # EXP. DATE CCBN FHFENCI091CG 12/31/2002 Yrr EFFECTIVE DATE 02/07/1991 F & H FENCE CO INC PO BOX 1805 WOODINVILLE WA 98072 ' I :n h .A nJ I4•.I,I n ( ruiL,:ilr YIIIII t� Ilr no CITY OF RENTON W" SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 irr It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic „ background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. rr (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. rrr CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. ' CITY OF RENTON: RENTON CITY COUNCIL: rrr ;v(ayor Council President Attest: City Cierl trr r`r +rr �r. CITY OF RENTON SUMMARY OF AMERICANS WITM DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure „n employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans-With Disabilities Act and other applicabld laws and regulations. (2) . . COOPERATION..WITH HUMAN. RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for *persons with. disabilities in employment and receipt.of City services,activities and programs- #W (3) . AMERICANS WTIH DISABILITIES ACT-POLICY-The.City of Renton Americans With Disabilities Act Policy will.be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the-duty of all City officials and employees to carry out the- ow policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION = 'Contractors, subcontractors, consultants and suppliers conducting business with-the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities-and programs for people with disabilities:. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor Council President Attest: City Clerk ww CITY OF RENTON Springbrook Springs Watershed Property Fencing Installation Project SCOPE OF WORK WN 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: aw Furnish and install approximately: go 2,955 linear feet of 8 ft. chain link fence, all associated clearing, grubbing, and tree removal required to install new chain link fence and(1)6' chain link access gate. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and to regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of thirty (30) working days will be allowed for the completion of this project. r nr t +r rr rrr to ■r w 1ASpringbrook Springs\BIDSPECI.DOCUDH\tb ° 7' A .. �, „ ,rc SL�,S:.., n +,q� wv&"t"' '"'``�''�a, '•!{,, '�d� adt+n 57 b h"4� �• "6p'.` '"`y�r. mJ"`, 'ytp;"► ,aw• "' '}°"'': , r �rn%" : r ?• w. 1 J:, i ..:. � ,, s. ,�" a :,'�a�"(� c r ;, w"A a t `"�arai w. r A* i sr ra,yt� rt � �•r�y:;:i �.�.;��g �r�c�, ^�� r � f" �, 'i":.. i�q n�•'k',aa�vA '�C�•. -V�t I.,; tl...':�� �'`�;"�.' ",8 ,r� ',,:e 4, im, x ?,M1:�� ,YY�� v'� '� ® '� r> � a 1 rf^ ��. v ,;n •®y '+, +,#' as .sG x•�" 'P" ra �"�+ %�°t xr�.� a nt"'�y tr;;,'+��"" rq , ° e,,, �c 4 r�'�', s;•;4 �W. ?�:;u6'"'�+a"'{"� �S4' g�•a�,:a`•` ar 1 .'e ^,�,• S uY'kR•r �L aw t 'vy 'Y P,;...f� uk� qq k*>1a :� a� � G ,r>.•' •' r 4 • �^ �+S` 1��" ,43 ✓ "� , �,r'tk ��1 :Nn a^*7t ,pry ,�.F� );� � �, y s �, 1,"�..�r �o.; , npe ! r �, M n � ,ryha r'q�•�r� �,'� y m � ".�v7: a vtl +� � 'y a'4 'Sw1,ar i•' � _ ,* m-�� x."' r +y aM t � �� }� ,y!r $#' Y., � s ±Q 4'� r r ry 1.P nP r w �! n{ Irtly�., '� (F 'ww�" �"'� •fi ��kY�triS%yWtd�J. y w �r M rTA" xr `t�":i tai.Hw r "4 x1,,.n s'G +d,S'�''L•i" w ^4: Via, -,� s;_. r �„ f<fa'a, v ti'•9` R+t' �, > 1 n" a„ ",:v..,n a,nT''c a'�4 t� $d�V; ��.� ^'`�n �„o' we, .S•x'.Yv;` n" ^"> ',.� F fi.?p r� ^" F+ #' a" ^,r m �' 1"C '-w'y �,r.;a .b"�• „'. ;, 1">„ k �'}r'P `p' : MIA :pia, na:xa!� ,n #: ., ,, , ,q.,lldlkl,. P ': ' ' ���G � " ,l F�?. r'/y°� ry, '�x\4 �'v c :.�w ,} '{"°` ,Y�.`.•. r�",d.A Km x a4 �� �Pv+,: "^' ^x. �` �0 *'�+ �'� i �,A. .�.y. r6:' �+'' i A° 'yP. •2 • ¢y::, 'k' ty; 1 =�r r,, +1+ -Y ;•, 6 ..'� ,�S> ,a`'8 .r n`S �s f �S°8"�r A u`.:4 •auM '+"y`` vp ,iR 1 u `�.� � 1 rf`,,�t� °"a •,Jryr y a-'�*.y,,,: Fa,. '`'hq u'"C+,n 'is:*i,R` d ''d n. 'f ' :e. o• rsz?� f?',•"�iw a'°:����' '' i,.��, ._ n �"a 41;,.i'r ^.:w,. �' ; N- :• ,M'r w. ",.`k 'y;' } "+"r �._,tidy rv, .7 ..,r, y, _ ��v.. I G t ,' y�, tf+�' r" wr �e r I,�•N�n`f?,d' Y4� p + 'r�k� � t ,4w��,y� 5 r,,n ,"�R'' v `1+. � ✓� �, �G` " :»:. 'W. �, rk�� i�: i��}Y �' ` f�, '.I �' ��rPJ �"'✓"y ^s, ,J',?ry .�• t :x t b k �'s- V: ` rK T t.. � u c, .>`r✓a� r� ,�!r.� �� �`a' '(,}av� 7»n �^y '+ a � v, 5+� a it �' e �' N m *Tm+pt�^�• , "1 , 1>i �3Ya' ri�y�ap +,q,,,. °? pit" .. �.' �', ��?�' f:� ,`R a. .. 'a'= � r, .. ."f. � d�S`5"N'" ,a• �' ti^'�'p o t. � ® .r bt'1t 4 � wS ..I r t �r, ,�,� '� h '�Pr X y"� }'k,,. ,-r •.`�' � +'s'1 ('1 ¢�� CC L r ...�" r. '•.R;�, '^" 3 Y' �:,, 'u4 rr..°" -5i�� $' uA�: M ^}r>,yy „..d:'i T,". ' i .!'F • rt:, _:,.'.`r"�IN K � tr'd, (; � .�.•."x Sk w`k".^ t. "v A ;a :�. +•�5 tk:::w Q� . ax ,t'. ,� �s ;.; :; ,. µ I 44, f. ^• " �� 'a + r t � ^+, 'S°a' .r1 Y_"' 11t ''e k, ' 1,-' �r .,,, v"`�s. ., � a:iY":.:. , r.. �� '•'' " *t ,. r,y -. ?� > y m, r dr,' .,,h,k1w ::.� �.,; ro '�.�'..'. �a } t � �. S,c• 4E, W„e:, ^ �l R"`".,.J ° .S i `Y t ,, a y .,� 4�,A ✓��� 4y,d 6 4 � ii `, : d. a '7.> + 6 h�*at'r` `S""'S`k`�".;. #, ,�;•'Z!-;;'.r . .w NM�ryd: ^7?, ;".• r yy:,,'in .2 9. .,,i,: h 1 ,''�r a'x +.6 1T,-.d4 M b "s' +r•, 4 u?.�� �. , rr. .s'",�r ',,w<� /„ ✓Alt?.; ¢ :- � Ani.i," ""'t xY.rr's, '� 5"+� 5�u,'4. �,;:'.a �'� Ma.. �� Y['�M' i'�:",n"as ¢rra,aw a �" S`r v�"ahnu° w m• t"a .�` " E,. r r yy a,e.. .w.v...., .-,:;:;n .,,.,...'�� P??:. ',' ...�,:.. :v.v�,. ,. 1' ���'. .•�+ro °�` y�' ..ita,a:r, a � �a;< , y �e :,y'Thi "G 'd' l.,.,;. e,4 ,:. +SY 'M'1M'3✓ y.„"'':w ##- p-,e", yq �jh�'&'' �ns•"p"� �,�'.?v°M �y r�M�i"R��,tS, n r@ �`v � r "f P s-�t �a h !• c,tl�' ,4 j$pp r{y µ�r^ "q"'i"i-rS ",� r .`�. : r s W�d�o1�p+"� Lira M '4i� w rah:.: a<E�1 Rt :a'i[ �i'f'''rti lxJ.lfu a�.'..am''rw4.�e..v@°i.-7'a'•- w,,. e. a.ry, � � ` ' �,"Y,::,d ,,. . n, n,,sv�,y wr 9�°':°0'V2';T"a r«a+ •,-,.-'ru rrn.®,.,.. "a".�'?194Y•`kfV"Ji 'W- '� `fM•P h »(, k "4 GYM ^Y+ "- �f,. .. ,. 1 .r,.,:'�n. a , ;„ ,,, ;.,:..::.a.,.'yK. .• :-.,, ,A:,:a✓ z••:. SY^K"tr'm�,<••,:�m"'' .� {�e �ace.o-a r:'•ry ��*. d^'M"�i'a� `�*" - R�• +�� p,� W. ,,:,r � ,_,:> ,� r,rt. ;: )" ,,,,. .,. �ti,,,,.s,, :., r'" � 4{r;"'"'"` r .r •� .� +'.;+. ��, �fe,us+"' .� `Y"�4.' N, .'rY::: �^ >,n ,'�s',: s d "d•. `T`, k.:?- �ki;FV � i� t-. er'. ,,,ray..,,, ._.,.,,R:, ,. a,,,!kry, ,.•,r;:. ,,:,p b S: ,y�y..4.,r.;�>.,.... ,:.. :y, .k, w "�c ,�t ,�`. � ..C(^ ,y t ",;z. ,r.5a., ,yy� :f° q A�... .,,+t !'', �F�5'°`JY,;Y,�„ :+�.i 95 :7„`'.,'1 ry"' .:�i 1•' .I', a,F k F�, i, f -' :z' B'A.x:. ?�.;4..M ,`'±� ;>,' 'YV :•.�q,, ^. •«: ', <o;,.ar _,..'rs,., .P;`d..'.x4' ,,.� �u '"Y, r $ a. �yVr :r �' '.+(n �'•' :` 1 ��w! k ?�,"r� t,? �. ;.4:;.�?: �.f �"S'.' i v •:.�.:..K, - ;,,yr 11z � .'.va,,. � r.z:-d• Z ^#. ,.� .rr, ,':'F:. J v. 'kr'..� P '�J'. rYprt#4„: ,.,R'"P*,;' �l P'+:al� ' � , S..Cee•'.: '� �t d.-"� r m' µ A 41 , aY. .- ,. e:r N l^.V K P � .r�,� y� 1P',°..i1 wt$y�'''•�, +III .+, A dr � 5,�*I:ti, y ,.,�YA::.�: ^^ .,'�4 a?' 49.M:r'',n,. Y,'r tH'�`�l. � .' ,,, ..,.. ....... .'F• rt•'`P9 rv... ,pyv Z '1 ,,; � "�51:.j ) f F 1. •4 A.. '� 1 :.,,.� a# ... d. ,: �.,,w...r 9. ,,......., '., ,:' .r 's,} ,a �,,.+�y F, GG 9, .✓�+ !yr.F a't i ,�Ar �"" 1- ::'•�,`,, '.k (G" W,r. -:rvY6 M 7"a:�„W '�,�`' F.�� �;� gk !yr° r�, 1 4,,�''�� a�,r.. ,. �..«. r' y;. „r.a+; 4 '�' 'v;je '"� pay '9 "• fd"rA, � rk m :,w��r+ -:;i.t ,a 1 z r{l,.�', '.x�,, P,,„ !M ;1 ,1 ':r*I d" ,�',M"t rr.,.',!di > .y ro+• t "� e ":n,� 5 ,:is. .J df xa:�-.,:�• �` s,, r, a{,, Y. ;r-,x}' �.<, 9 >� ,,r 1 1 � 4;i+"r ,�'g��d''' a w� �.," �? p.�Er # •': � :� !}: t�. Y ;b'+ C r• :1 r` r 5Lr �1 :, ,. >fy ryt X.,:!' $t s Y Niu"'{, .7.w .;r , , . ^T, � 4x •4 = .,.' 4;. ,... r a. x dry`, R �; � ryu.:" .�,, ::� `• �'"' �"1 xI<S ( 1 t .� .7,.;,: .�y rk •:'.+',:� d. 4 9 w«ir: :r'.r.. nl{a �tiat,,'�,,�� ,^,,�,-: � ;:r �. �' n, ,! 'M`' i ry z'•-;.M i5, yt9Fa ;�' rdN�. .N �^,�,,. .n„ d ,t" 1 ,,-y r{ $' .�'t "ka !,.r�"'r ,r...a?, ,.,a.t„k7+• o*�.::'''.,s"" ''�° ?i'o.: 1 ,n .$.s7r.,� �vf �:u �� r n.r`. t,�r,";,'i � t .d• 1 '+�' Cdr• � r t dy't;.u.�rl ti :,{G'�.%,.•,r' ��':;i'r+: n"' �s�,,At�gv, .� F Y r a' a i+ }• } C': rcgw,v *,Eap"^",,aY,M +✓', s�. "a5 i+ �'.:. ". L�^,•',. S.rlAil .:1' v,�: `r'£V"d " "... r• ' .xR ra,n.. _.a. tS?° ..r;Mt>i `'"'I'" ,t,} Car,^,S ''} '.d,., f, `"'"?:� tl ,.. ,,i7 FaV k�.�:„•,{rvr Y�`. '. .'IFA., .+n ..p , ,ka. „wt :w e �a:.y y�iy";:1 yjmT,:, " M7""}P, nr�:, A �`. .M1: 'i�'M ,:I.:s�• e'•; , �x<'. .rW. `J. r¢w„ ,:. d �4 y: �`E �. yyFn Nn,":,41� stl..!°�j#r+ s+.el' ?•iS II•,�ryE.l.,jta, ,@^..,�'�"" .iry^ �r1 1:11 00 n`_'ai',{ +; �1 �"""•,nS,' t+ M4 ' ! `'�' i; 1. 6, :"�`y E p✓, v' .'� '&CtSn.. 1 @' ':. �� ''�'"T, '''�' �''A�`r�'4Yf�ly�'' •:l',"� '::;"`• kf��.t&'�'.� !* M.�n.�F �''w• `�rt.�'+•V d^L;a}'p,�. �'•ll`1 d� ,. 'w P h��°. ,,,,, '',r,rr;.r r A,,t� .rn �.d: r8 r .i`, Im:: ,�... r id.d!. a y,r,�,��G . 6Np, �i a r Y�.i ' �AJ�i'i• t a nl`-sE •r e , '. a ��,:` qM,. g 'J.� ,�,Ip r .� -:' .,i �a.'�k. t` '"�M�i�P�"""L ,%�s. raLr 4Ge19'f f'K +i"?:.n�r� " a .,, T 2",; : � ,yp :•e� fi, ' an �; t ,yJ:% ^r„'� ",�'�, dd,�Amr.4,�'flEti �yE";'.��`s4�ar.A° x,+^n r�}�41f ±�s ,.� �S..r�4 1 ;t:7'„��"7 k �� V<," C1' •'Mr: e �A.,-_n ,:,.f.aaall3r,ac,^+v" :0.' >k 1v.'� `::,� ;'�' ti '•E.t,«"Y m"pV'y.,yr�` ?n"A,S` r3r'wt':'? rr;�,n 4,s _ 7 4 x j'. v 'py w ,rt .:�; � frt�JBnr �.:- � • r. }V {k�'":'S :$k�` �"'y'M e e �" rd� r r}r \,, �abr' ,,ti,\ �.ry M ,.., C�' �" �� ^ r u ,'"kt" ..r 5 r} ,t y. tt'd ,.. -�• `i" r 4 '�:.� :�.., yi: 4 } y' q W1 y`r3f S' 5' '7,�,. I ^d! `,t°°"n4 ` N rr .s`e,4.,•' , .F sr rp,' ..t. .,�"'k". �'d {d �' t �I. ,xx. :s.�', li V' • .. -u is '{ r.. :ti,,!.y+���!:3'•,.d rc� x'#„-: ,AWr ,,;?'� ,, n;�,..f�,r t",�.. �k ,v~ �'f. .� " ;-A',,yny�' 4 *:;-kn,.. 9,?t•ur r C F '�" [..rc' 1. '', �' >t..��:' :, ��•,':. ��' ,�4sd 9 ,r'„ ro•r n� �€' a r ':. r i 3 1, q� B}M�.� 1 r• • _ 1 ,�'„r'�, ,° A�y,"v :,r. '�y�.ti` ,�iy: {r -"e::`h a Aarl�rc; .� 5 �, i,..,.. v ,... �° ,, ,,a MM1�.y 1 ,p M P.:'. r �1t'.....:,.;ue;.�; , r i x e�wy r .�,,, a�am�`��t� "t"�` �✓ f�� "�;,.�� ' t r ,�,4m+ 1, da '~ + f• r✓' n aC � �i a 4 ! ' ! rt + q y( tr �rv'7§ CP�? ,�[..r2a xC {�v ,,9r`rp M r� t , {dr<y .''' �,'. `'. �t J 'CRI i:, ay✓ M y g r <�^: ��ii�y+a.4, r-N' :�+�i�"w w S�'aii,. {Y.A:u"G,.., day„ �4.,x {e Y".rv.°ra.r-as:.:.,'` f "h"�s• (pr�� � �!^ � �,w • � d ntr., A y F # IF 7 ; �Y:`. is"�i:�Y �+�k�; a 1{ t.�+'?:• 4 "� 'wP, �.' " jF '';�p :«W; n f�. .fah � '� 1?y� ,e, *°:�F'r �� •`� � a4�. :Y ad's�u. ¢..,i'Jld.. "� Y�y<r_. k �+ �4 � �,l # „yr�� '':.„�, g �. ,. � *^ ,r'6, '� !� G Lr" °t at"a'. �` '�p I,:.d � f "• ; ' ,'.4' �} mr±w.Sri v�f #• �f"'• � r.. �` !",.,;': t MAP YWsi d5d4a r�eo:,tv4t tiPfl ' Y+" h{, f;; CS a a ' Sikl rah h:t t .. 1� Rw .&r rvk 'r!' � iln `1'nl'L it ". ,'i17* -:i V '.)�i'•LS� 11 NA n ,w'Mi'1''" tu' 1y�.. „,, •' hR' �" <:" J r•.JCr.: d'RA A Y. e':;h2 ^as ; '`. ',`t°4drly�yt.,. , ( ,6t � R+,tf,d'vt �, •".,��{z yal�"b�''.' i,• •'�' qt ,�,tp ap „y,plrs ,N+*; MR,' ,:'p,C^ ' ;;i•� �' e e„ '' d k. N� d�n�+• '.., .,,t. ,:. ,. P+ " '1`y! .M �'• ` t�: 1 d awl a�F3 �.' ��' � �% lte.,x 'y H ,,' ..I'r., ` :N r 1��" I �<`'„ •a � 1r�z��;� s .:pl. _ �:"� q, �;, �I y n,Ygk� r�yly q+#?^:>� n!4,, ,•.{T .�, .:^�G° .`%j Y. ,fm•• y,. all, ,rt�ab 7^ 's ', Ik iM* 'N F '�'+ 'Y. `,,.,r„fin,• ''�9 a�'�y'R- Y't,9y A 'r y^yy q.., ww"! j dT 9, S. I ;s h;YP/ '` ��(�+a k`�"�:,^ Fd •�.'.I. �. P� "a'��� • �il d+s.F "Qff�L+,1ii6�#r � ;. �, --b i"-0a. �.. ,.{gn 1 n' b N';".�• ,1x Fy :rr"4r+• i. - � qp r{snrwr r '" ,Sr n� ex r^ rya"+.�taryoaw e t e"" gg r, r � vl � vwyg3.. wa7- .. G x {W , :>frl , 1 SI".176F•c,',,y� t v'a {. �', " �bc d,,4Pi w rE �"Nakj,. iyaa ' Pa uik ,;: r I� • 1 • N•t,a t:u.z IBM '`"e' i1s: + ✓ 1 ia{ahi'i 7 " YSI a, i a`14"k"" hp•x:r y, J � ""><+,4 T}a:«yr.? 7y'/r.mrlr"t •�,x r t {+'Wa r ''. -$ 7` 0' �M �Rr F r r t 94^!M f hq Y � a yA Y. • �!A�,t po a M a ia�, �nuWfl,r�"fi�R' '$`w•4 ��� #w,� �� �" ' a.l • ��A�if� t ya P �• f I'{r � ( p.AYw: �' �K T.i�` �` �i � �r::�. is�` � ,� • ; rv; � tw+, �`�n;k�>.�' �t ,� s �k:>n�r Y �>x� y �'! x,.r _�:t. .l1� ��t,G1�w'i•wvw1�: ��i06'var.�`: ,R�'i6waa.,,ww � � �, 1 !, .'� '�r 4•� alp "�' a �i�':a'>a v �rcr ,f a "' ��$ a ,�y,t �41py.1cr y k• x� 14n" E'�.,.5 Id+fi U l�'' #�i fxn ,' 4�a u1 r' d _ y, t'4! � �p� � , h , �ti �, ,�„ t+i � wP�pl, � �*7'd, �� Y��S� """' � r �' .', n �`•1 a i " kw P"A ay�M"� y *ntR're t ' �y p y 1 .1 ,y u z g a, a'`A�M't A AIA"�l r'` SSri+ ° 1'.�� <w J:�� ' pp �NJ � ��4� ;,yt,*✓ � p� e9q„,°, .a 4 '''S � r M .� , dy �� • rr t-, �p �" wl a~ ;sul io dp go INSTRUCTIONS TO BIDDERS 'w 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids. tw At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. rr 2. Any omissions, discrepancies or need for interpretation should be brought to the attention of the Project Engineer in writing. If necessary, written addenda to clarify questions that arise will then be issued. All interpretations or explanations of the contract documents shall be in the form of an addendum and no oral statements by Owner, Engineer, or other representative of owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. +rr 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 they enter into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should they fail,or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. �r 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. rr 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed herein and/or as identified within Specification Section 1-07.18. H:\DI VISION.S\UTILITIE.S\WATER\RICK\Springbrook Springs\BIDSPECI.DOCUDH\tb wr r 13. The contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. ■r 14. Before starting work under this contract, Contractor is required to supply information to the City of Renton on all chemical hazards that Contractor is bringing into the work place and thereby creating exposure to the City of Renton + employees. 15. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all schedules set forth in the bid forms. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Payment of Prevailing Wages wr In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's w work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist,between the CONTRACTOR and any laborers, workmen,mechanics or subconsultants. r The most recent issue of the prevailing wage rates is included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be irr included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 18. Employment of Resident Employees 'fir' The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. +w 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental ■,,, pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, 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. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Transportation Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. rr H:\DIVISION.S\UTILITIE.S\WATER\RICK\Springbrook Springs\BIDSPECI.DOCUDH\tb #W err 1. WSDOT/APWA "1996 Standard Specifications for Road,Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." irr A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the rr measurement and payment provisions of Section 1-09.14,Measurement and Payment(added herein) shall govern. r 21. A soils investigation has not been performed for this. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22. Bidder's Responsibility It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. • Have you submitted,as part of your bid, all documents marked in the index as `Submit With Bid'? irr . Has bid bond or certified check been enclosed? • Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? • Has the proposal been properly signed? • Have you bid on ALL ITEMS? • Have you reviewed the Prevailing Wage requirements? • Have you certified receipt of addenda, if any? +r err OW H:\DIVISION.S\UT ILITIE.S\WATER\RICK\Springbrook Springs\B1DSPECI.DOCUDH\tb Ow aw 40 CITY OF RENTON WTR-27-2980 SPRINGBROOK SPRINGS WATERSHED PROPERTY FENCING INSTALLATION PROJECT CALL FOR BIDS ;W Sealed bids will be received until 3:00 p.m. August 13, 2002 at the City Clerk's office, 7h floor, and will be opened and publicly read in conference room 511 on the 5t" floor, Renton City Hall, 1055 South Grady Way. go The work to be performed within thirty, (30) working days from the date of commencement under this contract shall include, but not be limited to: Furnish and install approximately: w 2,955 linear feet of 8 ft. chain link fence, all associated clearing, grubbing, and tree removal required to install new chain link fence and(1) 6' chain link access gate. 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 thirty, (30) working days will be allowed for the +rr completion of this project. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $50.00 plus $4.40 Tax (Total �. $54.40) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. Orders by mail will not be accepted if received after August 6, 2002. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works "W Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Rick Moreno, at 1055 South Grady Way, Renton, WA 98055 or(425)430-7208. VW A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. aw The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk rr Published: Daily Journal of Commerce July 30, 2002 Daily Journal of Commerce August 6, 2002 ow BIDCALLI\ vrr BID BOND KNOW ALL MEN BY THESE PRESENTS: That the undersigned Principal and Surety are held and firmly bound unto r. City of Renton, WA as Obiligee in the penal amount of the deposit specified in the call for bids the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. WHEREAS, the Principal has submitted a bid for Springbrook Springs Watershed Fencing Installation Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED HOWEVER, if the specifications require a specific bid bond form or wording, then this document is hereby amended to conform with such form and wording in all respects and without limitation. SIGNED, SEALED AND DATED THIS August 13, 2002 PRINCIPAL: SURETY: F &H Fence Co., c. Fidelity&Guaranty Insurance Company +rr By By: J n C. Beeson, Attorney-in-Fact +rr BEESON COMPANY P. O. BOX 84187, SEATTLE„ WASHINGTON 98124 (206)467-5858 r The,%PdUl POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 20421 Certificate No. 1424320 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the Taws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John C.Beeson,Charles F.Bugge and Cathryn N. Dail +�r of the City of Seattle State Washington their true and lawful Attorncy(s)-in-Fact, No each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings al lowed by law. 10 IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 1St day of December 1999 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company ` St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company 91Pfly J FARE�6Ww. O R!!..:kSG9 fJ�P+'1r+SUggyn,. �n4jy,y� * � w ?� �CORPONAIt-�i� i P:cORVOFATf',n3 ,W � WC s11927 S :SEA4.'os EAL;11 1 � 19�/ g j95 r� PETER W.CARMAN,Vice President .'fir br r State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 1st day of December 1999 before me, the undersigned officer, personally appeared Peter W Carman and Thomas E. Huibrcgtse, who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. �Gc,PEAS(F!- to In Witness Whereof,I hereunto set my hand and official seal. NVO us, f My Commission expires the I st day of July,2006. �ipq�Oi1��O REBECCA EASLEY-ONOKALA•Notary Public 1s 86203 Rev.7 2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1,Thomas E. Huibregtse,Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 13th day of August 2002 5�1FF1� ypxE 6 �?, ItOiP^RRIF��, Z,�oMORRJ�:..� ^�4 �• "S81CLii a. `SEAL.ioj o`. s t896�p� y9n� 19J� / s` o, "s•„_AN�dr ir...'...� `'q►AN�fi Thomas E.Huibr t 1 eg se,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-411-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number,the above-named individuals and the details of the bond to which the power is attached wr CITY OF RENTON WTR-27-2980 (Project Number) SPRINGBROOK SPRINGS PROPERTY FENCE INSTALLATION PROJECT +rr - (Project Name) irY PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: arr The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: wr (Note:Unit prices for all items,all extensions,and total amount of bid should be shown. Show unit prices both w in writing and in figures.) The undersigned certifys and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or + bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, 1W and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. 4W AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned, having been duly sworn,deposed, say and certify that in connection with the performance of """ the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages H:forms/en vrmtaUenvirpoVbh *0 o to 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 F & H Fence Co. , Inc . Name of Bidder's Firm + pn Dou er 'eant Signature Address: P .0. Box 1805 , Woodinville , WA 98072 Names of Members of Partnership: sir OR Name of President of Corporation Doug S e r j e ant Name of Secretary of Corporation Doug S e r j e an t Corporation Organized under the laws of Washington With Main Office in State of Washington at Woodinville , Washington Subscribed and sworn to before me on this 7th day ofAugus t ,2002. A. X tos� H Y p: y�j� Not Pub li and for the State of Washington 00 Z Notary(Prin imberly A. Beckman �i F�r3UC My appointment expires: 6-19-0 3 10 AP rs- of or H:forms/envrmtal/envirpoVbh 11111 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SPRINGBROOK SPRINGS WATERSHED PROPERTY FENCING INSTALLATION PROJECT (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ift EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. +,rr 001. 1 Mobilization & Demobilization Lump Sum $Fwo Thousand two hundred and no/00 $ 2 ,200 .00 per Lump Sum (words) figures 002. 1 Fence Clearing, Grubbing &Tree Removal I Lump Sum $ Six Thousand six hundred fifty and 0(1/00 6 ,650.00 per Lump Sum (words) figures 003. 2,955 8 ft. Chain Linked Fence Linear Feet $ Thirteen and 75/00 13 .7-5 40 631 . 25 rrr per Linear Foot (words) figures 004. 1 6' Wide Chain Linked Access Gate Each $ Four Hundred and no/00 400 .00 400.00 r per Each (words) figures Subtotal 49 ,881 . 25 8.8% Sales Tax 4 , 389 . 55 Total 54 .270.80 +rr Page 1 r.r Bond No. 400SF6097 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned F & H Fence Co. , Inc. P.O. Box 1805, Woodinville, WA 98072 Fidelity and Guaranty Insurance Company as principal, and corporation organized and existing under the laws of the State of Trua 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 $54,270.80 for the payment of which sum on demand we bind ourselves and our successors, heirs,administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. " Dated at ,Washington,this day of , 20_. Nevertheless,the conditions of the above obligation are such that: dM WHEREAS, under and pursuant to Public Works Construction Contract CAG-02- providing for construction of Springbrook Springs Watershed Property Fencing Installation Project,WTR-27-2980 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 material, men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or ® workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. F & H Fence Co. c. Fidelity and Guaranty Insurance Company Pri cipa Surety Signature ture President John C. Beeson, Attorney-in-Fact Title Title wr Approved by Lary Warren 2/14/92 am H:KNDLE\B IDS PEGRLM/bh ON " ThePdul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 20421 Certificate No. 1424392 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (!herein collectively called the "Comhanies'), and that the Companies do hereby make, constitute and appoint rr� John C.Beeson,Charles F.Bugge and Cathryn N. Dail to of the City of Seattle State Washington their true and lawful Attorncy(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. M IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 1st day of December 1999 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company 40 St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company SUyFTy Vi iYA� g h ml ICON FONA)F.m mtft '�'�OFD ¢ �' WCUflPOR4iED `SEAL' SEAL:a°°` N 1888 1977 1951 PETERW CARMAN,Vice President of �Y� 4' State of Maryland / k0t City of Baltimore THOMAS E.IIUIBREGTSE,Assistant Secretary On this 1st day of December 1999 before me,the undersigned officer, personally appeared Peter W. Carman and Thomas E. Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. �0 bZ a In Witness Whereof,I hereunto set my hand and official seal. p�r4Hy UB</C My Commission expires the I st day of July,2006. �gECal�� RF,BF,CCA EASLEY-ONOKALA,Notary Public to 86203 Rev. 7-2002 Printed in U.S A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E. Huibregtse,Assistant Secretary of Seaboard Surety Company, St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of $URETy `EAR["6 ,,,1_ly ..•• SUq Y PZ$£ jtp RPORA)F m ��GORYON4Te 1^t �yyym�,.� tl '.wnMVlim �i:J'��.//////VVVIII O r C e ..'^^•wx1Y ��927 o ,t•SE AL'ont %:,S87LLaD '.':"� ��li,vtlS" Thomas E.Huibregtse,Assistant Secretary To verify the authenticity of this Power ofAttorney,call 1-800-421-3880 and ask for the Power ofAttorney clerk. Please refer to the Power ofAttorney number,the above-named individuals and the details of the bond to which the power is attached. __J <<s � r CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE edw hereby confirms and declares that Name of contractor/subcontractor/consultant/supplier) I. It is the policy of to offer equal tis (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex,national origin, age,disability or veteran status. wr II. complies with all applicable �r (Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. II. When applicable, will seek out and (Name of contractor/subcontractor/consultant/supplier) s negotiate with minority and women contractors for the award of subcontracts. err Print Agent/Representative's Name err Print Agent/Representative's Title .w Agent/Representative's Signature ar Date Signed me Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or as supplier. Include or attach this document(s)with the contract. dw wr CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this 7 day of k?W&A,20 iU .by and between THE CITY OF RENTON,Washington,a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and F&H Fence Co..Inc. hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within thirty [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 WTR-27-2980 for improvement by construction and installation of: do Springbrook Springs Watershed Property Fencing Installation Project All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction there over. It is further agreed and stipulated that all of said labor,materials, appliances,machines,tools,equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of r this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any rr +rr H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-2980-Springbrook springs Watershed Fencing Installation\CONTRACTS.doc\RLM rrr 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 ,rr Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10)days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or rr remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life,personal injury and/or damage to �. property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention,process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. w In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and(b)the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.1159 this indemnity provision with respect to claims or suits based upon such concurrent HA\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-2980-Springbrook springs Watershed Fencing Installation\CONTRACTS.doc\RLM go - negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than thirty [30] working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty)for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. _tr 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. �r HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-2980-Springbrook springs Watershed Fencing Installation\CONTRACTS.doc\RLM r +r. 11) The total amount of this contract is the sum of $54,270.80 Fifty-Four Thousand,Two Hundred Seventy Dollars and Eighty Cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. aw IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONT CTOR CITY OF RENTON President/Partner/Owner yor ATTEST Secretary City Clerk dba F & H Fence Co., Inc, Firm Name check one 13 Individual 0 Partnership ® Corporation Incorporated in Washington r 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. �r it H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-2980-Springbrook springs Watershed Fencing Installation\CONTRACTS.doc\RLM err AC CERTIFICATE OF LIABILITY INSURANCE CSR BA DAT09/11/02 E(MM/DD/YY) ap &HFE-1 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bush, Cotton & Scott LLC HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 0' Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NSURED INSURER A: Ohio Casualty Insurance Co. INSURER B: West American Ins. Company F & H Fence Company, Inc. INSURER C: P.O. BOX 1805 INSURER D: Woodinville WA 98072 go I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR RATIFY( EFFECTIVE POLICY EXPIRATI N TR TYPE OF INSURANCE POLICY NUMBER MW DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 T A X COMMERCIAL GENERAL LIABILITY BH052899155 11/22/01 11/22/02 FIRE DAMAGE(Any one fire) $ 100000 CLAIMS MADE �OCCUR MED EXP(Any one person) $ 5000 X Owner/Cont Prot. PERSONAL&ADV INJURY $ 1000000 T X STOP GAP GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2000000 POLICY }( PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT TB X ANY AUTO BAW52899155 11/22/01 11/22/02 (Ea accident) $ 1000000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIREDAUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ 111���111 AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE Val AGGREGATE $ L $ T_� RETENTIONE $ (;1�Y N S E EMS $ WORKERS COMPENSATION AND I TORY LIMITS I ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ OTHER I A Equipment Floater BM002528991 11/22/01 11/22/02 R/L LIMIT $50,000 I0 $500 DED. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS THE CITY OF RENTON, THEIR ELECTED OR APPOINTED OFFICERS, OFFICIALS, TEMPLOYEES, SUB-CONSULTANTS & VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSUREDS BUT ONLY AS RESPECTS WORK PERFORMED BY THE NAMED INSURED ON THEIR BEHALF. RE: CONTRACT CAG-01-008, SPRINGBROOK SPRINGS WATERSHED PROEPRTY. SEE TATTACHED MASTER PAK ENDORSEMENT. CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER:_ CANCELLATION CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 7 DATE THEREOF,THE ISSUING INSURER WILL NKMHKMWM MAIL 4_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,eUT7FiC1LMXXZ.3XZZD S"A'L CITY OF RENTON R 1055 S. GRADY WAY 7 RENTON WA 98055 fiP AU R F1 ACORD 25-S(7/97) ©ACORD CORPORATION 1988 �rlr 09/25/2002 15:27 FAX 425 489 4501 BITSH COTTON SCOTT Z001/009 11n BUSH, COTTON & SCOTT, LLC 8 11714 Northereek Parkway N.,Suite 102,Bothell,WA 98011 r. ♦ Mail_ P.O.Boa 3018,Bothell,OVA 98041-3018 Phone: (425)4S94500 Fax:(425)485-8489 i�. FA CSIMILE TRANSMITTAL DATE: September 25,2002 FIRM: OutWest Landscape&Irrigation ATTENTION: Kim Beckman FAXNUMBER: 425-481-3977 PHONE NUMBER: 425-481-4043 FROM: Andy Prill RE: Springbrook Springs PAGES: 9 am Kim, ■ Please find attached the completed insurance questionnaire for the City of Renton—Springbrook Springs. I am not clear on whether you needed a certificate of insurance with this,and if so, what limits are required. Please note that I am not able to complete the second page of the questionnaire--I am not able to endorse the policy. I have included the Ohio Casualty Master Pak Endorsement,which governs coverage for those areas addressed by the City of Renton. w Please let me or Cathryn Dail know if you have any questions, or need clarification. r Regards, ON Andy Prill 11r rltr NOTE:if you did not receive all of the pagm or ifyou have a question,please call the verifying number 425-499.4500. CONFIDENIUILITY NOTICE:Tire information contained in this facsimile massage and in any accompanying docutnrnu,coustituns confidential inforrintion which belongs to BUSH,COTM4&SCOrr,LLC. This information is intended ooty for the use of the individual or entity named above.if you arc not the intended recipient of this inibrmation,you are hcrcby notified that any disclosure,copying,dismbution,or the Wldng of any action in telioice on this informanon,is strictly prohibited,If you have received this facsimile message in error,please 6111 immediately notify%by telephone to arrange for its mum to u:.Thank You_ till go d uew oa wi d da T ' LL6E TBb 5Z� � 4 � Z� =ED ZD SZ S 09/25/2002 15:27 FAX 425 489 4501 BUSH COTTON SCOTT V1002/009 Yrr SEP-25-2002 09'% C I T`! OF REMDN PBPW 425 430 7241 P-02/03 City of Renton Human Resources &Risk Management Department Insurance Information Form Contractor/Consultant; r Project Nurr,ber: Staff Contact: jCertificate of Insurance indicates the coverages and limits specified in1. Yes O No contract? If no.explain below_ \ jIs the Commercial General Liability policy form an ISO 1993 Yes p No Occurrence Form or Equivalent? (if no,attach a copy of the policy wRh required coverages dearly identified) it CG OD43 Amendatory Endorsement provfded7'A Yes 0 No CGL General Aggregate provided on a'per project basis'(GG2503)?' Yes 0 No w Additional Insured wording provided?' Yes ❑ No All coverage on a ary bas and non-cordnWing basis?, 6 ' Yes ❑ No Waiver of Subrogation Clause applies?' Yes ❑ No Severability of interest Clause(Cross Liability)applies? Yes 13 No Notice of Cancellation/Non-Renewal amended to 45 days? Yes ❑ No ' To be Shown on certdicate of Insurance a Not required it ISO Occurrence form is 1990 or earlier,may also be assumed under contract_ AM BEST'S RATING FOR CARRIER: CGL Auto — Umb Professional W1 This questionnaire is+saved as a matter of Information. This questionnaire is not an insurance pofrcy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY of RENTON, at ills option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. o Ish, Congo t �taTt LLC. NOY tRdlL AgencyBroker Completed y(Type or Print Namb) _Q,o Q�x �otg ��TriCt�, tSd41 Address Complet Hy(Signature) Name of person to contact Telephone number NOTE: TNIS QUEsriomvAiRE M./ST BE COMPLETED AND ATTACHED Tt7 CERTIFICATE OF INSURANCE FOR EACH LINE OF COVERAGE E 'd LLBE 1 86 SZb uemmooq W14 a*0 :01 zo SZ dos a LLGE 18�, get, uewrlcaq wig dzt, :Eo an sa daS 09/25/2002 15:27 FAX 425 489 4501 B11SH COTTON SCOTT 10003/009 SEP-25-2882 09=56 CITY M RENTON PBPW 425 430 7241 P.B3/W ENDORSEMENT )n consideration of the premium charged, It Is hereby agreed and understood that Policy Number issued by Insurance Company. is amanded to include the fotlawing terms and conditions as respects Contract Number _ issued by the City of Renton (OWNER), t_ ADDITIONAL INSURED. The OWNER, their elected or appointed officers, officials, employees, subconsuftants_ and volunteers are included as additionally insured with regard to damages and defense of claims arising from: la) activities performed by or on bahelf of the NAMED INSURED; or tb) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMI_D INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER: or lb) products sold by the NAMED INSURED to the OWNER; or lc) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this parity shall be primary insurance as tespects the OWNER. or any Ira other insured, its elected or appointed officers, officials, employees, subconsultants or volunteer=; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage_ In either event, any other insurance maintained by the OWNER, or any other insured, Its ekcted or appointed officers, officials, employees, subconsultants or vplumeers shall be in excess of thin insurance and shall not contribute Mail with it. 3. SEVEAABILITY OF INTEREST. The inclusion of more than one insured under this policy shell not affect the rights of any Insured as tespects any claim. Suit or judgment made or h brought by or for any other Inswed or by or for any employee of any other insured_ This policy shall protect each Insured in the same mariner as through a separate policy had been issued to each.-execpt that nothing heralri shall operate to increase the company's liability beyond the amount of amounts for which the company would have been liable had only one insured been named. 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 t451 days' prior written notice by certified mail return receipt requested has been given ro the OWNER. Such notice shall be addressed to tai the OWNER and lb) the CONSULTANT. S. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. art 6. AGGREGATE LIMIT- The General Aggregate Limit under LIMITS Of Insurance applies Separately to the agave named contract for the above named OWNER. Date Authorized Representative tart Signature r• V P i-151P /� H:rlrrR✓cw.nr alkn�:,polrW� . �C A#k dl) 6 rt,a r air TOTnL P.03 am Ills b'd LL6E T8* SZb uews{aaq uut� e1.D =DT ZO SZ daS rrr E 'd LLSE TBb SZb uew>{0aq wt-),i dZb :EO ZD SZ daS 09/25/2002 15:28 FAX 425 489 4501 BUSH COTTON SCOTT 1 004/009 THIS ENDORSEMENT %;HANG'S THE POLICY. PLEASE SEAU IT CAREFULLY, GENERAL LIABILITY MASTER PAK PLUSsvlv FOR CONSTRUCTION This endorsement med'ifies insurance provided under tho following CCMMEACIAI.GENERAL LIABILITY COVERAGE PART r. - INDEX SUBJECT. PAGE e, o Blsmket Additional Insured(Owners,Contractors or Lessors) 2 hFire,Lightning Explosion and Sprinkler Leakage Damage To Premises You Rent 2 W1 Nan-Owned Watercraft 3 R O Ir Y Supplementary Payments(fail Bonds) 3 Personal and Advertising Injury .3 Aggregate Limits(Per Location) 4 Aggregate Limits(Par Project) 4 Voluntary Property Damage Coverage 4 Off Premises Caro.Custody or Control Coverage 4 (as Newly Formed or Acquired Organizations(Lao Days Notice) 4 Duties In The Event Of Occurrence,Offense,Claim or Suit 5 as Bodily injury(Mental Anguish) Waiver Of Transfer Of Rights Of Recovery A9alnst Others 5 r Medical Payments Increase 5 Broad Named Insured s Broadened Mobile Equipment 9 Incidental Malpractice Liability 6 �Irr Non-Owned Aircraft a it Property Damage-Elevators 6 r ~MASTE.R PAK Is a registered sarvlce mxk of The Ohio Casualty Insunnee Company and Its subsidkries. rile r� CG 84 113 07 SS Includst copyrighted me,4asl of Inzuranca Sarvleea Office, Inc,with Ike parmisalon. Page 1 of 6 d uew Oa wi d da b ' LL6E T Bfr 5Zb � 4 � Z� =EO ZO Sz S 09/25/2002 15:29 FAX 425 489 4501 BUSH COTTON SCOTT Z005/009 ift 1. BLANKET ADDITIONAL INSURM{Owners,Contractors or Lessors) WHO IS AN iNSURED (Section iI) is amended to include as an insured any person or organization whore you No are required to name as an additional insured on this policy under a written contract or agreement The written contract or agreement must be: (a) currently in effector becoming effective during the term of this policy;and ,, (b) executed prior to the"bodily in jury,"'property damage"or'perscnal and advertising injury., The insurance provided the additional insured is limited as follows: 1. That the person or organization is only an additional insured with respect to liability arising out of: so a Real property you own,rent,lease, or occupy;or b. "your work'for that additional insured for or by you. 2 The limits of insurance applicable to the additional Insured era those specified in the written contract or agreement or the limits available under this policy whichever are less.These limits are inclusive of and not +e in addition to the fimits of insurance available udder this policy. 3. The insurance provided the additional insured does not apply to liability arising out of the sole negligence of the additional insured 60 4. The insurance provided the additional insured does not apply to: a "bodily Injury, b. "property damage", e_ "personal and advertising in jury°or ` d defense coverage under the Supplementary Payments section of the policy arising out of an architects, engineer's or surveyor's rendering of or failure to render any prof es- sionai services including (1) The preparing, approving, or failing to prepare or approve snaps, shop drawings, opinions, re- ports,surveys, field orders,change orders or drawings and specifications;and (Z Supervisory,inspection,architectural or engineering activities Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless a contract specifically requires that this insurance be primary or you request that it apply on a primary basis 2 FIRE,LIGHTNING;"EXPLOSION-AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, • the following applies A. The last paragraph of SECTION i-COVERAGE A2 Exclusions is replaced by the following an Exclusions a through tt do not apply to damage by fire, lightning,"explosion" or sprinkler leakage to premises whoa rented to you or temporarily occupied by you with permission of the owner.A separate limit of_insurancs.applies to this coverage as described in- LIMITS OF INSURANCE(SECTION 1111. 13. Paragraph B of SECTION IiI--UNITS OF INSURANCE is replaced by the following: B. Subject to 5, above, the higher of 9300,000 or the Damage To Premises Rented To You Urnit i9 the most we will pay under Coverage A for damages because of "property damage'to premises rented to you or temporanly occupied by you with the permission of the owner arising out of any one fire, lightning.'explosion"or sprinkler leakage 'in- cident M Paragraph &b(l)(bl of Other Insurance,SECTION IV--CONDITIONS is replaced by the follow- s. ing: hl That is Fire,Lightning,'Explosion"or Sprinkler Le age insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D_ Paragraph 9.2. of the d6finiticn of INSURED CONTRACT under SECTION V-DEFINITIONS is replaced by the following a. A contract for the tease of premises.However,that portion of the contract fora lasso of premises that indemnifies any person or organization far damages by fire, lightning, "explosion"or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an insured contract"; CG e4 16 07 99 Includes rapyrlyhtad,naiajai of lnaarance sarviQ2s Office. Inc., whh ha p*rrniSsi*n. Page 3 of 6 T 'd 1-1-BE 183 1 uew,>ioaq w t)l d0s :E0 ao sa des 09/25/2002 15:28 FAX 425 489 4501 BUSH COTTON SCOTT 0008/009 E_ The following definition is added to SECTION V-DEFINITIONS: "Explosion"means a sudden release of expanding pressure accompanied by anoise,a burst- ing forth of material and evidence of the scattering of debris to locations further than would have rosulted by gravity atone. Explosion does not iriclude any of the following 1. artificially generated electrical current including electrical arcing that disturbs electrical devlces,appliances or wires; 2. rupture or bursting of water pipes; 3. explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you,or operated under your control;or W" 4. rupture or bursting caused by centrifugal force. 3- NON-OWNED WATERCRAFT Paragraph SW of SECTION I-COVERAGE A, 2 Exclusions Is replaced by tha following (Z A watercraft you do not own that is: 0 (a) Less than 51 feet long;and n (b) Not being used to carry persons or property for a charge; 4 SUPPLEMENTARY PAYMENTS N In the SUPPLEMENTARY PAYMENTS-COVERAGES A AND 9 provision; n The limit for the cost of bail bonds in paragraph t.b is changed from 325().to S 1000. 0 5.' PERSONAL AND ADVERTISING INJURY -Paragraph 14 b.,d and e_of SECTION V DEFINITIONS is replaced by the following b. Malicious prosecution or abuse of process; d. Oral,written, televised, videotaped or electronic publication of material that slanders or libels a person ar organization or disparages a person's or organization's goods, pro- ducts or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a W person's right of privacy; The f ollowing is added to Paragraph 14."Personal and Advertising injury*of Section V-DEFINITIONS: h. discrimination or humillaUan that result in injury to the feelings or reputation of a natural person,but only if such discrimination or Nimiliation is not done intentionally by or at the direction of (a) an insured;or (b) any'executive officer"director,stockholder,partner or member of the insured;and rw (2) not directly or indirectly related to the employment,prospective employment or termina- tion of employment of any person or persons by any insured Subparagraph a,(2) and e.0) of Paragraph 2. Exclusions of Section I - COVERAGE B -PERSONAL AND ADVERTISING INJURY LIABILITY are replaced by the following 2 Exclusions This insurance does not apply to: a. "Personal and advertising injury" (2) Arising out of oral, written,televised, videotaped or electronic publication of ma- terial,if done by cr at the drection of the insured with knowledge of its falsity; (3) Arising out of oral, written, televised,videotaped or electronic publication of ma- +r. terial whose first publication took place before the beginning of the poricy period; Subparagraph a(5),Exclusions of Section I--COVERAGE S-PERSONAL AND ADVEF17ISING INJURY LIASIUTY is deleted wr CG 8.4 16 07 S9 �„�war, ��o,.r��..a ` _. �__..____. �__.�___ �...__ �__ ...�_� �._.�_.,:...... pine 3 or fi � 'd LL6E TBb Sztr uewlcaq wig d0q :E0 ZO SZ da5 09/25/2002 15:29 FAX 425 489 4501 BUSH COTTON SCOTT 1?1007/009 S. AGGFIEGAT1_:UNItTS OF INSUR,►j%,c PER LOCATION) .j The General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your"locations-owned by or rented to you or temporarily occupied by you with the permission of the owner, "Location" mean premises involving the same or connectirig lots, or premises whose connection is .interrupted only by a street roadway,waterway or right-of-way of a railroad err 7. AGGREGATE LINTITSOF INSURANCE(PER PR0.IECT) The General Aggregate Lirrvt under LIMITS OF INSURANCE(SECTION III)applies separately to each of your projects away from premises owned by or rented to you: S. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request,we will pW for loss to property of others caused by your business operations.The most we wig pay for this coverage is$500 each'occurrence,"The loss must occur during the policy period The occurrence must take place in the coverage territory. Loss means unintended damage or destruction Loss does not mean disappearance, abstraction or theft This coverage does not apply to: 1. Motor vehicles; 2. Property you own,occupy,rent or lease from others;or 3. Property an your premises for sale,service,repair or storage. None of the other poricy exclusions apply to this coverage, ee If the policy to which this endorsement is attached is wrrtten with a Property Damage Liability deduct- ible,the deductible shall apply to Voluntary Property Damage The limit of coverage stated above shall not be reduced by the amount of this deiductaWe. OFF)PREMISES CARE,.CUSTODY OR CONTROL,COVERAGE A. We will pay those sums that you become legally obllgated to pay as damages because of"property damage"to property of others while in your care,custody or control or property as to which you are exercising physical control if the"property damage"arises out of your business operations rnr S. Exclusions This insurance shall not apply to; 1_ "Property damage'of property at premises owned,rented, leased operated or used by you; Z "Property damage"of property while in transit; 3 The cost of repairing or replacing (1)any work defectively or incorrectly done, (2) any product manufactured sold or supplied by you, unless the"property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent under- taking;or 4. "Property damage",of property caused by or arising out of the"Products/Completed Operations Hazard°. C. Limits of Insurance-The most we will pay for"property damage"under this Section S is 525,000 for each"occurrence".The most we will pay for the surn of all damages Covered under Section S because of"property damage"is an enteral aggregate limit of$25,000. The limits of insurance provided under this Section S.are inclusive of and not in addition to any other Limits provided in the policy or endorsements attached to it D. Deductible - We will not pay for "property damages in any one occurrence until the amount of 'property damage" exceeds 5250. If the policy to which this endorsement is attached contains a "property damage"deductible,that deductible shall apply if it is greater than 5250. er E In the event of"property damage"covered by this endorsement you shalL,if requested by us, replace the property or furnish the tabor and materials necessary for repairs thereto at your actual cost excluding profit or overhead charges. 10. NEWLY FORIVIgn OR ACCUIR513 ORGANIZATIONS A. In paragraph 4a of Section 11-WHO 1S AN INSURED,S0th day is changed to 180th day. B. This provision 10. does not apply if newly forrned or acquired organizations coverage Is excluded either by provisions of the Coverage Part or by endorsaments attached to it CG 84 13 07 Z9 Includes copyrightep material of In3w8MCv Sarlcea CffiCa, Inc, with its pe7n1137ium 1?3$3 4 of 6 E -d LLBE 18tr SZb uew oa w t d da � 4 �1 OS =E0 ZO SZ S 09/25/2002 15:29 FAX 425 489 4501 BIiSH COTTON SCOTT A 008/009 11. DUTIES IN THE ENIFmT Op OCCUFIRF-qCE,OFFEiySE,CLAIM OR SUIT A. The requirement in Section IV — COMME9CIAL GENERAL LIABILITY CONDITIONS paragraph 23 that you must sea to it that we are notified of an"OCCLrrance"applies only when the"occurrence" is known to.-. l. You,If you ara an individual; 2- A partner, if you are a partnership; 9. A member or manager,If you are a Limiter!Liability Company;or 4. An executive officer or designee,if you area corporation. B. The requirements in Section IV — CONIMEFiCIAL GENERAL LIABILITY CONDmONS paragraph 2b that you must see to it that we receive notice of a claim or"suit' will not be considered.breached unless the breach occurs after such claim or"suit"is known to: I. You,if you are an individual Z A partner, if you area partztershlp; 3. A member or manager,if you area Limited Liability Company;or 4. An executive officer or designee,if you are a corporation. Knowledge of an"occurrence; claim or"suit" by the agent, servant or employee of any insured g shall not in itself constitute knowledge of the insurad unless an officer or designee shall have 'received noire from its agent,servant,or employee. 12 BODILY INJURY +r !2 Paragraph 3 of the definition of"bodily injury"in the DEFINITION Section is replaced by the following 3. 'Bodily injury"means bodily Injury.sickness or disease sustained by a person,including mental anguish or death resulting from any of these at any time. 13.- %AJAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement 14. MMICAL PAYMENTS If Medical Payment Coverage (Coverage C) is hot otherwise excluded from this policy. the Medical Expense limit provided by this policy shall be the graaisr of: A. 010,000 or S. The amount shown In the declarations. 15. BROAD NAMED INSURED Paragraph 2.a(t)(d)of SECTION 11—WHO IS AN INSURED is replaced by the following (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or . err paramedics who are employed by you to provide medical or paramedical services Tho followkg is added to Paragraph Z.of Section n—WHO IS AN 1NSURM Any subsidiary and subsidiary thereof,of yours which is a legally incorporated entrty of which you own a financial interest of more than 50%of voting stock on the offactive date of this Coverage No Part The Insurance afforded herein for any subsidiary not r+amed in this Coverage Part as a Named insured does not apply to injury or damage with respect to which an Insurad under this Coverage Part is also an Insured under another policy or would be an insured under such policy but for its go termination or the exhaustion of its Limits of Insurance. 16. BROADENED MOBILE EQUIPb1ENT Paragraph 12.f.(i)of SECTION V—DEmwoNS is replaced by the following (1) equipment designatedprimaroy for (a) snow removal; (b) road maintanance,but not Construction or resurfacing;or (c) street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or greater. wr rrr .Cl LLGE 18t, Si?b uew�{oaq w t'>j d05 =ED ao se day 09/25/2002 15:29 FAX 425 489 4501 BUSH COTTON SCOTT IA 009/009 n- INC IDENtAl MALPRACTICE LI;481UTY Paragraph 3.O Of SECTION V--DEHNITIONS Is.replaced by the following: 9. "Bodily injury"means bodily injury,sickness,dlseasa or"incidental medical malpractica"sus- tained by a person,including mental anguish or death resulting from any of these at any Ume The following is added to Section V-DERNIT1ONS: 23. "Incidental medical malpractice"means injury arising out of the negligent rendering or failura ` to render medical or paramedical services to persons by any physician,dentist, nurse,emer- gency medical technician or paramedic who is employed by you to provide such services provided you are not engaged in the business or occupation of providing any services re- ferred to in this definitiorL 18. NON-OWNED AIRCRAFr The following is added to Paragraph g, Aircraft, Auto or Watercraft of Section I - COVERAGE Q BODILY INJURY AND PROPERTY DAMAGE LMILIrY: (g) an aircraft with a paid crew,that is hired,Chartered or loaned but is not owned by any Insured 19. PROPERTY DAMAGE-ELEVATORS The following is added to Paragraph j, Damage to Property of Section I - COVERAGE A. BODILY "JURY AND PROPERTY DAMAGE LIABUTY. Paragraphs(3)and(4)of this exclusion do not apply to the use of elevators. All other terms and conditions of your policy remain unchanged `rr +rr orr as .r irr CG 84 10 e7 qa �r. ww S 'd LL6E T Bt► SZb uew-{oaq w t-p{ d 1 9 :EO ZO SZ daS STAT£ 4 4 O � � N t 'Z ��'yd 7989 1 yam? STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE OFFICE,PO Box 44540, OLYMPIA,WASHINGTON 985044540 E-MAIL DOwL235 a-,LNI.wA.GOV (360)902-5335 FAX(360) 902-5300 rr February 1, 2002 TO: All Washington Public Agencies FROM: Jim P. Christensen, Industrial Statistici i` Prevailing Wage a, SUBJECT: Prevailing Wage Attached are revised prevailing wages which will be effective for any contract bid on or after March 3, 2002. Public agencies are required to publish wages that meet or exceed prevailing wages, in bid specifications and in contract documents. Please be sure you do this. RCW 39.12.030. E-WAGES-These wages, along with a wealth of other prevailing wage information, are available on our website at WWW.LNI.WA.GOV/PREVAILINGWAGE. They are so easily accessible from our website and are so expensive to print and mail, we will stop mailing prevailing wage lists to everyone. If you must continue to receive prevailing wages by mail you must send us a card or letter, otherwise you will no longer be receiving them by mail. For similar reasons we are also no longer printing the information booklet. E-BUSINESS-There is also a new system which allows contractors to file Intent and Affidavit forms electronically. This speeds up the process considerably. See all this at WWW.LNI.WA.GOV/PREVAILINGWAGE. REVISED INTENT AND AFFIDAVIT FORMS- Our paper Intent and Affidavit forms have been revised. They are still very similar to the old forms,with a few changes. They do not require a notary seal, and they are 2-part carbonless forms rather than the old 4-part forms. The department will keep one copy and the original will be for your records. Contractors wanting to keep a copy will have to photocopy. The revised forms will be available February 15 from our Tumwater office or any of our local service locations beginning March 1. After June 30, 2002, only the revised forms will be accepted for processing. SMALL WORDS ROSTER- I am asking that agencies using the `small works roster' procedure for contracts under $10,000 please contact me at(360) 902-5330. I am considering making revisions to this paperwork method and I need to know how many agencies are using it and who they are. ATTENTION AWARDING AGENCIES APPLICATION OF RCW 39.04.260 Due to the increasing prevalence of the Lessee/Lessor relationships between public and private parties, the Department would like to again remind awarding agencies of the requirements of RCW 39.04.260. RCW 39.04.260 states that any work, construction, alteration, repair, or improvement, other than ordinary maintenance, that the state or a municipality causes to be performed by a private party through a contract to rent, lease, or purchase at least fifty percent of the project by one or more state agencies or municipalities shall comply with chapter RCW 39.12, the State's prevailing wage law. It is the responsibility of the awarding agency to make an accurate determination as to whether the entire project falls within RCW 39.04.260 prior to entering into a lease relationship for space in a privately owned building. The determination is based on whether the awarding agency is causing the work to be performed and when at least fifty percent of the leased space is going to be occupied by one or more public agencies. If RCW 39.04.260 applies, all work performed in conjunction with the project is covered,not just the tenant improvements, and the project is subject to all provisions of RCW 39.12. Specifically, RCW 39.12.020, RCW 39.12.040 & RCW 39.12.042 should be reviewed. These statutes outline the requirements for a contractor to pay prevailing wages and the awarding agencies responsibilities for requiring contractors to file Statements of Intent to Pay Prevailing Wages and Affidavit of Wages Paid. Should the awarding agency fail to comply with all the provisions of RCW 39.04.260 and RCW 39.12.040, the awarding agency can be held responsible for any unpaid prevailing wages. Recently, an awarding agency was held liable for unpaid prevailing wages because they did not apply the provision of RCW 39.04.260 to the remodel of a privately owned building that was to be leased by the awarding agency. Should you have any further questions or need assistance in making these determinations, please contact us. BENEFIT CODE KEY—EFFECTIVE 03-03-02 —2- 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE—HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES err THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. err A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE—HALF TAMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE—HALF TAMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE—HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN Wr ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS err WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TAMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TAMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. rr 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES err A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). BENEFIT CODE KEY-EFFECTIVE 03-03-02 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 TAMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT(8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR- TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR- TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDTPIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 11 N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TAMES THE HOURLY RATE OF WAGE, R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-03-02 -3- 5. B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). rr D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(71/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. irr V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X._ HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, +ow THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). d 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) wa BENEFIT CODE KEY-EFFECTIVE 03-03-02 -4- 6• Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEARS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TOIW THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TAMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$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. 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. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 ' PO Box 44540,Olympia,WA 985044540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY +rr Effective 03-03-02 (See Benefit Code Key) r Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.67 1 M 5D BOILERMAKERS JOURNEY LEVEL $38.71 1 B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1 M 5A CABINET MAKERS(IN SHOP) r JOURNEY LEVEL $11,71 1 CARPENTERS ACOUSTICAL WORKER $35.31 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $35.15 IM 5D CARPENTER $35.15 1M 5D CREOSOTED MATERIAL $35,25 1M 5D DRYWALL APPLICATOR $34,94 IM 5D FLOOR FINISHER $35.28 IM 5D FLOOR LAYER $35.28 IM 5D FLOOR SANDER $35.28 1M 5D MILLWRIGHT AND MACHINE ERECTORS $36.15 1 M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $35,35 1M 5D SAWFILER $35.28 1M 5D SHINGLER $35,28 1M 5D STATIONARY POWER SAW OPERATOR $35.28 IM 5D STATIONARY WOODWORKING TOOLS $35.28 1 M 5D CEMENT MASONS jrr JOURNEY LEVEL $36.15 1M 5D DIVERS&TENDERS DIVER $75.57 1M 5D 8A 160 DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 1B 5D 8L ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L BOATMEN $35.67 1B 5D 8L ENGINEER WELDER $35.72 1B 5D 8L LEVERMAN,HYDRAULIC $37.11 113 5D 8L irr MAINTENANCE $3523 1B 5D 8L MATES $35.67 113 5D 8L OILER $35.33 113 5D 8L rrr DRYWALL TAPERS JOURNEY LEVEL $34.92 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 NO Pagel ON KING COUNTY Effective 03-03-02 will (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $45.65 1D 6H CABLE SPLICER(TUNNEL) $62.70 1D 6H CERTIFIED WELDER $43.99 1D 6H CERTIFIED WELDER(TUNNEL) $60.27 1D 6H CONSTRUCTION STOCK PERSON $23.33 1 D 6H JOURNEY LEVEL $42.33 1D 6H JOURNEY LEVEL(TUNNEL) $57.83 1 D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31.13 4A 5A JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A POLE SPRAYER $40.40 4A 5A irl POWDERPERSON $31.13 4A 5A ELECTRONIC 8 TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS will CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 60 MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $11.05 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 113 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 1 B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1B 6S so ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.24 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder $18.24 16 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S FENCE ERECTORS FENCE ERECTOR $24.62 1 FLAGGERS JOURNEY LEVEL $24.99 1M 5D GLAZIERS JOURNEY LEVEL $35.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1 F 5C ■ HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $30.15 1M 5D Page 2 KING COUNTY Effective 03-03-02 (See Benefit Code Key) Wrr Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ifr INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN ASSISTANT ENGINEER $30.70 1K 5D CHIEF ENGINEER $31.57 1K 5D ors COOK $26.58 1K 5D DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D DECKHAND $26.17 1K 5D irrr FIRST MATE $30.80 1K 5D MASTER $33.74 1K 5D MATE,LAUNCH OPERATOR $28.83 1K 513 MESSMAN $21,96 1K 5D ORDINARY SEAMAN $23.28 1K 5D INSPECTION/CLEANINGISEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53, 1 INSULATION APPLICATORS JOURNEY LEVEL $35.15 1M 5D I" IRONWORKERS JOURNEY LEVEL $37.17 113 5A LABORERS low ASPHALT RAKER $30.15 1 M 5D BALLAST REGULATOR MACHINE $29.67 1M 5D BATCH WEIGHMAN . $24.99 IM 5D CARPENTER TENDER $29.67 IM 5D 10' CASSION WORKER $30.51 1M 5D CEMENTDUMPER/PAVING $30.15 1M 5D CEMENT FINISHER TENDER $29.67 1M 5D rr CHIPPING GUN(OVER 30 LBS) $30.15 IM 5D CHIPPING GUN(UNDER 30 LBS)_ $29.67 1M 5D CHUCK TENDER $29.67 1 M 5D irr CLEAN-UP LABORER $29.67 1M 5D CONCRETE FORM STRIPPER $29.67 IM 5D CONCRETE SAW OPERATOR $30.15 IM 5D CRUSHER FEEDER $24.99 1M 5D CURING LABORER $29.67 1M 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $29.67 1M 5D DITCH DIGGER $29.67 1M 5D DIVER $30.51 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $30.15 IM 5D DRILL OPERATOR,AIRTRAC $30.51 IM 5D DUMPMAN $29.67 1M 5D FALLER/BUCKER,CHAIN SAW $30.15 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $22.67 IM 5D construction debris cleanup) FINE GRADERS $29.67 1M 5D Page 3 irr KING COUNTY Effective 03-03-02 ii0 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FIRE WATCH $29.67 1M 5D FORM SETTER $29.67 1M 5D GABION BASKET BUILDER $29.67 1M 5D GENERALLABORER $29.67 1M 5D GRADE CHECKER&TRANSIT PERSON $30.15 IM 5D GRINDERS $29.67 IM 5D GROUT MACHINE TENDER $29.67 1M 5D HAZARDOUS WASTE WORKER LEVEL A $30.51 1M 5D HAZARDOUS WASTE WORKER LEVEL B $30.15 1M 5D HAZARDOUS WASTE WORKER LEVEL C $29.67 1 M 5D HIGH SCALER $30.51 1M 5D HOD CARRIER/MORTARMAN $30.15 1M 5D JACKHAMMER $30.15 IM 5D LASER BEAM OPERATOR $30.15 1M 5D MINER $30.51 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $30.15 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $30.15 1M 5D PILOT CAR $24.99 1M 5D PIPE RELINER(NOT INSERT TYPE) $30,15 1M 5D PIPELAYER&CAULKER $30,15 1M 5D PIPELAYER&CAULKER(LEAD) $30.51 1M 5D PIPEWRAPPER $30.15 1M 5D POT TENDER $29.67 1 M 5D POWDERMAN $30.51 1M 5D POWDERMAN HELPER $29.67 1M 5D POWERJACKS $30.15 IM 5Dj RAILROAD SPIKE PULLER(POWER) $30.15 1M 5D RE-TIMBERMAN $30.51 1M 5D RIPRAP MAN $29.67 1M 5D SIGNALMAN $29.67 1M 5D SLOPER SPRAYMAN $29.67 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $30.15 1M 5D SPREADER(CONCRETE) $30.15 1M 5D STAKE HOPPER - $29.67 1M 5D STOCKPILER $29.67 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $30,15 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $30,15 1M 5D TOOLROOM MAN(AT JOB SITE) $29.67 1M 5D TOPPER-TAILER $29.67 1M 5D TRACK LABORER $29.67 1M 5D TRACK LINER(POWER) $30.15 1M 5D TUGGER OPERATOR $30.15 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $29.67 1M 5D ink VIBRATOR $30.15 1M 5D WELDER $29.67 1M 5D WELL-POINT LABORER $30.15 1M 5D LABORERS-UNDERGROUND SEWER&WATER will GENERAL LABORER $29.67 1M 5D PIPE LAYER $30.15 1M 5D Page 4 r KING COUNTY Effective 03-03-02 (See Benefit Code Key) dim Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ow LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11,07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 Yr LATHERS JOURNEY LEVEL $34.94 1M 5D MACHINISTS(HYDROELECTRIC SITE WORK) err MACHINIST $1684 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 dw WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 No EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $1156 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $28.63 2B 5A PLASTERERS JOURNEY LEVEL $35.63 111 5A ft PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $44,76 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33,59 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36,05 IT 5D 8L io BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $36.49 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $36.99 IT 5D 8L BACKHOES, (75 HP&UNDER) $35.69 IT 5D 8L go BACKHOES, (OVER 75 HP) $36.05 IT 5D 8L BARRIER MACHINE(ZIPPER) $36.05 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $36.05 IT 5D 8L to BELT LOADERS(ELEVATING TYPE) $35.69 IT 5D 8L BOBCAT $33.59 IT 5D 8L BROOMS $33,59 IT 5D 8L BUMP CUTTER $36.05 IT 5D 8L im CABLEWAYS $36,49 IT 5D 8L CHIPPER $36.05 IT 5D 8L COMPRESSORS $33,59 IT 5D 8L No CONCRETE FINISH MACHINE-LASER SCREED $33.59 IT 5D 8L CONCRETE PUMPS $35.69 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 IT 5D 8L io CONVEYORS $35.69 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $35.69 IT 5D 8L Page 5 d KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 20-44 TONS,WITH ATTACHMENTS $36.05 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $36.49 IT 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $36.99 IT SD 8L WITH ATTACHMENTS) I III CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $37.49 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $33,59 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $35.69 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $37,99 IT 5D 8L ATTACHMENTS CRANES;OVERHEAD,BRIDGE TYPE(20-44 TONS) $36.05 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $36.4$ IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $36.99 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $36,99 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $37.49 IT 5D 8L CRUSHERS $36.05 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $36.05 IT 513 8L DERRICK,BUILDING $36.49 IT 513 8L aw DOZERS,D-9&UNDER $35.69 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $35.69 IT 5D 8L DRILLING MACHINE $36.05 IT 50 8L ELEVATOR AND MANUFT,PERMANENT AND SHAFT-TYPE $33.59 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $35.69 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $35.69 IT 5D 81- so FORK LIFTS,(UNDER 3000 LBS) $33.59 IT 5D 8L GRADE ENGINEER $35.69 IT 5D 8L GRADECHECKER AND STAKEMAN $33.59 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MAN LIFTS),AIR TUGGERS $35.69 IT 513 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $35.69 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $36.05 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $33.59 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $35.69 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $36.49 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $36,99 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $36.05 IT 5D 8L LOCOMOTIVES,ALL $36.05 IT 5D 8L MECHANICS,ALL $36.05 IT 513 8L MIXERS,ASPHALT PLANT $36.05 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $36.05 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $35.69 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $36.49 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 IT 5D 8L OPERATOR PAVEMENT BREAKER $33.59 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 IT 5D 8L PLANT OILER(ASPHALT CRUSHER) $35.69 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $33.59 IT 5D 8L POWER PLANT $33.59 IT 5D 8L PUMPS,WATER $33.59 IT 5D 8L QUAD 9,D-10,AND HD-41 $36.49 IT 5D 8L ail Page 6 qw KING COUNTY + ► Effective 03-03-02 (See Benefit Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ow REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $36.49 IT 5D 8L EQUIP RIGGER AND BELLMAN $33.59 IT 5D 8L ROLLAGON $36.49 IT 5D 8L +w ROLLER,OTHER THAN PLANT ROAD MIX $33.59 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $35.69 IT 5D 8L ROTO-MILL,ROTO-GRINDER $36.05 IT 5D 8L we SAWS,CONCRETE $35.69 IT 5D 81- SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 IT 513 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 IT 5D 8L IN OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $35.69 IT 5D 8L SCREED MAN $36.05 IT 513 8L SHOTCRETE GUNITE $33.59 IT 5D 8L SLIPFORM PAVERS $36.49 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 IT 513 8L SUBGRADE TRIMMER $36.05 IT 5D 8L TRACTORS,(75 HP&UNDER) $35.69 IT 5D 8L TRACTORS,(OVER 75 HP) $36.05 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $36.49 IT 5D 8L TRENCHING MACHINES $35.69 IT 513 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 IT 5D 8L wr TRUCK CRANE OILERIDRIVER(100 TON&OVER) $36.05 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $33.59 IT 5D 8L YO YO PAY DOZER $36.05 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER ++� (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A SPRAY PERSON $28,35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A Ow TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $43.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS rr JOURNEY LEVEL $1925 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $36.15 1 M 513 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $24.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 r Page 7 go KING COUNTY Effective 03-03-02 #*�,t**�t,t* �,t��t **,r***�tt�t�t*�,t�t�t**�*tom*�*�tt�t�t#�-,tom** ** ir�,t*�,t�,t*�,t�r* ,►-k� (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1; RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.87 1G 5A RESIDENTIAL REFRIGERATION S AIR CONDITIONING MECHANICS JOURNEY LEVEL $43.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $26.23 1.1 5A RESIDENTIAL SOFT FLOOR LAYERS oill JOURNEY LEVEL $30.60 16 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $32.53 1R SA USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A SHEET METAL WORKERS will JOURNEY LEVEL(FIELD OR SHOP) $39.68 1J 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS S INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $1244 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $42.48 1B 5C wi STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS all CHAIN PERSON $935 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $24.74 2B 5A HOLE DIGGER/GROUND PERSON $13.18 2B 5A INSTALLER(REPAIRER) $23.66 2B SA sly JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $24.74 2B 5A SPECIAL APPARATUS INSTALLER II $24.21 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 2B 5A TELEVISION GROUND PERSON $12.42 2B 5A TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A TELEVISION TECHNICIAN $18.33 2B 5A TREE TRIMMER $22.91 2B 5A Page 8 will KING COUNTY err Effective 03-03-02 (See Benefit Code Key) ww Over PREVAILING Time Holiday Note Classification WAGE Code Code Code aw TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $32.83 1H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $26.66 1H 5A to TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A TRUCK DRIVERS to ASPHALT MIX(TO 16 YARDS) $33.48 IT 5D 81- ASPHALT MIX(OVER 16 YARDS) $34.06 IT 5D 8L DUMP TRUCK $33.48 IT 5D 8L err DUMP TRUCK&TRAILER $34.06 IT 5D 8L OTHER TRUCKS $34.06 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS dr IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 aw arr im arr urr rr Page 9 rr iW Department of I-abor and Irtdtutres - STATEMENT OF INTENT Prevailing Wage PO Box 44540 TO PAY PREVAILING WAGES t0 Olympia WA 9850"540 . -Public Works Contract THIS FORM MUST BE TYPED OR.PRINTED IN INK Incompletefonns cannot be processed and will he returned without approval. $25.00.Filing Fee Required Large,bold numbers match instructions on back of form_ 2 Proem Name Contract d Puss(slows mwjaxw of to waAmp days 1w p ooa:p tom des dear M OepwanentreQw'as your lama. -ALL FORMS WILL BE MAILED TO THIS ADDRESS.- Cannata Awarding Agc=y organization name.address_city.state&ZIP+4 �_ i ` Address c ----------------------------------------------------------.-------------------------------------_..--------------------------------------------- City Sate 71P.a ire i ......................................................................................-- Canty wham wark will be perfoaned City where wodt will be pcdottnd lull ,---..._�_�__w.� _��.` Bid desk date Date contract awarded Prime contractor L&I Contr_Registration No.• Do you imead to use subcontractors? Do you intend to etsa apprentices? Yes (D No Y= Ne indicate total dollar amount of your contract 4 Rue of 5 Race of Hourly 15 Estimated Number ow 3 _ Craft/tradeloccupadon Hourly pay Fringe Benefits of Workers {s�fvy, tut(/ ss yr id:.v iv v y:x •YY- w}iW!r:_\:+f,}{i}w4£{iii isiJv~.*y',`Ctii�:;:tiiti!::-:-}:yiy'{ui- i:<��•::.:!b:.?:i::}:{:e:-i::::4i:i::J:::::v:: atnpany name....:.:.......... :....:::.. - I heumby eadfy that the abovo inforatatiat is cony=and that alt wa�ets 1 $ C employ an this Public Worts Project will be paid vo lea than the prevailing -- Wage Rato(s)as detcanimed by the Industrial Statinicivn of the Dcpaanesn Address of Libor and ladutstrics-I understand that contractors who violate Prevaiing Wage Laws.ie_iacatxact classification/scope of Wedc of wod=m iraproper payment of prevailing wages.etc_are subject to Saes and/or debarmcat and City State ZIP+4 will be segoimd to pay any back wages due to wadtcu- RCW 39.12050 7 NOTARY: Complete all 4 copies and notarize each Phone number L.Bc!Cotur_Rcgistntion No. Subscribed and swum to before me this dam: My commission expires on ( ) Signantre Title Notary Public in and for the State No of Asnotn Signature r Chock N.nnbcr. For L&I Use Only tuned By: APPROVED: Department of Labor and Industries F_utI ilr stas.a.o U.awy By l,�e..o:arsa<u:m, Whi.-A. LAI �-s�Cu,o,cva G.16—e-Sul+ca — t�oo-at9 too rt,.®m of 6,w P.r 6-93 6 AP�7 Cyr of LAbor and Wautics AFFEDAVIT OFWAGES PAID ��44M Pu blic Works Contract WA 99SO4-4M THIS FORM MUST BE TYPED ORPkMTED IN UM $25.00 Filing Fee Required iUQMI a for=��r�e�. tvi�bC�truseid—**how>TD1T I jay boM UMWX=much Luwpiom oa bads of foms. 2 Pi Name t�awaMansaiui.awdMaarligMr/�I�K� it"&w Nr wDww aw nwhwrwr/aa+a x k' 31fa'fnRMS"WILt:BE MAILEDXOO Date int ent f ti ad Ogavj=doa aunt.adda=&dy.cue a aP r 4 Conaaa A-ardint Age-Y City -state ?7P 4 Or>umty wbere wok was pedonned �y�e we&was petiommod LAI Cwxr RetituSdw No. Bid due due oomtrau awardod Date woke oanP6aod Iadream talk dollar anwnt of your comas 4 Ntanber 5 Toni It bra 6 Rato of 7 Rate of Hourly :8 d Watkw wwrked-a trade' Hoarfy Page Seaefitt isea A aar.dcof toed E M- IVE -.. . w•4 .. ' •- _ ky;`w �xg•3Sjb`.">*o-Y o�'.•'yG.`t\�':".c� � �. •n. a Si xC•. .:.. •' .. s;;.0}::.fix ' • -��},�,'h..v yv� `.{x"y.{:1r--':^' `��[.•} fn(r�YL •�.5.y,•�N-y{�/�e ,%`•{`may Y�".N�`4 Y^� �•:.� :l C,�-�tiio--.!} ��:�R _ Z� .]C.f ��:•,,p .Y.Yh:}fi-!`V�,.:.`i`:�.w-Y:\:EY!!� y:•:A, ..� ��. til.�,.�.�;,+:.i`4^-' - P:••. .:: -- -}} }?. :J.. i:. v?.S-'�}}13�-I}r`_ .{ _ XaJKiT:.Z w?'Y3.r'_i ;wg' : �i::�Y•=2• ;� , �?pc}?x�''a:r'•:2 { .:.-t-`' 'f,#r-.}„- '"��:;�s.3H:• , r)G 11'�Y},: „a!y, c€'-erg �.ti:: _Y Y...�}r.-:-�ySZ?cca�,:1:.-'- �a�:.'�..,.:`:: '::.:?..:r�:4bn:: .<F:G}r':•:.•:�:^-.,-,...-. I bmby oa fy thtt the abaw iofottaa�a i g Co"gMy name employed an this PobSe woks Psojea t - Wade Rat*)w daan®od by the Industdd SLxdzddxn of the DepastmM Addn= .UL.bar cad b A--W s.i that 0---d-.nacre Pre—Unt Wade L'.f e.iroanoa of wok d wod>as.> tvprs State ZIP 4 puyaaea[d watu.se.are mbjou to fines andlot debameot and wA be axlaitod to pay a w bust wages dux a aodua RCW 7912050 10 NOTARY: Campide an 4 copks and notsrtm ewt Phone number I LAA Co tar.Regtt tratk_,No. a std sw�om to before the this darn MY oouttaittton on Signawm Titk otaty blic in md for the State Auwunc igAatnrc Chok Number- issood$r -:},;�:<,.. - •Fos Ldci the Oat1' CER-ITFIFD: Department of Labor and Industries kLAJ By -0oo.Qiea.a d-•p 6» o: vA i.-L*J C.—y A—d-c Amy Pink-Nito! adao<.e-S..boa we w err No CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: to Project Springbrook Springs Watershed Property Fencing Installation Project, WTR-27-2980 CAG No. up This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period va from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of ow Labor& Industries. This form will be executed and submitted prior to or with the last pay request. err Company Name By: to Title: Ift ON Irr �r �r H:\DIVISION.S\UTILITIE.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOOM 1W r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ow In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall secure any permits or licenses required by, and comply fully with all provisions of the following laws,ordinances,and resolutions: r® King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood +r� hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for r disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. ow Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act,R.C.W.70.94. err WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution er Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water im of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife,birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides trr for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard(lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or • spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest w fire conditions. ®r H:\DIVISION.S\UT[LrM.S\WATER\RICK\Springbrook SpringsTU)SPEC.DOC/bh nr REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. 00 U.S.ARMY CORPS OF ENGINEERS ow Section 1 of the River and Harbor Act of June 13 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. r Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat 816)• Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3 1899• Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S. Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse Sri disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, 06 quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. H:\DIVISION.S\UTII.ITIE.S\WATER\RICK\Springbrook Springs\QIDSPEC.DOC/bh 4•• REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES "" WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County 4' Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY 00 W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of 40 Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or io ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. 1W W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of 'w withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. 4W W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. 60 W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public to Works secures one for design. Contractor secures one for his operation(false work design, etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES `W R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. 4W R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. to R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). io UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits)on navigable waters (King County Department of Public Works will obtain.) �r H:\DIVISION.S\UTI L.ITIE.S\WATER\RICK\Springbrook Springs\BIDSPECDOCIM REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030 52.28-040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Bridge Act of March 23 1906 and General Bridge Act of 1946 as amended August 2 1956• Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969,Water Quality Improvement Act of 1970. " PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I,particularly Section 9.02(outdoor fires), Section 9.04 (particulate matter--dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five(5)dwelling units). The above requirements will be applicable only where called for on the various road projects. wr► Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works,900 King County Administration Building, Seattle,WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. r All permits will be available at construction site. rll H:\DIVISION.S\UTII.ITIE.S\WATER\RICMSpringbrook SpringsTIDSPEC.DOC/bh CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton ■r Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal r Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Speci, iications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). rrr Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (:Mis-is deletgd,} All replacement text or text being added is shown as underlined I tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division I APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. Ow (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded r by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. t- vr Page-RS-i Revision Date.May 19, 1997 rr �r Table of Contents. aw CITY OF RENTON STANDARD SPECIF'7CATIONS.....................................................................................i Division1 General Requirements........................................................................................................... 1 ow Division Definitions and Terms.................................................................. . 1-02 Bid Procedures and Conditions.......................................................................................... 1 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work......................................................................................................... .3 1-06 Control of Material........................................................................................................ 1-07 Legal Relations and Responsibilities to the Public..................................................................7 ri 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 Division 2 Earthwork.........................................................................................................................22 2-02 Removal of Structures and Obstructions.............................................................................22 aw 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Hsul........ ............ .......»................».».»........................... . ...............................23 2-06 Subgrade Preparation....................................................................................................23 2-09 Structure Excavation......................................................................................................23 io Division 3 Production From Quarry and Pit Sites and St 3 No supplemental specifications were necessary........................................................................25 trr Division Bases................................................................................................................................2S 4 No supplemental specifications were necessary.........................................................................25 Division S Surface Treatments and Pavements..........................................................................................26 to 5-04 Asphalt Concrete Pavement........................................................ . .................................26 Division 6 Structures..........................................................................................................................29 ow 6-12 Rockeries............... ...29 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30 7-01 Drains........................................................................................................................30 rr' 7-02 Culverts....................................... .............................................................................30 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 745 Manholes,Inlets,and Catch Basins..................................................................................31 "'W' 7-08 General Pipe InstaDation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Backrill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains................................................... ............................34 so 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers........................................................................ .............................39 trr Division 8 Miscellaneous Construction.....................................................................................................40 849 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 rir8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems,and Electrical..................:..........................................41 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 wr Page-RS-ii Revision Date.May 19, 1997 �w Division9 Material s.............................................................................. .. .49 9-00 Defidttons and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................:...............................................49 9-04 Joint and Crack Sealing Materials.....................................................................................SO 9-05 Drainage Structures,Culverts,and Conduits.......................................................................SO 9-06 Structural Steel and Related Materials..............................................................................51 948 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 rrr9-29 Muminadon,Signals,El ectrical........................................................................................52 9-30 Water Distribution Materi als...........................................................................................58 INDEX TO WSDOT AMENDMENT'S......................................................................................................60 `rr WSDOT AMENDMENTS......................................................................................................60 rr err `w Wr w rr +rr r�r Ow rr 1_ r Page-RS-hU Revision Date:May 19, 1997 aw 1-01 Definitions and Terms 1-01 Definitions and Terms err Department shall also refer to the Depart of Division 1 PtaruungBuildingiTublic Works Administrator. Special Provisions(RC) • General Requirements odifhcationu to the standard specifications sad die wamdgae -40-4W--6t=War4 specificationS and supplemental specifications that apply to as individual projecx. The special provisions tnay des a- work the iw 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with dt> special provisions and then with any moons that apply The SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING. Contractor shall include all costs of douig thus work within the bid prices. to 1-01.1 General(RC) State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorutd w Owner. Contracting Agency or Engineer, such refa== shall be iepresethtrtrves where applicable. deetned to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component Charts of the contract which tray include but are not limited to, the Proposal Form, the ado by the City of Renton. Contract Form. hoods. to insurance certificates, varkm other SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Conn-ad Provisions, the Contract Plans botu and citing Drawings. the THE P LT.OWINC,: Standard Specifications, the Standard Plans Addendum. and 1-01.3 Definition(RC, APWA) Change O (ens. Act of god(RQ mid O wthy Date WWAl 'Act of God' ,Weans an earthquake, flood,cyelone, or other The date on which the Contracting Agency publ'tdy opens and eaadysaw phenomenon of nature. A rain,wjndstorn%high water reads the bids. or other natural Phenomenon of unusual intensity for the specific Award Date(APWA,RO locality of die work,which might reasonably have been aaticipated The date of die formal decision of the Contracting Agency to from historical records of the general locality of the work, d mU not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. CWsbnd ftecadox DWe(APWA) Consulting Engineer(RC) The'date the Contracting Agency officially binds the ageihcy to The Contractimg Agency's design eonsultam who may or may the Contract. not administer the construction program for the Contracting Notice to Pmeecd Date(APWA) _ viii Agency. The date stated in the Notice to Proceed on which the Conhaa Day(RQ time begins. Unless otherwise designated, days) as used in the Contract. COittraCt Corapleliout Daft(APWA, RC) Dom,shall be understood to mean wo riting days. The date by which the work is contractually required to be aw Or Equal(RQ completed. The Coctract Completion Date will be stated in the Where the term 'or equal' is used herein, the Conracting Notice to Proceed. Revisions of this date will be sut horiwd in Agency, or the Contracting Agency on recommendation of the writing by the Fakneer' e r whenever there is an extetusioa to the engineer,shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Met Acceptance Date(APWA,RO The respot adiity and cost of furnishing necessary evidence. The date on which the Contracting Agency AcceM ft work demonstrations, or other information required to obtain the as complete-Per contract requirements. approval of alternative materials or amasses by the Owner shall Material(A"A" be entirely borne by the Contractor. Any substance spodfied for use in the eoiisb w ion of the 0 project and its appurtenances which eaters into and forms a tusut of The City of Rentm or its authorized representative. Also the finished structure or improvement aid is capable of tieing so +r referred to as C atrectmg Agency. - used and is furnished for that purpose._ Plans(RQ Materialman(APWA) The contract ph=and/or standard pluis which show location. A person or organization who furnishes a raw mate character, and d'nnensioru of prescribed work indtuding layouts. supply commoditity, equipment, or ma « wed m' profiles,cross-sons,and other details. product and does not perform labor at the Protect Ste=a supplier. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets,_and The written notice from the Co>ttr°^"^° An eecy to the im are a put of the Contract Documents, regardless of die method of svocessf d Bidder signifying the Contracting AaenCy s aooeptauuee bid. of the Bid. The terms "Standard Drawings" or 'Standard Details' Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The writer notice from the Co>ttractiag AveaGy or Eaabi—M with the specification documents or included with the Plans or the to the Contractor authorizing and djrrrtinv the Contractor to City of Renton Standard Plans. proceed with thi Work and establishing the date on which tnc Secretary.Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other rr authorized representatives. The chief executive officer to the 1- Page-SP-1 Revision Date:May 19, 1997 wr 1-02 Bid Procedures and Conditions 1-03 Award and Exec ttti union of Contract 1-02 Bid Procedures and Conditions within s five ears from the date of submission F label such materials or failure to tinsel allure to so for blic disclosure has been ivuh after notice of SECT70N I-02.I IS DELETED AND REPLACED BY THE shall be a ddb FOLLOWING. waiver b the submitting vendor of an claim that such materials are in fact so exempt. 1-02.1 (Qualifications of Bidder(APWA) SECTION I-02.12 IS SUPPLEMENTED BY Bidders shall be qualified by txperiewe financing FOLLOWING: ADDING THE poOpment, and organization to do the work called for in the 1-02.12 Public O of pro Contract Documents.The contacting Agency reserves the right to pawls ApwA take whatever action it deems necessary to ascertain the ability of The Contracti _Agency reserves the ri the Bidder to perform the woric satisfactorily. 'Ibis action may date and time for bid Notification to to tiit:ltide a pre qualification procedure prior to the Bidder being addenda, bidder will be famished a proposal form oa WW contract or a preaward survey of the Bidder's qualifications prior to award SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS.. SEC77ON 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Propols(R FOLLOWING: sa 1I a. The bidder is not prequatifted when so roq�..�t; 1-02.Z Bid Docmnents(APWA) SEC770M 1-02.14 IS REVISED I1V ITEM 3 IN PARAGRAPH I taformation.as--to where Bid Documents can be obtained or TO READ. reviewed will be found in the Call for Bids for the Work placed in 1-02.14 the Contracting Agency's official newspaper Disqualification of Bidders(ApWA) S907ON 1-02.4(2) IS SUPPLEMENTED BY REVISING 3. A bidder is not Pmqualified for the work or to the full SENTENCE 1,PARAGRAPH)TO READ. extent of the bid; 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Exe" cution of Contract N the Contracting Agency has trade stbnrface investigation of die site of the proposed wort, the boring log data and sot? SECTION 1-03.1 IS SUPPLEMENTED AS FDIIAWS: tttt saitiple test data, and geotechnical reports a�nitated by the Contracting Agency will be made available for inspection by the- 1-03.1 Consideration of Bids_(RC, APWA) bidders. The total of extensions, corrected where necessary,- and SECTION 1-02.5 IS SUPPLF.MEATED BY ADDING THE including sales taxes where applicable. will be used by the PozzoR'nVG. Contracting Agency for award purposes and to fix the amount of 1-02.5 Proposal Form(AMA) the contract bond._ All bids will be based on total stun of all schedules of to ices. 71e Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the tall for bids Ahamtes.Additives,or Dddoctives if such be m the advantage of or tEal provtstons. The (".ray reserves the right however to _ the Contracting Aitency. The Bidder shall bid on all Additives award all or am► schedule of a bid to the lowest bidder'at its Deductives, or Alternates set forth in the Proposal Forms unless din' tt otherwise specified m the Special Provisions SEC77ON 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-024 IS SVPPL&WWffED BY ADDING THE FOL LOWINQ FOLLOWING: 1-03.2 Award of Contract(RC) 1-02.6 Preparation of proposal(RC) The contract, bond form, and all other forms requiring AU prices shall be in legible figures and(aac words)written is Meat1O°- together with a list of all other forms or documents ink or typed.The proposal shall include- required to be submitted by the successful bidder, will be ej 1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award.' . plates to the tight of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words;where a conflict arises the written words shall determined by the Contracting eacy pre,vail. SEC77ON 1-03.3 IS REVISED AND SUPPLEMENTED AS SECT70N I-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS' SECTION. 1-03.3 . Execution of Contract(APWA,RC) std 1-4D2-§Q1 Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the Vendors should. in the bid proposal identify clearly any forms and dopuhhents reguired to be eompkted e material(s) which constitute '(valuable) formula designs Contractoitlia-avrasd-date, the bidder shall return die dawttigs, and research data' so as to be exempt from public signed Contacting Agency-prepared contract. an insurance disclosure, RCN 42.17.310 or any materials otherwise claimed to certification as required by Section 1-07.18,and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder eVaieu= exanphtiorh. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the- Vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award 1- Page-SP-2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work tine date.the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED `l2TH THE ' additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it 1-04.4 e.S Chang Q The Contracting Agency is prdtibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guideline on cost or licensed as required by the laws of the state. In addition. the reduction ahernatives, but will evaluate such proposal by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: When the Bid Form provides spaces for a business license 1-04.11 Anal Cleanup RC nor tuumber a Washing ton State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on th j&N and taken from provided. The Contracting Agency requires legible oopies of the any of the discarded facilities shall. at the ehg'- ;' dier„P--_ Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the Crtv shops Any eaa st 'o Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. inerdexnlal to the proleet and no oornpemsatron writ be pMade- SECIZON 1-03.4 IS SUPPLt4MENTED BY ADDING T IiE Ilse contract price for• and • np�•�sham rho FOLLOWING T O THB FIRST PARAGRAPH: be full t compensation for all wolc, egnupme� and s required to perform final deaaup- If this pay item does not appear 143.4 Contract Bond(APWA) in the contract documents then final dean rep span be considered incidental to_dw contract and to other pay item and no further w S Be accompanied by a power of attorney for the Surety's cornpeisatian shall W made. officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work _ Sign official stamunts (sole proprietor or partner). If -the to Contractor is a corporation, the bond most be signed k -the SECTION I-0S.3 IS RSVMSED AS FOLLOWS: president or vioapresideurt.unless accompanied by written proof of the authority of die ethyl" signing the bored to bind the 1-05.3 Plans and Worldng Drawinp-99- . corporation C e.,Corporate resolmion.power of attorney or a Tester 'ur to such effect by the president or vice-president). The Coaacxor shall submit supplemental working drawings as required for the performance of the work. be drawings shall be 1-04 Soo Of the Work on sheets measuring 24-by 16�_inches or on-sheets_ with Pe dimensions is mtuit4A=of g-1/2 by l l itches. - err SECTION 144.1 IS SUPPLTAWM'ED BY ADDING 7ffi SECTION 1-05.4 1S Si1PPLt3l10NlED BY ADDING:THB FOLLOWING: FDLLOWING: - 1-04.1 Lrtent of the Contract C 1-05.4 Conformity with and Deviations from Plans aw and Stakes(RC) The Contractor is a ncoutued to provide to the Fmgineer prior to progress payments an estimate of hung sum work accomplshd If the project cans for Contractor supplied stayr rng,ihe to to date 'Dee Engineer's calculations and decisions shaU be final in Contractor shall provide all required survey work. indudnng such Ord to the actual percentage of any limp sum pay item work as mentioned in Sections 1-05.4, 1-45.5 -11 and elsewhere Wcomplished and di2r'61e for payment unless another specific in these specifications as being provided by the Emginett method of calculating hung sum payments is provided elsewhere in SECTTON 1-05.5 77E VACANT SEMON IS RBPIACED BY to the RmcificabouL ME FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes(RC) 1-04.2 Coordination of Contrail Documents,Plans, If the project calls for Contractor supplied ' g• Special Provisions Specifications,and Addenda Contractor shall provide all rewired survey wok. mcludurng.soli (RC) work as mentioned in Sections 1-05.4. 1-05.5 1-11 and elsewhere err the its of the exmtiact shall be resolved is these specifications as being proYrded by the F.ag �All costs Any Pa for this survey work sham be included in 'Contiactor by following this order of precedence(e.g.. 1 presiding over 2,3, fbr this s,�survey ��. 4.S,6.and 7;2 presiding over 3.4.5.6,and 7;and so forth): 1. Addenda 1-05.5(1) General(AMA,RCZ 2. Proposal Form will.P _ 3. Special Provisions The Engineer or Contractor supplied surveyor construction stakes and marks establishing ljmes slopes and oq_ Cs 4. Contract Plans rm 5. Amendments to the Standard Specifications as stipulated in Sections 1-OS.S(1) and 1-05ct'lam nf11 so 6. Supplemental Specifications. such work ter ion 1-11 The Contractor 7. Standard Plans responsibility for detailed dimensions elevations and ta�mn 6.8. Standard Specifications slopes measured from the Engineer or Contractor fltppued surveyor furnistued stakes and marks. err r- PagttSP-3 rW Revisions Date:May 19,1997 1-05 Control of Work 1-05 Coral otWork The Contractor shall provide a work site which has been with major grade changes shall be slo c staked to establish rode prepared to permit construction staking to proceed in a safe and before offset hubs are set. - orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1 705.5(3) Bridge and Structure Survevc ferU�r A ice u least 48 hours notice to allow the Engineer or Contractor Fa all structtirat work smch as bridges and retan.;..e .. me supplied surveyor adequate time for setting stakes. Contractor shall retain as a of Contractor o he Stakes, marks, and other reference points including existing a ' team of tea of surveyors under direct ision of n monumenation, set by Contracting Agency forces shall be licensed surveyor. The Contra<tor shall ensure tint field carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the ceded ;p charged for the costs of replacing stakes markers and dimensions. The Contractor shall rovide all sure tied to aioaumeatation that were rat to be disturbed but were destroyed or complete the structure,except the following priroa_ry mn„eY damaged by the Contractor's operations. This charge will be whim will be provided by the Engineer doctnctod from names due or to became due to the Contractor. 1. Centediw or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centaiines of afte ations or rewastr»aron work di egedly due to error in the 3. A PArkie t number of beads marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably shat distanea, 00011101 points set by the Enstinea still exist, or unless other 4. Monuments and control points as shown on the t aory�SUtistaatiatiiut evideam to prove the error is furnished Drawings. the Engineer.Tbree conseative points set on line or grade shall be The Contractor gun establish all seoonda eo�ots the minimum points used to determine day variation from a straight both horizxm" and vertical as nwessaW to assane line or grade. Any'=such variation shall. upon discovery be Placement of all protect elements based on the primary cw.Ya reported to the Fiwinew. In the abseaoe of such report the p�provrdod by the Enginar Smy"work shall be w Poe Contractor shall be liable for any error in alignment or grade. following tolerances. The Contractor shall provide all.atuveya remtiired other than . 1. Stationing +A1 foot those to be performed by the EnS ineer. All survey work shall be 2. Alignment +.01 foot(between suiooessiTV mums) done in accordant with Section 1-11 SURVEYING STANDARDS 3. Swerstnxtuae Ekvations+.01 foot[from plan dii-- ns) of these specifications. 4. Subsftucture Elevations+.(k5 foot(from plan devotions) The Contractor shall keep updated survey field quotes m a During the aroffess of the Work. the Contractor dun ,Hake standard field book and in a format set by the Eaginar,per Section available to the Engineer ail field.books M- chM ma sircveY 1-11.1(3). These field notes shall andtide all survey work wformhadon,footing elevations,cross sections and wantmes, . puforrned by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and with appropriate AM be provided the FA mm upon teeniest and upon completion dimensions of structural members being fabricated of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied StaTeying(RC) If the survey pot provided by the Contractor does not meet When the contact Provides for Comractoc* Supplied the standards of the Engineer,than the Contractor shall upon the Surveying, the Contractor shall swply the survey work required FagiwWs written request, remove the individual or individuals for the proiea. The Contractor shall retain-as a part of the doing the survey work and the survey work will be completed by C.ortraCtor OrganiZation an expaiCnCed deaoi of suinveyors under the Engineer at the(mumor's expense.Costs for completing the the direct supervision of it professional land sutvevw licensed by survey work mquired by the Engineer will be deducted from the Sate of Washington. All survey work shall be done in monies due or to become due the Contractor. - a=rdance wide Sections i-05.4 1-05.5 and 1-11. AU costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Ilmgaieer in Contractor shall be inducted in die prim bid for the various items MEN=of any errors,fpgxpancies,.and omissions to the plans>6at which comprise the improvement or be included in the bid item for Prevent the Contractor and/or Surveyor from oausbucting the 'Contractor Supplied-Surveying' per hump sum if that item is protect in a marme dory to the Engineer. All errors, included in the eontrause discrepancies, grid omissions mug be cornecxed to the satisfaction of the F.ngioar before the survey work may be continued. l Roadway and IItt k Surveys(APWA) The Contractor shall coordinate his work with tie Sutrveyor Tie Engineer shall furnish to the Contractor ate time only,or and perform his operations in a manner to protect all sityey stakes Contractor supplied surveyor will provide as needed,all principal from harm. The Contractor shall inform the Surveyor of the Imes. grades,and measurements the Engineer deems,turf for Contractor's inset to remove mw survey stakes aed/or point completion of the Work.These shall generally consist of one initial before physically removing them Set Of: The surveyor shall be responsible for tnaintaining As-Built 1. Slope stakes for establishing grading records for the proicct The Contractor shall eootdinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As Built 3. Ce tedine finish grade stakes for pavement sections records for the project. wider than 25 feet,and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications aocurate As- utilities such as water. sewers. and storm drains (with offsets 50' Built records and other work the Engineer deems necessary, the Intl rout interval). Engineer may elect toprovide at Contractor expense a surveyor to On alley construction pro➢eas with minor grade changes the provide all As-Built records and other work as directed by tie Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the q on one side of the alley to establish the alignment and grade Alleys Engineer-supplied surveying from moneys owed to the Contractor. Page-SP-4 Revision Date.May 19, 1997 1-05 Control of Work 1-05 Control of Work rte Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this ' t dintinisti required for the full and complete survey work required to the Contracting Agency's right to pursue am other no complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the r Coiitiactor•e lump sum price for'Contractor Supplied Surveying.' failure to perform the work as required. 1_05SM Contractor Provided As Built Information SECITON I-0S.10 IS SUPPLBMBNTED BY ADDING THE n RRQ FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RCZ prior to the below jog of the trenches,inn centerline station,offset, If within one year after the Aoceptaiice Date of the Work and depth blow pavement, of all existing utilities uncovered or � � ��� ��� una is crossed dunnyt his work as covered under this project. Work is and- it shall be the contractors remonsibiility to have his suirveyor discovered, the Contractor shall promptly. iinnn w;k�ads locate by cetetine station, offset and elevation each major item of the Contractint Agency, return and n accordance a with the work done under this contract per the survey standard of Section I- Engineer's instructions,either correct such Worir or seich work wo 11.. Major items of wort shall include but not be liin*M to: has been rcpected by the F�hgmea,remove a from the Project Site Manholes. Catch basins and Inlets, Valves, vertical and and replace it with iion defective and authorised wet},ail widnout Horiaomtal Bends, Junction boxes, Cleanotds, Side Sewers, Street cost to the Cootracxim Agency. If the Contractor d ion lights dt Sgrndards, Hydrants, Mafia Chang" is Design Grade, promptly comply with the wntien order to m and unauthorized Wak, or if an emergency exists the _ Vanhs,Clrlvetts,Signal Poles,Electrical Cabinets. Agency reserves due rrg>a to have defective and � Attu due WMpkb n of the work covered by this contract,the - v»anthorized Work contractors surveyor :hall provide to the City the hard covered corrected or removed and replaced Purauamt to Section 1-0S 8 it field book(s) containing the as-built notes and one set of white "Owner's Right io Correct Defective and Unmdior*ed Work,` prints of the project drawings upon which he has plotted the notes T age ees above one year Gmiitaaon t not of the eonuacw locatim existing utilities, and are set of white exclude or diminish the Contracting Agexhcv's rights lender any law prints of the project drawings upon which he has 0100 the as- to obtain damages and recover coats resulting from defective and 'urn built location of the new wort as he recorded in the field boolc(s). uriaudhar work discovered after one gear but prior to the This drawing shall bear the surveyors seal and sizaawre certifying expiratiaa of the legal time period set forth in RCW 4.16.040 . k,s accuracy, limiting aaioas upon a contract in writimg,or liability expressed or= All costs for as-0uilt wort shall be inchrded in rte contract implied arising out.of a written aneemertt, - h� item"Contracw Supplited Suivering.' .The Contactor shalt warrant good title to 'all.:.awterials.*. supplies, and equipment pardiased for, or..incomaated:in the TEE VACANT SSMON 1-05.8 IS REPLACED BY: Work, Nothing contained in this paragraph,however;shalt defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons ftnnishinut materials or labor, to Defective and Unauthorized Work(APWA) recover under any bond given by the .Contractor for. dhew protection,or any rights under any law permitting such persotorto. N the Contractor fails to remedy defective or unauthorized look,to finds due the Contractor in ije hands of the Contraction work within the time specified in a written notice from the Agency. Fatzhcw,or faits to perform any part of die Work required by the The provisions of this paragraph shalt be inserted m all Contract Doantents, the Engineer may correct and remedy such subcontracts and mail contracts, and notice of its provisions work as may be i lendfred 'n the written notice, by such means as shalt be gim to ail persons Awnishi�g materials for tire,Work the EnRinem may deer necessary. including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted-and the first.two seaftwes of the ff the Contras or fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by die nwtedy what the Emineer determines to be an emergency following: 'w sidration, the Fmgma may have the defective and unauthorized Work corrected immediately,have the rejected.Work removed and 1-05.11 Final Inspection(APWA) replaced, or have Work the Contractor refuses to perform oompleod by using Contracting Agency or other forces. An 1-0511(1) Sb Completion Date(APWA) dw emergency situation is any situation which, in the opinion of-the When the Contractor considers the work to be y Enzbm er. a delay to its remedy could be potetially unsafe,or complete the Contractor shall so ,► the F�+ anti rte mii t cause serious risk of loss or damage to the public. the Engineer establish the Substantial .nletion Date, PD be a„ Direct or indirect costs incurred by the Contracting Agency considered fly complete the following e °°e attn'butable to eomecday,and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and um maid be t>tid by the Cahtractor. Paymiait will be deducted by the use and benefit of the facnTities both from the ope aaa iii Engiaax from monies duet or to become due,the Contractor.Such safety standpoint. direct and indirect costs shall include in particular, but without 2 Only minor incidental work, replace of tanporarY limitation, compensation for additional professional services substitute facilities, or correction or repair work> toC° mguirod, and costs for repair and replacement of work of others physical completion of the wo& m destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the speaf c items of work the Contractor's unauthorized work. in subparagraph'two above that remains to be completed in order to No adjustment in contract time or compensation will be reach physical eomplettom The Engineer map also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. a' attributable to the exercise of the Contracting Agency's rights Page-Sp-5 urn Revision Date:May 19, 1997 1-OS Control of Work 1-05 Control of Work rl If, after this inspection the FAgineer concurs with the Completion Date cannot be established until t and ectiora Contractor that the Work is Substantially complete and ready for its have been completed to the satisfaction of the En intended use, the Engineer by written notice to the Contractor The coats for wer labor material r Will set the Substantial Completion Date If after this inspection everything else needed to successfully complete and the Engineer does act consider the Work substantially complete and shall be inchided in the various contract rtces related to l- ready for its intended rise.the Engineer will by written notice so . - bemst tested unless SPecifically set forth nth notify the Contractor giving the reasons therefor. 'Form. in the Bid Upon receipt of written notice concurring in or denying O_ peratiomi and test periods wheu requited by t substantial completion, whichever is applicablt the Contractor shall not affect a manufacturer's _ shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. or warrant>eS ftitnistied i»tmuptrai, the Work necessary to reach Substantial and Physical Canpkaon. The Contractor Shan provide the Engineer with a SECTION 1-05.12 IS DEL EM AND REPLACEl}R,lT•H THE schedule indicating when the Contractor expects to reach FOLLOWING: s_ubsonaal and physical completion of the work The above process shall be repeated until the FAgineer 1-05.12 Final Acceptance(APWA) } tuablishex the Substantial Completion Date and the Contractor Tie Catractoc mast tierform all the obliQar w under the considers the work physically complete and ready for Final Contract before the Cornplexron Date can estaht:�i,,.r A 1 ion. Ceritfipte of Com�pieaon for the Work isshied the C Aaeeae vnff estabM*the C 1 Date and oprtdy the w�as � 1-0.11(2) F1nh1'InsPection Date(RWA) oorimlete The Final Contract Prtoe hnav thpt be cal cxilated. The When the Caitraaor considers the Work physic qtly complete following must oocw before the Complex Date can be MW ready for Final lnsycaioo. the Contractor by Written Notice. established and the Fiiul Contract Price calgtlated: sihan request the Engineer b sciedirle a final inspection The 1. The diysiail wrack em the proiext mast Boldnew be coenil , will set a date for Final Inspection.The Engineer and the 2, 71e Contractor must furnish an doh Cantractor will then make a Filial *+motion and the Engineer will by Contract and required by law, nexessary to allerar.� >fwtifv the Contractor m writing of an artiailars in which the Final Cetaratxing A ria► ratify the Contract as eonpleM 1 49 Prdon reveals die Work Mete or unacceptable. The A Catdicate of Completion for the Wort signed by the Comhaccor shall immodatdy.take such oomeaive mas ures as are Con_"_ct_rig Agency, win ooastitnte aootetance of the work. The aooasaty to remedy tie listed defithincies, Corrective wale shall issrianoe of this Cxrfir=ft of Compexmn will not constitute be pursued vigorously, diligently. and without irate mwtion until affiance of unauthorized or defective work or material.r physied complexion of the listed ddic� This process will Failure of the Contactor to pufam an of the Contractor's` co9ft until the Engineer is satisfied the listed dark ieincie s have oblations under the Contract dMu not bar the Co �l o been cornecwdi. from unilaterally PWdfY ¢the Contract complete so tie l3wineer If action to correct the listed deficiencies is not initiated%thin xnay calculate a Final Contract Price as provided in Sexxion 1-09.0. 7 days after receipt of the Written Notice listing the deficiencoes, SECIYON -1-05.13 .IS SUPPIFMBNT�D BY REVISING the &lancer may. upon Written Notice to the Contractor take PAMGRAPH 7 TO R& whatever steps are rte ry to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents,Labor.and Equipment of all Upon cmtction of all deficiencies. the Dwine er will notify Contractor(APWA) the Contractor and the ' o Agency in writing of the date upon which the Work was oomideved physically complete. That Whenever the Contracting Agency evaluates the Contractors date shall constitute the Physical completion date of the Contract, Praqualification pursuant to Section 1-02.1.the Contracting Agency all but shah not imply an-the obligations of the Contractor under the . Will take these performance Contract have been fulfilled. fiats into account, 1-05.11 Operational T SECTION 1-05 IS SUPPUMMED BY ADDING ZZIK �� esting(A enc IMLO WING NEW SECTION It is rile intent of the Contracting Qencv to have at the C.omaletion Date a conwi to aid operable system Therefore when 1-05.16 Water and Power(APWA) . the Work involves de installation of madLiery or other TM Contractor shall make necessary arranged and than mcdnnhcal egurpmexit: street lighting electrical distribution or Signal systexhss,buildings•a other similar work it may be desirable bear the costs for power and water necessary►for the perfottmance for the Engineer to have the Contractor operate and text the Work of the Work. for a period of time after final spection but prior to the Physical 1-05.17 Oral Agreements(AMA) 16 Completion Date. Whenever Rem of work are listed in the Contract Provisions for otieratiaw!testiirg they shall be fully tested No oral agreement or conversation wit►any officer M92 or tinder operating oordiaons for the time period specified to ensure employee of the Contracting Aggicy, either before or after their acceptability tuna to the Physical CmMletiou Date During execution of the contract.shall affect or modify any of the terms or and following the test period the Cormaetor shall Cog exx any items obligations contained in any of the documents comprising the of wor1cmanshrp, Materials or equipment which proves faulty, or contmct. Such oral agreeiiient or conversation shall be considered that are not in first class opera inn wit ion. Eguitiment, electrical as unofficial information and in no way binding ripen the controls, meters, or otter devices and equipment to be tested C_ ontracting Agency, unless subsegttenty put in writing during this period. shall be tested under the observation of the Frnginecr, so that tee Engineer may determine their suitability for the purpose for which they were installed The Physical Page-SP-4 Revision Date.May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public rw its payment if the Contractor bases a bid mm.a misunderstood tax 1-06 Control of Material liability. SECTION 1-06.02R) IS SUPPLEMENTED BY ADDING THE T e Contractor shall include all Coturaa2Lpaid taxes in the trnr unit bid prices or other contract amounts. In some cases_however FOLLOWING: state retail sales tax will not be included. Section I-07 2f3) 1-06,2.(2) Statistical Evaluation of Materials for describes this exception. The Contracting Agency will pay the ined reta DCrCttitaoe ont. to Acceptance if the Contractor has obtained fmm the Avg tton State UNLESS STATED OTHERWISE IN THE SPECIAL of Revenue a cemficate showing that all eonnract_- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050), The USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor am amount the Contractor may owe the W State 1..07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or Me Public not. Any amount so deducted will be paid into the RE State ON fund. SECTION 1-07.1 IS SUPPLEMMMED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(ApWA) . F LLOWING: WAC 458-20-171, and its related rules, apply to buuilding a" 1-07.1 Laws to be Observed(APWA) repairing,or improving streets roads, etc.,lifiicln are owned by-a municipal corporation, or political-subdivision of the state, or by The Contractor shall inndemnify defend,and save hanniess the the United States, and -which arc used prim my for foot or Contracting Agency Cincluding any NEgh officem and vehicular traffic. This includes storm or combined sewer sysfeau r amaloyoes) againg any claims dint may arise because the within and included as a hart of the street or road dnina"system Contractor(or any employee of the Contractor or for or and power lines when such are part of the roadway Gsfitfrne sysfem. caiman)violated a legal reWhemem For work performed in such cases, the Contractor-shall Wade, In cases of cotitlia between dif avert safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item mm strismemt regulation shall apply. Prices, or other Contract amounts, including those that the The WashwMn State Dgm*nest of Labor and Ides Contractor pave on the purchase of the materials. eauipmemt, or s3ulf be the sole and patamDOtmt administrative agemay supplies used or consumed in doing the work. jw for the administration of the previsions of the washtrtgton hWtr W Safety and Health Act of 1973(WISHA) 1-07.203) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Protect Site oflicx, or WAC 459-20-170, and its related .rules, apply'- to the other well bon tie at the Protect Site,all articles necessary for const[uctiag and repairing of new or existing btdldim, or other fo Pmyidiee first aid two the injured The C atiactor shall establish, structures,upon real ptpperty This includes,but is not limited too - pabiis6,and um a!mown to ai!employees mocedut+es for easurmg the construction of streets, wads, highways. etc- vaned by the immed'nate removal to a hospital, or doctor's care, perSOP& State of Washingipm water mains and their apparteaances;sanduy jacludim employees, who may have been fmjwed on the Protect sewn and sewage agmw ""ems unless stnch sewers and uw,r Site. Employees shoaW not be permitted to work on the Protect diwal systems are with M wad a part of a street or road dra'MM- Sife before the Contractor has established and made known systems feleyhone,telegraph,ckcW l tower dnstn'butkm Pines;vc procedures for removal of inured parsons to a hospital or a other conduits or Imes in or above streets or wads. unless such doctor's care. power lines become a part of a street or row hph* �' = and The Contractor shalt have sole responsibility for the safety, installing or attachiM of any article of tangible Pcpro m . . etfncier",and adegulacy of the Camtractoes plant,yOiances,and or to real property,whether or not such personal property bewnws mdhods.amd for any damage or inim msultmg from their fat tun, a part of the realty by virtue of intstallukm- or innpwper nudatewnce use, or operation,The Conntractor shall For work pafocmed in such cases the Cm—m-xor shall collect to be sDOIClY a� Ooamletely responsible for the conditions of the. fmm the Contttacxim Agency retail sales tax on the futl.ponttact Picket Site, including safety for all persons amd property tin the price The Contmcting Agency will atnomate—mthis We yukanance of the wont This regui ememi shall apply tax to each payment to the Contractor OW eoadwxm ly and mot be limited to normal working flours. The Contractor shall not include the retail sales tan m the toil Bid Item re�r+ed or implied duty of the Engines to conduct eotnstruction prices or in any other contmct amount subject to Rile 170 with reriav of the Contractor's pen maiiee does sat, and shall not. be the foilowing exception, will mot add in sales tax intended to include review and adequacy of the Contractor's safety Exception' The Co,ntracting Agcy or mnalca on the 60 measure in,on,or near the Project Site. for a payout the Contractor or a suboo tract pumgfi or rental of tools ntnaclimmy, -","� - or appsumaoic SECTION 1.07.2 1S DELETED AND REPLACED BY THE n,,,p not integrated into the protect. Stich sales taxes mall be FOLI.OWiNa included in the welt Bid Item Prices or in awl ° ` ""°"= OW 1-07.2 State Sales Tax(APWA) amount. 1..07,2(4) Services (APWA) 1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax Nora the The Washington State Depat**win of Revenue has issued Contracting Agency on any contract wholly for pmfessio_am or special rules on the state sales tax. Sections 1-07.2(1)through 1- other services (as defined in State Department of Rev Rules o7.2(4) are meant to clarify those rules The Contractor should 138 and 224). contact the Washington State Depattme of Revenue for answers `r to questions in this area The Contracting Agency will not adiust t Page-SP-7 Revision Date_May 19, 1997 aw 1-07 legal Relations and Responsibilities to the Public I-07 Legal Relations and Responsibilities to the Public SECTION 1-07.S(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed S NTU ova back round turbid" IT77.E AND SENTENCE 2, PARAGRAPH 2 TO READ: the back round turbid' is 50 NTU or less or have when 1-07.5 State De percent increase in turbidity when the background mom than a 10 (2) partment of>�h and Wtldlifes-ef than 50 NTU• for other classes of waters refer � tt more (APWA, SA) 045. WAC 173-201_ If the work in (1) through (3) above differs little from what The term turbidity means the olAkal to of the contract requires.the Contracting Agency will measure and pay demonstrating the scattering and abso a of li ht caused b le for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelohhmetric mid- Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimetcr. th 09.4. Discharges to a State waterUwMayLqused b a e waslmin ito drainage from agg n ate it sites and Iles or of id its and excavations shall not increase the e ' turbi " of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Protect Site shall be FOLLOWING NEW SECTION.• treated before being discharged into stream Or Other State waters. Tt_..t,;,r.� „n I* 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds �a-.,,e uu6 (; Overflow wet[ polymer water tratnment, dLecAaro:ns •_ Each COntlagffja-%b00ntraCt� COOSUI sand e fiber percolation evaporation or by o d6.rr.,,t. mel fait, and Or Supplier shall complete and submit a copy of the -City.of Renton Fair 2. Erosion Control: T erosion control tray be Practtas Policy Affidavit of comliance. A copy of this exercised by minWaming emu)Sed areas and slopes ntn7 emr+ngt doaamea i will be bound in the bid docutnents. Measures are d1ewve.The mum>um aria and t be defined in die Special provisions,-plastic diall be SECTION 1-07.13(1)IS SUPP�AS F;pupypx placed over exposed ground areas to p� � nin ewe Other alternative methods for erosion control under certain 1-07.13(1) General(RC) situations may irtclnde MM, W,mutc�iog with binder aid seeding di Should nmmg and erosion occur the Contractor :bell be During unfavorable- weather and other- conditions the responsible for restoring damaged arras and for dean-up of coded Contractor shall pursue only such portions Of the work as shall not n uterial ududmg that m ditches, gtcm bay, . and be damaged thereby. culverts.and other pores. - No portion Of the work whose satisfactory Quality or 3. Chlorine Residual: Water contaWng chtnrioa residual effdatcy will be affected by mifavonbk Conditions shall be shall not be discharged directh,.into storm drains,streaas,or State ooasrtu cod while these conditions exist,sales:by special�or waters. Chlorate water.may be disdtaroeA into sanitary sewers or precaWOOS acceptable to the engineer the Contractor shall be able disposed on land for pacalaaon.Chlorine residual may be reduced tip so overcome them.. cherntgy7 with a reducmg agent such as soditan diiocuiohate, SECTION I-07.14 (APWA) IS SUPPLEMENTED BY Water shall be periodically tested for chlorine residual...: ARMING ALL REFERENCES TO -STA—M C0111MMION 4. Vehicle and Washing: Water used for . SBCRETARY" OR -STATE" M READ "'CONTRACTING 'rag vddca am eguipment shall not be allowed to cow storm � AGENCY. drains,stn_ ams or other State waters unless separation of petroleum per, fresh ooncrae products or other deleMous matend is accomplished prior to disscharge Detergent solution may 6e SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discltat get mtO=-Weary sewers or allowed to be held on the ground FOLLOWS. for percolation. A reciradation system for detergent rrashipg is I-07.15 Temporary Water POIItrtion Erosion Control ' Steam W units shall provide a device for oil -APWA -RC) �radOR—' _ S. Oil and elnemigt Storage and Aandliri Handlia If done according to the approved plan or the Engineer's storage of of and chemicals shall not take place adiaca t to order; Se mnporary water pollu dWemsion Control work will be ways" D storage stink be made in dice tank and barrels auastmd and paid for RKR ant to Section 4-041-04.1 rough provided under the ' area. Shut-off and %0 die hump stem item'for "TCmpoiary Water pollutiodFrosion lock valves dhall be provided on tanks Shut-off nozzles :anti be Control.: provided on hoses Oil std chemicals shall be dispensed mile If no pay item appears in the contract for 'Temporary Water during daylight hours unless the dispersing arts is properly lighted• P0HWMW1`2eon Cmntrol' then ail labor material tools and I)isp°sal of waste shall not tiZ all owed on of and dmanicat spills- t� equipment used to Complete the work shay be Considered'incidental Fetactg shall provided around of storage Locks shay be to other pay items in the Contras and m fitither compensation provided on valves pumps and tanks shall 6e made. 6_ Sewage:If a sanitary sewer line is encountered and repair or relocation work is required the Contractor shay provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line Sanitary sewer flow this temporary work shall include, but is not limited to the _following water q shall be pumped out collected and hauled by tank truce a uality considerations 1. Turbid Water Treatment Before Disctwr e; pumped directly to a sanitary system manhole for discharge- Teo Determination of turbidity m surface waters shall be at the existing sewers shall'be maintainod by the Contractor without discretion of the Engineer: for Lake Class Receiving Waters .. ikon of service by the use of temporary sewer bypasses In turbidity shall not exceed S NTU (Nephelometric Turbidity Units) addition• the excavated materials adia:ent to and around a mptun over background conditions. for CiasS M and Class A Waters of a sanitary sewer line shall be removed from the Protect Site and Page-SP-8 Revision Dale.May 19, 1997 tl� 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed,by theme and Fnuipnnent and tools in contact with the above materials shall be immediately replace,after the trench is backhlled. in their orii inai washed by pressure water lines and the attendant wash water positron. The contractor shall notify the Contracting Aorr; and discharged into a sanitary sewer line for transmission to a sewage property Owner at leas 24 hours in advance of any worn ,lone nn treatment planto easements or rights-of-way. 1-07.16 Protection and Restoration of Pro Damage to existing structures outside of easematt arras Property that rosy result from dewatcring and/or other conshuWon activcty '� under this contract shall be restored to their engine- condition or SBCTION I-07.16(1) IS SUPPLEMENTBD BY ADDING T71B FiDLLOWING: better. The original condition shall be cstabluhed by 2!hs taken and/or inspection made prior to ennshuction. All such sir 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of die property Owners sect the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor franchises required for the project. The contractor shall limit his D. Streets. The wnhuctor will assume all ibiW of operation to the areas obtained and shall not try on private restoration of the surface of all streets(traveled ways)used by him 60 P"Pqv. if The Conaacting Agency may provide certain Wads, as In the event the contractor does not have labor or material irWiated in oomrecdm with the wort under the contract together immediately available to make aooessary► repairs the eoutmaor. WO with the tight of access to such l ands. The contractor shall not shall so inform the Contracting Agency. The Cog Aaencv umeasonabty anarnber the premises with his equipmag or will make the necessary tepatts and .the cost of such repairs shop be materials. paid by the contractor. mm contractor shall Provide, with no liability to the The contractor is responsible for identify and to Qoanaaukg Agency, any additional hid and access thereto not doannen ing am damage dud is or caused by dwwn or described that may be required for temporary otbelm3testmation of c mmtdon in Cky streets shall be done in construction facilities or storage of materials. He shall conunrct accordance with the Q7y of Renoir Mardi -Rexroredm . all access roads detour roads,or other temporary work as required Regrdrrme ts, which is available at the Public Works Depart h�rr by his operations The contractor shall confine his eguipmer. Customer Services counter on the 41h floor, Renton Mmddpd storage of material and operation of his workers to those areas '1(ling-200 Mill Avenue South. mown and desecifred sect such additional areas as be may p SBC77ON 1-07.17 ISSVjWEMMffFD BYADDRVa- A. General. All constriction work under this contract on cacements,tight-of way,over private property or fcandiise6 shall be 1-07.17 Utilities and Similar Facilities(APWA,RC) eonfmod to the limits of such easments,right-of-way or fianchise. _.. All work shall be accomplished so as to cause the least amount of In addition to the other ryphein_eras purmant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to umlemo and ua'ities and preknb- OW shall schedule his work so that truce across easen=ft shall not penalties,the Coramxor shall: be kft open during woekm&or holidays and uanchm shall not be 1 call the utilities underground location center for field open for more than 48 houm location of the utilities; B. Suuchwm JU.cones ill i rove such Ming Call Before You Dig strucdms as may be necessary for the performance of the wick and, if tom,than rebuild the sty mils removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which to MW be damaged as a result ofthewet under this eo tmd 1-800424-5555 G Ea=mb. arttmated areas and other surface aopmvc n AL All auldvaWl areas,COW agrimitinal of lawns,and and - other surface lmproyments which are damaged by actions of the 2:sea begin excavation until cep ImOwn vndag Ound hni contractor shall be r as nearly as possible to their original facilities in the Ykinity of the proposed excavation have beta located and marked. condition. Location Prior to excavation on an easement or private right-of- ion and dimensions shown on the Plans for vidgmt trr ways the eontrador shall strip top soft fmm the trench or facrThies are accordance with available mfg eonstrnction area and stockpile it in such a man=that it may be uncovering ummuit>x or other ver;fxmtion If a ud7riy is iaown replaced by h'u0. upon completion—of constriction. Ornamental or suspected of having undetimtnd facilities within the aria of the trees and shrubbery shall be carefully removed with the earth pr cg exc avadon and that utility is not i sabscxr'ber 10 the err surrounding their roots wrapped in burlap and replanted in their utilities underground location caper then the Coritracxor shall g_rve original positions within 48 houm individual notice to that utility. If, in the pmwcadon of the wort, it .�"'r` 'wry to All shmbbery or trees deshoyod or damaged. shall be m oak replaced by the contractor with material of equal quality at no interrupt eatiuim surface drainage sewers, imdad_ TM's die additional cost to the Contracting Agency. In the event that it is utilities similar andergmumd i "Ieof. necessary to [ranch through any lawn arcs, the sod shall be C011tractor shall be responsible for and shall take all necessary Carefully art and roAed and replaced after the trenclncs have been preMgL__to protect and provide tennporary services 2== �same- The contractor shall at this own oxpease repair all damage to baddilled. The lawn arcs shall be cleaned by sweeping or other opecatron to tine �r such facilities or structures due to this � means,of all earth and debris. satisfaction of the City-except for City owned faplides uric The contractor shall use rubber wheel equipment similar or try to the small tractor-type backhocs used by side sewer contractors for repaired by the utility department at contractor s expense, nr all work,including excavation and backfll,on easements or rights- the contractor as directed by the City. of=way which have lawn areas- All fences,markers,mail boxes,or t Page-SP-9 iw Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public 1111 SEC77ON 1-07.18 IS DELISTED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. 1-07.18 Public Liability and Property Damage The Contractor shall obtain and maintain the Insurance(RCZ insurance oov a set forth below. . insurance the City of Renton shall not be deemed or mum State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that MX be applicable to the Lo following: The Contractor*shad assess its own risks actor. a ' to and/or maintain hi her limits and/or rt deems SECIION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. bt oader 1-07.18(1) Geaetal(RC) Coverage shall include: The contractor shall obtain and maintain in full force and (1) Commercial General Liability' - ISO loos ern equivalent. Coverage will be Witten on an or effect, from the Contract Execution Date to the Completion Date ounce basis public liability and property damage insurance with an insurance aces include: Premises and Opuations finchtd' ¢ cr2cn�. a1 oorrhpariy(ies)Or through sources approved by the State Imstrattoe Aggregate to apply per proroct.if ay,.,r:..�i- Commissioner acior h ll of b gi Co44raa until • erosion.Conattse and U�ergrotmd Mr s all The Conraaor shall not begot work toad the • Conmkted the r pared insm m has been otutained and approved by ate • Liabt'ht'v fiocludiog An .,rte*�., Ong Agency.-:hw utance shalt provide coverage to the Endorsement CL 0043 or ConRtactor, all sub�ractors C M:no Agency and the etc � h kcludes Clortrach" Agency's .eonsu tam The coverage shall rx otect defense Coverage assumed tinder cortaact) sM429 claims for bodily triunes. ter 29 Wading •-Broad Form Co t race Daman accidental dealt. u we u claims for •es which - •_ �� nay arise from any act or omission of the Contractor or the • Peraonal/Advdpsmg entry subcontractor or by anyone directly or indirectly employed -Stop Gap Liability etcher of them. � (2) Automobile Liability induce all If warranted work is reguired the Contractor shall provide the Owned Vehicles 110 Cry oroof that insurance coverage and Emits established under the • Hired Yned Vehices • Hued Vdticles f e m of the Cmtract for work are in fill force and effect during the (3) Worlcas'Comaaisation Period of warranty work >a The Contracting A • Statutory befits (Coverages A) - Show Washington gencY may request a copy of the actual Labor dt Indushieg Number dodaration pages(s)for each irmucanoe poEcy effecting coverage(s) (4) Umbrella 11abilihi(when> ry) reouumd on the contract poor to the date work Commetoes.Farlume • Excess of Comma+aal Ggueral I.iabil ► and of the Conft= r to fully comply during the term of the Contract Aiitomobile Labrluty Coverage should be u broad as the roatnrtarrems described hales will be eon"a material piny breach of contract and shall be caused for immediate,termination of -3 professional LiabiRy _ (w6erkwer the work ender`this the Contras at the option of the Contracting Agency. Contract mdodes Professional Liabrliti► (i.e.atdhitecAural SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engmcut�, or coffouter proCmmmink) the 1-07.18(2) Covet ages(RC) CONTRAC1iOR a6aU maintain- yrofessional fiabrlrt'r As part of the response to this m+o MR! the Contractor shall covering wtorhgfiil acts. errors and/or omissions of the g submit a completed gp of R ea lnsranrrce � form CONTRACTOR for damage sustained by reason of or in tut1� _which details specific coverage and limits for this contract. of otieations miler ails Contract. All coverage provided by the Contractor shag be in a fan (� The Contracting Agency reserves the right to request and/or- and underwritten by a company min additional tomes as may be apm omiate based on' asurersbie to the Contracting work txtformed(i:e,pollution liabuRY) Agency. The City requites that all iosiuets- 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON and its 2) Coverage to be on an 'occurrences- basis (Professional offiem officials, agents. emalovees and volunteers as Additional Lability and Pollution coverage are aooeptabk when hushed(ISO Form CO 2010 or equivalent).The CON lIt�1GT�OR 1 wtmen on a cants-made basis) The City may also require shag wwode CITY OF REMN Cam of Insurance,prior proof of professional liability coverage be provided for up to coaineaoement of work. The City-reserves reserves the right to rbqWt to two(2)years after the Completion of the proiem copies of insurance policies, if at their sole disc raw it is deemed 3) The City may request a copy of the actual declaration ��ate. Further, an po&= of msuranoe described above PMKS) for each msturance pollen affaaM coverages) shall' required by the Contract prior to the date wort eommetoes �� Be on a primary basis not Contrributory with any other 4) Possess a mnimum A.M.- Best taring of AVII(A rating of mwranee Coverage and/or w1f4mmum carried by CTTY A X11 or better is preferred) If any insurance carrier OF RENTON. possesses a raring of less than AV11. the City rnay make an 2) Include a Waiver of Subrogation Clause exceptioit. - The City reserves the right to approve the security of the 3] Sevembility of Ltuest Clause(Cross Liability) insurance coverage proyuded by the insurance 4) Policy may tt tt bt non-renewed canceled or materially compam(ies) terms conditions, and the Cent ate of Insurance. Failure of the changed or altered unless forty-five(4Sl days prior written Contractor to fully comply during the term of the contract with notice is provided to MY OF REN'TON Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by wed man- Page-SP-10 Revision Dare:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public tiro REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability of any kind 07.18(3)'LIMITS'WITH THE FOLLOWING: company, its agents or representatives" the 1-07.18(3) Limits(RC) c. Amend the cancellation clause to state: "Poll V LEMM REQUIRED not be non-renewed,canceled or materially .+ptip or Providing coverage in these stated amounts shall not be altered unless 45 days Prior written notice construed to relieve the contractor from liability to excess of to the City". Notification shag be provided to rt,.. 911Y" aw sumits. 'Me CONTRACTOR shall carry the following by notified mail. such limits of liability as required below: For Professional Liability coverage onto instead of the Commercial General Liability canceHatlon language specified above. the City will ra.,r...:the Genera!AStr>Pta` $2•�•�" written agreement that the consultant's broker — ^� Pro&xnACempteted Operations $2,000,000!' regaked notification. volU provide the Aggregate Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS: Perm"Aavertising Injury l 000000 1-MM Patented Devices Materials Processes Fue Damage(Any One Fire) $50.000 • slid Mod"Payments(Amy One Person) $5.000 (APWA) . Soon Gap gLh tics $1,000,000 The Contractor Shall as UM all Deists • Genew Aggregate ro apply per yroiect arising from the We of OSO Form CG250f3 or equivalent) da►ices,materials.a pt+ooesses used on or iaoorpmaW in **Amount mar racy based on prom risk the work. and agrees to may-r, defti d, and save harrntOxs Anoomobile Liability The. and Welt Bodihr tnmrr/Pwpp n Damage $1,000 o00 duly adwrized agents and cwployees from aU actions of any *Bm&Accident) nature for. Or On 8ccOwlt of the we of any pakMd devicM worked oomyeon nuterials.or processes. Statutory Bawfits-Coverage A Variable oir (Sang washin oon Labor and Lndomies Nwriber) SECTION 1-07.21 ZS SUPPLBMBNTBD BYTEE FOLLOWING: Ewbrem ntacey 1-07.22 Use of Explosives(APWA) Enrich Ooarrreace Limit 1000 000 General Amite Lima 1S .000.000. Facptosives shall not be used wabout specific au ffiority of the Operations $1.000,000 ,�„ Ecigbieer,and Bien only Hader such restrictions as mat►be roytiu+ed - Axtrexaft by the Proper*udwrities. Explosives shall be handled and used in Professional Liability(tf regrrirod) strict compliance with WAC 296-52.and suds.locat laws, rules and Each ooauren ce/hridem/Claim $1.000,000 regulate that may apply.The indh iduat in charge of the blasting aw $2,000,000 shall have a cut& at Washb ooa State Blaster Users lice:.-. The Chty may require the CONTRACTOR to peep The Conamor shall obtain. comply *W and my for such professional liability coverage in effect for tip.to two(2)Years after. t and casts as are necessary in conionccion vviti blasting r compW=of the project. oA . The Contractor shall promptly advise tine CITY OF RFNTON Wben the rise of explosives is necessary for the prosocutioa of in wiling in the event any general aggregate or Oliver aggregate the Work,We Contractor's iastnanoe s1haU contain a special Odausc finks are reduced. -At their own expense. the CONTRACTOR Pe S the blasting. aw will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety reguiremaus as stated in Section 1-07.18(3) and dwU furnish the C1TY OF RENTON a new Cendiiame of Insurance dwwmg such SECTION 1-07.23(1) LS SUPPL®MIBNTED BY ADDING 7M coverage is in form. FOLLOWING PARAGRAPH tw - SECTION 1-07180 IS REPLACED WITH TEE FOLLOWING 1-07.23(1) Consfrsction Under Traffic ffi SUPPLBAigNTAL SPECIFICATION 'EVIDENCE OF Tie contractor shall be responsible for cmgd ins dust"and 11VSURANCE': =M within We prrmct limits and On any street which_ is +a++ Within 20 days of award of the contract the CONTRACTOR utilized by t& egubma t for the duration of WC- shall provide evidence of "insurance by submitting to the The contractor shalt be prepared to hue waDa. x • CONTRACTING AGENCY rte following: power sweepers, and Other pieces of eguiPnen,as deer" tw 1) City of Renton Insurance Information Form (attadiod neoessary by the c9sineer,to avOnd etteting a - herein)without modification. Dust and mud control shall be considered as ladle to 2) Certificste of Insunu= (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. yarn 07.18(2), and 1-07.18(3). as revised above. Other requirements a as follows: Complaints of dust mud or unsafe practices and/or re a. Strike the following or similar wording: 'This to damage to Private Ov+rnerslr_tp will be � to the contractor and prompt action in corrotxino them win ■o Certificate is issued as a matter of information only be reguin7d by the contractor. and confers no rights upon the Certificate Holder"; b. Strike the wording regarding cancellation notification Or to the City: "Failure to mail such notice shall impose Page-SP-11 r.. Revision Date May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution stud Progress 40 1 SEC77ON 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07-26(APWA) IS REVISED BY Cg GI1VG ALL FOLLOWING: REFERENCES 7b 'COMMISSION THB SBG`RST,�Y„ OR 1-07.24 Rights of Way(APWA) "STATE"TO READ `CONTRACTING AGBIYCI:. SECTION 1-07.27 (APWA) IS REVISED BY Street right of way lines, limits of casements, and limits of C UNGING oonstrunctnon hermits are indicated on the Drawings The �`i' TO STATE" OR "SECR �Y„ READ ContractOes construction activities shall be confined within these `CONTRACTING AGENCY." limits,unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and tempomty, necessary for carrying out the cwWktion of the SEC 1ON 1-0&1 IS DELETED AAtD REPLACED BY TES Work. Exceptions to this are noted in the Conract Documeau or FOLLOWING: brought to due Contractor's attention by a duly issued Addendum. i Whenever any of the Work is accomplished on or through 1-08.1 Prelimhpaty Matters(APWA) ppaty other than public right of way. the Contractor shall meet and fulfill all covenants and stipulations of any easement agreettneint 1-08.1(1)Preeonstraction Conference(APWA) obtained by the Contraaim Agency from the owner of the private The Engineer wall fwncsh the My. Copies of die easemet ads are incktdod in die of the Contract Dopes, with Ae m 10 cop ies CbGUW Provisiom or made available to the Contractor as soon as furnished upon request at the eost of reamdrnmrn, be practical after they have been obtained by the Bmi neei undertaking each part of the Work the Prior to Contractor tdlap carefully Whenever easements or ogles of eaW have not been gowned study and compare the Contact Docu�ata aid�and verify ixior tb advertising.these areas are so noted on the Drawinm The peanut fiz= shown .dmein and all applique ..field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly rtiport writiaP ld to where right of way, easemeas or rights of easy have not been the Flagman any conflux, error or the wail the Engineer certifies to the Coaoram"that the right Contractor may discover. of way or easement is available or that the right of erttry has been After the Catract has ban but orwr to the received.If the Contractor is delayed dtie to acts of omission on the Cont mcto_r beginning the Work, a �en�.wW part of the Codraction Agency in obainim easmum" rights of be held between the Contractor. the Engines and sash other entry or rrg1K of way, the Contractor will be eantitW to an interested pants as may be mviLed. The' purpose of the umn exe mdm of time.The Contractor awes that such delay shall not preconsauction conference will be: be a breach of 000traa. 1. To review the initial pr+Opie;SS schodute• Each propert9 owner shall be given 48 hours notice prior to 2. To establish a working tmdetstandnng among the various entry by the Cootraaor. This includes entry ate easaihents and patties assapated or affected by the Work: W ivate property where private iMmyements Est be adimted,_ 3. To establish and review procedures for progress payment. Tie Contract" shall be remon able for without ,approvals.submittals etc.,, . expense or liability to the Conftxd g Agency any additional land 4. To establish normal working bows for die Work; and acts thereto that the Contractor may desire for temporary 5. To Mview safOy standards and tcatf"re control;and construction facilities storage of mamds, or odner Contraaor 6. To discus sm A other related items as may be pertinent to needs. However. before using any private property, whether the WorL adjoining the Work or not, the Contractor shall fie with the The Contractor shaU prepare and submit at the pnvction FAwineer a written permission of the private property owner, and, meeting the following; upon vacatm>rt: the prrmises, a written release from the property 1. A breakdown of all hump stun items- owner of each property disturbed or otherwise intefered wide by 2. A preliminary schedule of working drawing a6miteals:and reasons of construction pursued cider this contract.The s a alM 3. A list of material sources for approval if applicable. dnff be signed by the private property owner or proper authority 4. A Project Schedule. acting for die owner of the private property affected stating that Wemarnon has been granted to use the property aad all aeoesary 1-08.1(2)Subeontr�(APWA) permAS have been obtained or in the use of a release, that the Work done by the Con<t actor's own organization d aU irocotr�. t restoadon of the property has ban satisfactmW accomplished. for at kast 30 P=ent of the Awarded Condtact Prior, Before Tie statement shall include the parcel number,address and date of computing this pervetage however The Contractor may subttad signamm. Written releases must be filed with the Engineer before (from the Awarded Contract Price)the costs of am► the Completion Date will be established work on items the comma-tsrovisiahs specifically 'ogm m be first excluded from the Awarded Contract Price.' The Contractor shall not subwaaaa work regardless of tier unless die Engineer approves in writing Each tegueat to r: subcontract shaU be on the form the Engineer provides If the Fngiaoer requests the Contractor shall provide proof that the subcontractor has the experience ability, and equipment die work requires.Each adneomtraa shall contain a provision which teWues the subcontractor to opmply with Section 1-07.9 and to furni'Eh all certificates, submittals and statacierits required by the Contract Documents. Along with the request to sublet. the Contractor shall submit the names of am contractinR firms the subcontractor proposes to Page-SP42 Revision Date:May 19, 1997 I-" Prosecution and Progress 1-08 Prosecution and Progreu use as lower tier subcontractors. Collectively. these lower tier Permission to work between the hours of 10.00 ,rn,a>tid 700 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10.00 to and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be sub's to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor ems the a bcontsactors without being subject to the 25 percert limitation: Contracting Agency's noise control regulations or C are i Furnishing and M3j ng of piling,or received from the public or adjoining property ewn ,�;� 2 Furnishing and 'installing concrete reinforcing and post- the noise from the Contractor's operations, The Contractor droll tensioning tied Except for the 25 percent limit lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays S�nndays. holirtm ,,. w_a The Engineer will approve the request only if satisfied with than the agreed upon nomW straight time wociang tb 1yl�y the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to pxxform the work Approval to subcontract shall not: fords by the Contracting Agency or Fltgtneer. 7 ow 1 Relieve the Contractor of arty responsibility to carry out the may include but are not limited to:requiring the Engine wch assistants as the Engineer may deem>hry to be pt+eserrt daring 2 Relieve the Contractor of MW obligations or liability under the Work: reauirinrt the Contraaa 10 trambnrse the Coma the contract and the Contractor's bond, Agency for the cost of salaries paid Contra No 3 Crate anY contract between the Contracting Agency and Agency e a kwees who w dmd ducme such tones-consdenpg the the subcontractor.or Work performed on Saturdays and holidays as workirie days with 4 CWM to the smbeortrwW any rights against the- regards to the Contract Trme:rind:comidering pmWtpole work shifts err Coatwft Agency. as multiple wortm days wtdt:respect b Contract Time even The Contacting Agency will not consider as subcontracting: though the multiple shifts occur in a single-244 ow pajod.- (1)purdbase of rand vravea crushed stone. cnrshed$lat batched Assts may include, but arc not limited to surrey crews~ conaese agmgses, ready mist oo=te. off-site fabricated personnel from die Contracting Agency's —material— W.- im structural steel other off-site fabricated items, and any other inspectors; and other Contracting Agency ea>Dloyces when in due malmUls supplied by established and recognized eornam icial opinion of the Engineer,such work necessitates their Pr+eseace. pbow,or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by r000gniud independent or 148.1 Rebnbtrtsement for Overtime Work of. - - rr ConhadinR AgerteY Inployees(APWA� oor:mnacul hauling ooropames. However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a-Satin,- Sunday, applies so the employees of such firms identified in (1) and (2) or other bolidaY,or longer than an 8-h0ur work shift on In 1e2 d" above in a000rdanw with WAC296-127. 1f this should occur, the working day as defined in the Standard_ sock work Provisions of Section 1-07.9. as modified or suppler. shall shall be considered as overtime work. On all such-overtime an inspector will be present,and a surrm.crew may be tiegiired at l The Contractor dun Certify to the actual anwunts paid to any the digvetion of the Enguueer The Contrwtor shall niniburse the . ire Dissdvantag Mmority. or WorneWs Business Enterprises firms Cow Agency for the full amount of dhe stnaii t_time Plus that were subcontractors, murnrfactu rem =War dealers, or overtime costs for employees of the Contracting Agency aggired service providers on the contract. This certification shall be to work owe hours. supplied with the Final Application for Payment on the form The Contractor by these specifications does herebY authorize aw provided by the Engineer. the Fmineer to deduct such Costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. F.>ugineer may request in writing that the subcontractor be removed. SECTION 1-0 4 IS DELBTED AND REPIACFD BY T'M The Catractor shall comply with this request at once and shall not FOILOMWG. rr employ the subcontractor fur any farther work under the contract- 1-WA Notice to Proceed and Prosectrtlon of the Work 10.1 Hernia of Work(APWA) (APWA) _. F.:toept in the case of emergency or unless otherwise approved has been cur by the Contacting Agency, straight the normal time working hours Notice to Proceed will be give rs after the Contact have for the contract shall be amp cormec hour xutive 9 period between executed and the Contract bond and eyidahoe. of insuaan 7.00 a.m. an and 6:00 p .of a worlona day with a nuximumn 14w" been approved and filed by the owner The Carte shall not 1„ kuwb break and a 5-day work week. The normal straight time 8- Commence the Work until the Notice to Proceed has boea gn►�!' hoar working period for the contact shall be established at the the Engineer The Contractor shall Commence tOn procorutruhajon Conference or prior to the Contractor commencing activities on the Project Site within tat of Nottoe to the Work. Proceed Date the Work thereafter shah be tw If a Contractor desires to perform work on holidays, vigorously, and without unauthorized intern until Saturdays Sundays or before 7:00 a.m.or after 6:00 p.m.on any completion of the work There shall be no voluntary shutdowns—°r day the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without Prior aePyro�of permission to work such times.Permission to work longer than an the Engineer. Such approval shall not relieve the COnuaccor from to 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual •obligation to complete the work wrthnn the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. rte Page-SP-13 ■m Revision Dare:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and pay SECTION I-08.S IS DELETED AND REPLACED WITg THE ,aeq FOLLOWING: SECTION I-0&9 IS REVISED PER SECTION I-0S.11. 1-08.5 Time For Completion(Contract Thine) (APWA, 1-08.10 Termination of Contract ("WA)- SECTION I-0&,I I IS ermlor NTE. BY RBVISII�iG The Work shall be vhvsicaliv ooinyleted in its entirety within REFERENCES T�0 `STATB TR9AS .4U the time specified n the Contract Documeus or as extended by the TNSPORTATION' IN TIIB DANT OF Engutoer. The Contract Tune will be stated in -working days' PARAGRAPH S 70 READ ITON77ZACT7NG AGg� CB shall begin on the Notice To Proceed Date and shag end on the SECTION 1-08-1.1 IS Nli'ASaCTTON: Contact Completion Dag. A nonworking day is defined as a Saturday, a Sunday. a day 1-08.11 Contractor's Plant an�p eat(RC) on wbkh the contract gearwallyr =qKM&work, or one of these The contractor alone shall at tint times be holidays: January 1. - adegiiacy.effic' ible for the einor W Day. July 4, Labor Day, mom'•and sufficiency of his aad hie s November 11, Plant and equ>♦tiient The Ownner shall have the So Christmas Da my, after Tin.and of the ooturactor's tali and m m use Day. when The day before Christmas shall be a work the site of the work, of amr heyday what Christmas Day occurs at a 1liesday a Friday. The day after Christmas The use by the Owner of such plait and Shall be shall be a holiday when Cluristrnas Day coccus considered as extra work and nand for a000rdmgiy on a Monday Wednesday, or Thncsday What Christmas Day Neither the Owner nor the ooaus on a SatnidaY. the two pmppg _� woddox days shall be am"G ilrty at any time. for the severity of the sae firm the - observed as bohdaysr-Wbea Christmas day coatis on a Sunday �e ooaer�ors due two working days foibwing shall be observed as holidays operations have 00004 fmattanoe of the When holidays other than Christutias fall on a Saturday, the the engines and the Owner. The eoturtoc shit" �atoloy mca.nwasures meeding Frday wtil be oomted as a nonworking day and when as f and watchmen Service their fop on a Sunday the folbwing Monday wr�l be counted as a as he deems necessary for the ptibhic safety aid lonaraikiiug day.The Contract Time has been established to anow of the site and his plant and The Owner wt71 6e for perrods of normal Inclement weaduer which. tram historical provided bm for all fenced,secured areas. . noords. is to be expected during the Coturaa Tune, and during 1-08.12 Attention to Work(pC) which ualoft work is anticipated to be performed Each :ticcernye worloog day beginning with the Notice to Proceed Date The oontractor_shiall give his personal attention aad shall and endarg with the Physical Completion Date.shall be charged to wont to the end that n shall be prosxtuted faitMu the Contract Tune as it occurs except a day or tort of a day which noel when he is got personally pri!! x on the work sine.M atoll at. is desuynated it nonworkarg day or an Engineer determined A times be trrpresaued by a ooruareteffi who shall va rodadAe day. have full authority to execute the same and to sotivly materials. The Finginew win furnish the tools. and labor widiout Contractor a weMy repots delay and who shall-be the legal sliowutg (1) the number of working days dig it'ed against the reareseatatiye of the contractor. The 229ya5tor shall be liable for Ca a=Tune for the prwedi_+a week; (2) the Contract rtme in the faitbf d observance of any u lions delivered to him or to : w0rkmg days+ (3) the number of working days remaining in the his authorized Ewresentatrve Contract ru earn : (4) the number of tonwotkieg days- aad (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment prevaas week. This weekly revert will be correlated with the Contractor's current approved progress schedule.If the Contractor SECTION I-09.l IS SUPPLEMENTED BY ADDING THE elects to work 10 hours-a day and 4 days a week(a 4-10 s hoe) FOLLOWING.- - and the fifth day of the week in which a 4-10 shift is worked would a+dna dy be charged-as a working day then the fifth day of that 1-09.1 Measurement of Quantities(RC) week will be charkid,as a working clay whether or not the C_ auraaor works on that day. item are specified to be paid for by ton, it will be the The Contractor will be allowed 10 calendar days from the date Contractor's rrsaonsibility to see that a certified weight tidoet is of each Woolf to which to file a written protest of an alleged given to the Inspector on the owica at the time of delivery of to 6scr+epaacy in-the Contract Tune as reported. Otherwise the materials for each OucUoad delivered. lay quantities will be report wdi be deemed to have been accepted by the Contractor as prepared on the basis of said tally tickets delivered to the'Inspector . Correct. at the time of delivery of materials rickets not reoeflrt by Me The requirements for sct>eduling the Final Inspection and Inspector will not be honored'1br payuneia. establishing the Substantial lesion. Physical Completion, and Wbere items are specified to be paid by the ton,the following Completion Dates are specifiea n Sections 1-05.11 and 1-05.12. ssmem vn'll be used: -Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers - Duplicate tickets shall be tmpared to aCOOmtnnY-om truckload of material delivered to the proiect The tickets shall bear at least die following infocinatioit 1. Truck Number: 2. Truck tare weight(stamped at source) 3. Gross truck load weight in fora(stamped at source) 4. Net load weight(stamped at source) tWi 5. Driver's name and ftte Page-SP-I4 Revision Date:May I9,1997 1-09 Measurement and Payment 1-09 Measurement and Payment fhtr - 6. Location for delivery. LABORATORY" 70 READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract munber and/or name. SECTION 1-09.9 IS DELE7BD AND REPLACED BY The Contractor shall submit a breakdown of costs for each THE FOLLOWING: lump sum Bid Item The breakdown shall list the items included in the lump sum together with a unit trice of labor, materials and 1-09.9 Payments ("WA) raw CQu for each item The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Profit ess Payments(APWA) payments or deductioru or additions is payment for ordered work Progress payments for completed work and material on hand No changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Enei_nr..� be submitted to the Engineer prior to the Preconstruaion pmgress esamate cutoff date will' 6e established nt the Conference. preeonstrnctnon meeting. Within 3 days after the progress estimate cutoff date(txt not SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month)the C�onaactor shag submit to the ALL REFERENCES 7V `MATERIAL RECEIVER' 7V READ Engineer for review an Application for Paytneffi filled out and 'ENGINEER signed by the Contractor,ooverna the work completed prior to the prognu estimate SECTION 149.3 LS SVPPLSMEWED BY ADDING 771E s000tnpamed cutoff supab than be ow �� ApptiCatim for Paymept. • 1.09.3 Scope of Payment(APWA,RCS V payment is requested for-maiuials and not qtr Unless modified other7vi9e in the Caotrad Provisions, the Bid m0Oro0�m the work.but ddrnrod anti stored at approved sites Iteaes listed or referahood in the'Paynheat"dense of each Section pucsnant to the C�orntia+ct Docrmems the Application for payment of the Standard Speufications, will be the only items for which shall be accompanied nt by a bill of sale, imr s t or other documentation warraming that the Contractor has reodved the lion will be made for the Work described in or specified materials and equipment and evideam that tine materials and ow in that particular Section-when the Contractor performs the gekqMg are covered by appropriate hmmu oe -or other specified Work.Sbould a Bid Item be fisted in a'Payment"clause airy to protect the Fps interests therein. but not in the Proposal Form,and Work for that item is performed The initial progress estimate win.be made not later than 30 by the Contractor and the.work is not stated as induced in or days after the Cora=W oommenoes the Work;•and successive- iaddeaml to a pay item in the contract and is not wort that would. program estimates will be made every mouth dwnmfker until the be required to eompleoe the intent of the Contract per Section 1- gMMIetion Date. Piogmn estimates made.during proar+ess of due 04.1.then payment fbr that Work will be made as for Extra Work Work are tentative, and made only for the pmpose of determining fir pursaw to a(change Order. _ progress payment.The progress estimates are subject to dumm at The words'Bmd Item."`Contract Item."and`Pay Item, and any time prior to the calculation of the Final Payment .per =miler Germs used duougimm- the Contract Documents are Section 1-09.9(4). synonymous. The value of the prpg m estimate will be the sum-of the fwr N the 'payment" clause in the dons ref fin to aff following: unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the appcomtitrrxte Ilan price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item,then the work or material will not Unit Price. air W nam=ed or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Sbecificadom pewwgge complete multiplied by the Bid Forms amount for each Phtrelined unit Bid Items appearing in these Specifications are !ME Sum Item. to changed to singular form. 3 Materials on Hand -90 percent of iavoicod cost of Payment for Bid Items listed or referenced in the'P:ymeW material delivered to Job site or other storage area approved tj the clause of any particular Section of the Specifications shaII be considered as hmduduma an of.the Work required, suecifi4 or 4 (2aoge Orders atitldnent for appro extm Oost or fur described w that pmti dw Section. Payment item will generally conpleW extra work as deteamhrod by the F„ neet• be listed gemecically in the Specifications, and ywificapy in the Pwgress payunts will be made in accordance with the bid form. When items are to be 'furnished" under one payment progress estimate less: item and 'installed" under another payment item, such items shall 1 Five(5)pecen for retainhed Pere- to be furnished FOB tmrojoct site, or, if Ee2qjfiLA in the Special oreyiothsty made. 2 The amount of Progress Payments Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Contra"'° AQeacy for -furnished.- or "furnished and haWled" under these condttio, disbursemevA in accordance with the Contract Doom. shall be the responsibility of the Contractor with t'egard to storage Progress payments for work perfothned shall not be eviden e rut until such items are incorporated into the Work or, if such items of acceptable perfornnance or an admission by the Come' are not to be incorporated into the wotk delivered to the applicable Agency that any work has been satisfaetorily completed. Contracting Agency storage site when provided for in the Paymens will be made by warrants, issued by the lm Specifications. Payment for material-'furnished," but cot Yet Agency's fiscal officer,against the appropriate fiud source for the incorporated into the Work may be made on monthly estimates to project Payments received on account of wo nlc performed b a the extent allowed. subcontractor are subject to the provisions of RC*39.04250. SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING rrr ALL REFERENCES TO "HEADOUARTERS' MATERIAL Page-SP-IS w Revision Dale:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and payment 1-09.9(2) Retahme("WA,RCI 1-09_______9(3) Contra en 's ' ht Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amp to Wkbhold ' earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained TWA :5 Percent of the monies earned by the Contractor. Such retainaae subject to RCW 39.04.250 RCW 39,12 to RCW 6D'U and hall be used as a trust fund for the protection and paymeu(1)to Contractor authorizes the cad RCW 39.76 the the State to with respect to taxes unposed pursuant to Title 82 RCW to-withhold. e which may be due from such Contractor,and(2)the claims of any due or deduct an amount froap or person arumg under the Contract. or ionic► in the Emineces into ma � the cover the Co 's costs for or to to Monies reserved under provisions of RCW 60.28 shall.at the following situations-• the option of the Contractor be• 1. Damn a to another contractor 1. Retained in a fund by the Contracting Agency thereof and a claim has been filed. when then is evidence 2. Deposited by the Contracting Agency in an interest 2. Where the Contractor has not bearing account in a bank mutual savings bank. or savings and id foes or es to Ioaa association(interest on monies so retained may be paid to the ublic authorities or municipalities which the Coatracxor is Cormractor). obligated to pap. 3. Placed in escrow with a bftk or trust company by the 3. Utt'lam' g material,tested and inspected by the u CAOttaarng Agency.When the monies reserved are so be placed W- for proposes not connected with the Work escrov►the Con<tcft Agency will issue a check t+eptesentiai!the 4' hndscape damage a �per Soctioe 1-07-16. Sum of the nwnres reserved payable to the bank or trust company 5' For o ne work performed by City pasono�l per N the Contractor Windy. Such check shall be converted into 6. 1-08.1(4). bonds and securities chosen by the Contractor and approved by the 6. Anticipated or actual far�»re of the Contractor to COntracting Age ncy•and the bonds and -securities held in escrow. comp Work on time. haerest on the bonds=and a._ Per Section 1-08.9 L�> >r �doe.or rtst securities may be paid to the Conractor w Last of co�niaron progress based upon did Engineer's as the interest accrrhes, review of the construction The Contractor shall designate the option desired vn--the indicates the Work w71 not.be � prh M sdiodule vhich t an evemm. the Fa�iaerr will US at make allowances for weather dehhya.agpprovrd voidable delWin least 10 working days prior to die first progress payment for the. and of the Work. The atnourit widhheld assumct. The Coihtr ili!y o. o option h (3) agrees m subparag�h will be based -the hamdated damaged a s assume-fop respohui'bi�ity to pap all costs whist shay accrue from �day net forth dh Contract � escrow sevioes btoloehage charE<es or both, and fiunha agrees to multidied by tie camber assume sd risks m ootmoct:oo with the ' of days the •s HTEM ed yroPr+e ss sclhednle.in die opinion investment of tie retained of the Faguheer, fiAmfes the Contract ntay exceed the parti UM in Securities.7be Continuing Agency may also at its.. 7�. Conntacx o tots. pM jj a bond for all or a portion of the contractor's 7. Faprtre of the ttitamage. Contractor to perform"am► of -due Release of retained percentage wr7l be made 60 days following woes o�obhrations under the conhact, ioclodmg but not the CaripiedW Date (pursuant to RCW 39.12 RCW 39 ll and limited to: _RCW 60.28)provided the following conditions are ma: a- Failure of the Contractor m provide the Emgineer with a mW 1. On contracts totaling more than S20 Dare m a release has field o�when required b r the Contract Proyit� boat obtained from the Washington State b- of the Contractor to protect survey stakes Deyartaight of Revanie (RCW 60.28.051). niarkars, etc., or to provide adequate Survey work as required by Section 1-05.5. 2. No claims, as provided by law have been filed against c. Failure of the Contractor to correct defective -or the retained pe+eahtaQe. unauthorized work(Section 1-OS 8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to fitrnish a Maardactrue'a A>•ency for the Contractor and all Subcontractors regardless of tier Ccr MRW of Compliance in lieu of material testing and iaspeaion a1i RCW 39.12.040). as remhirod by Section 1-06 3 !e the event claims are filed the Contractor will be id such e. Failure to submit w6d* payrolls !meat to Fay retained PercehtagG less a sufficientrhg Agerxw �vat'la'cat Wage forms or cor%a�to employees of go claims together the a sum the Contractor or subcontractor of any tier as required by Batton sufficient to pay the oast of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for nine reason below rho f. Failure of the Contractor to pap worker's benefits (ride ._minimum limit provided by law. S_0 cad Tttk Sl RCW)as required by Section 10 10 Pursuant to Section 1-07.10 the B. Failure of the Contractor to submit and obtain approval Contiactor is ible for of a Progress schedule per Section 1-08.3. submitting to the State I&1 a-Request for Release-form in order The Contractor authorizes the ro;�to ad as agent for the for the t With ay: Agency to obtain a release from that Contractor disbursing such fiords as have been withheld pursuant to department with respect W the pavmr� of �� � medical and prenirmhs. The Contra this section to a patty or parties who are entitled to paYrn�t- aing Agency will censure the Disbursement of such fiords if the Engineer elects to do so wu71 W Washington State Enmloyment Security Dwartmm and any made only after giving the Contractor 15 calendar days prior ono—pliable Contracthryt Agpncy departs or organization are written notice of the Contracti•�e Agency's intent to do so and if notified of Contract completion m order to obtain releases from those departments or agency organizations puce to the expiration of the 15-calendar day period I. no legal action has commenced to resolve the validi of the clamps.and 2. the Contractor has P Protested such disbursement- Page-sP-l6 Revision Dare_May 19,I997 1-09 Measurement and Payment 1-09 Measurement and payment No A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws ord' Co wwwr in accordance with this section will be made. A regulations — Federal. State, or local — that affect the payment made pursuant to this section shall be considered as The date the Contracting Agency unihateralhr signs the Ixiuial paymrnt nude under the terms and conditions of the Contras.The Progress Estimate constitutes the final aooeptancx date(SOCtion r Contracting Agency shall not be liable to the Coridactor for such 05.12). paymat made in good faith. If legal action is instituted to determine the validity of the I-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will bold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS. written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment Ving Upon Acceptance of the Work by the Contracting Agency the ch information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of to upon a Final Progress Estimate made by the Engineer. Acceptance die claims;by the Contractor as provided in Section 2.09.9. by the Coctriclor of the Final Payment shall be and shall operate as SECTION I-O9.11(3)IS DEL.MD AND RB LACED By r" a release: FOLLOWING: 1. to the Conbasinig Agency of all claims and all liabilities of the Cootraililor, other dun claims in"stated amounts as may be 1-09:11('3) M—me:Lknitations and Jgrisdidion specificaDy eutxpted in wilting by the Contractor, i�AZ 2. for all dings done or furnished in connection with the This Coatraet shall be construed and ia<aoreted in ti000rdarioe wo' with the Lm of the State of WaddnM n.The remie of any daims 3. for every act and neglect by the Coda Agency;and or causes of actions wising from dds contract shall be in the 4. for all other claims and liability relating to or arising out Superior Corot of the county where the work is yerfbnw& of die Wort For eomenience of the parties to dais A paymag(monthly,final, retainage, or otherwise) atoll_not .it is moor has +� _ agreed drat any clauris or causes of action which tfie eomnictor has release the Contractor or the Contractor's Surety front any against the Conwwtum Agency arising from this Contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Aeeeptinee.of the die Comract Bond: nor shall such payment eonsoime a waiver of contrail by die Contracting Agency, The parties understand-and +err the Contracting Agency's ability to investigate and act upon fmd'rogs of non-caarpliance.with the WMBE requirements of the agr�ec that the Coruractor s failure to bring snit vvidiiri'the time Comae nor shall such payment pri elude the CoMac tum Age mod Provided shag be a Complete bar to any such claims or causes of action. from recovering damages,setting penalties,or obtaining suds other remodia as may be permitted by law. It is fittther muttualiY agreed by the parties 11uat vvhea,any claims or causes of action which a Contractor asserts:> _.the Before the World will be accepted by the Coaasing Agency, . Contracting Agency arising from this Contrail.are fli I Midi the the for shall submit an affidavit, on the form provided by Contractive Agency or initiated in tour, the C mbactor shall.. the Fiiginetr, of amounts-paid to ratified disadvantaged (DB), perniit the Coraiactim Agency to have timely access to any records minority . (ldBb7 or women business enterprises (WBE) deemed necessary by the Contraefing Agency to assist in evahn ing p mgpating in the Work. Such affidavit shall Certf'y the amounts the claims or actions. paid to the DB,MBE.or WBE aftonaasors regardless of tier. aw On FedepUrfunded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans,gta'ty SECHON . 1-09.13(2) (RC) IS SUPPLKAWNISD BY or itift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES T�0 �^gUR.ST�ON t70UNTI" Err Specifications. - WITS TW WORDS"KING COUNTY." If die Contractor fails. refuses,or is unable to sign and return the Final Progress Estimate or any other doctnuens required for SECT70N1-09.13{3)IS SUPPLEMENTED BY ADDING: die foul acceptance of die contract, the Contracting Agent ,,,, 1-09.13(3) Procedures to Pursue Arbitration(RQ reserves die tight to establish a completion date and unilaterally The &Wkws and decision of die board of arbitrators atoll be accept the cDnb L Unilateral acceptance will occur only after die � .within Contractor has been provided the opportunity, by written request final and bindings die parties, unless due aggcic a and filing from the Engineer, to voluntarily submit such doanients. If 10 days,challenges die findings and decision by serving. air voluntary oorapliarice is not achieved, formal notification of the a petition for review by die superior coact of King County impend'iig uuiilawral acceptance will be provided by certified letter Washington The grounds for the petition for review are itmttoa to from the Faigineer to the Contractor which will provide 30 Calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The 1 Are not responsive to the questions submi 30-calendar day deadline shall begin on the date of the postured of 2 Is contrary to the tams of the contrail or say component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency_ to 3 Is arbitrary and/or is not based upon the applicable fails urn unilaterally accept the contract will apply to contracts drat are and the law controlling the issues submitted to arbitration- III te completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by sue° for in are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the eyidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing, err any way relieve the Contractor of the provisions under contract or Page-SP-17 �.. Revision Dare:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Coafrol The arbitration shall be conducted in accordance with the If the Zineer reauires the Contractor to furl statutes of the State of Washington and court decisions governing channelizin devices ic=of i or Seer add- statutes procedure. not be usual an' ' ted a r�s Could. The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a°Ot cxor for the and the contractor unless it is the board's majority opinion that the ma be established to for such items. 'teal or meats contriiaor's filing of the protest or action is capricious or without consideration of pay mein for these items are thnt for reasonable foundation. In the latter case all costs shall be borne covered by od= pay items in the bid by the contractor. tied in the S Provisos as are not Oil accumulative cost for the use of each individual sad 1-10 Temporary Traffic Control device ie� of ui m or service must ex cLarmelizin cost for the duration of their [teed. in the event of d• 1n t SfiCTTON 1-I0.I IS SUPPLEMENTED BY ADDING THE will determine what is usually antic�u....i b-- a _the FOLLOWING. contractor. The cost for these items will be established by the FaRineer.or by force a000uM Additinn�i ..r. 1-10.1 General R( required as a result of the Contractors -d Me traffic When the bid Proposal includes an item for'Traffic Control,- corutrol Plaa(s)aging m the contract shall not be covered -L the work required for this item shall be all items described in Provisions m this paragraph. S_ ection 1-10, includinit,but not limited to• Hdie total cost of A die pork under the mereases or 1. Furnishing and maintaining barricades, flashers decreases by more than 25 Permit,run ewitabk adi +••••... .. be construction signing and other channelaation devices considered for the item`Traffic Control-to address the inn p9e or unless a pay item.is in the bid proposal for am specirrc decrease. device and die Special- Provisions specify furnishing. aiamtaunog. and payment k a different truanaier for that SECT70N 110.2(!) TRAFFIC CONTROL Si/PgByISOR LS REWSED AS FOLLOWS 2. Furnishing traffic control labor equipment,and supervisory 1-10.2(1)T raf tic Control Supervisor Rte``) (SA) personnel for all traffic control labor au item 3. Finishing spy necessary yehicle(S) to set'up and remove =� Contractor shall designate an individual or the Class B construction signs and other traffic control individuak to pmfonin the Traffic Control Supervisor's MM)duties devices; for the project.The TCS shag be certifud 'qu-a woricsite tiviftic ntre 4. Famishing labor and vehicles for patrolling and maintaining ce . . .Sh,m position all of tic construction signs and the traffic The TCS shall asstu+e thaE control devices, unless a pay item is in the bid proposal to pcF&Fm all the duties of the TCS_are Performed Pay for this work;and dnrin�the dumtion.. of the contract. 5. Furnishi*49 Iabor. material and m*rnent necessary for 7. that corrections are made if traffic eoatrvl cleaning tip, removing and replacing of the construction devices are not functioning as required.-The TCS may t signs and the traffic control devices destroyed or damaged make minor re visions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent 6. Removing existing signs as specified or a directed by the of the traffic control plan is maintained and the revision engineer and delivering to the C' is in conformance 46 rty Shops or stoning and m- with established standards. installing as dmocted by the Engineer 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. -=The traffic control plan shall include descriptions of the traffic control methods and devices to be Possession of a c urmnt flagging card used by the Prime contractor and subcontrae:tora shall be by the TCS is mmdatory. submraed at or before the precotstruction conference and SECT70N 1-!0.2(2)IS SUPPLiMS18 VT'BD AS F�pLLOW� shall be subject to review and-approval of the Engineer 8. Contacting policx fire 911 and ambulance services to 1-10.2(2) T)ratlie Contrnl Plans C� notify them in advance of any work that wu7! affect and . The Contractor shall be`'responsible for assuring that traffic traveled Portion of a roadway control is installed and maintained in conformance.to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways axe open to operation of the traffic control plan and take prompt action to traffic during peals traffic periods 6-30 a m to 8.30 a m corret any problems that become evident during operation. and 3.00 p.m. to 6-00 p.m or as specified in the special Provisions,or as directed by the Engineer SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS- 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Cons(ruction Signs during periods when they are not needed All signs required by the approved traffic wrinvi Plan(S) as if no bid item 'Traffic Control- appears in the proposal then well as any other appropriate signs prescribed by the Engincer•"or all work required by these sections will considered incidental and required to conform with established standards will be furnished their cost shall be included m the other items of work. by CO_ r. Page-SP-18 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying standards to No separate pay item will be provided in the bid proposal for The item"Traffic Control"will be considered for an table Class A or Class B construction signs adjustment per Section 1-04.6 only when the total contro� constm"ica ragar, will b-c 'united so-4he labor.cost to do the mroFk increases or decreases by more than 25 percent. _ 1 athcr–costs for the work to 4 M provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per- rr_shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(sl pilot cat bid proposal. driver(sl and the appropriate pilot car sign(s)for any""lot 40 SECTION I-10.3(6)IS REVISED AS FOLLOWS: car operation. Any necessary flaggers will be paid under the item for traffic control Jabot. " n 1-10.30 One-Way Piloted Traffic Control Through The Sorb unit�� a Construction Zone —�-- lm �h�ahall be full rrr pay for all costs for the labor provided for performing those construction operations described in Section 1-103(1) and as authorized by the Engineer 11, be Signs C3=µ f1 The Lutnp Sum Wait contract price panel-ar="iall be full pay for all costs for performing tie %W work described in Section 1-103(3) and Scctiou 1-10.3(4). This payment will indude all-labor, equipment, and vehicles Z-- ------- - ol. Y for the initial acquisition, the initial won of Cawactm Fruntshed One Way Piloted Tiuu Con&W The �A signs;and ultimate set»m of all Contracting Agency. up fianislned- . Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Airy necessary flaggers shall be fiunished by the Contractor " „ « rr The Lump Sum trait contract price W fill . pay for all coats involved in furnishing the pasom(s)-assigned as the "Traffic Control Supervisor" qW DELETE SECTION 1-10.4 AND RSPLlCE W77 wdbadacAU how Ail coats for the velddc(s)required for fire Traffic Control Supervisor shall be included in the Lump 140.4 Measurement(RC)(SA) Sum suit eontrad price for"Tiaffic.Cont ro"Upaarrim µ « No specific unit of ineawrremaa will apply to the lump spin ON item of"TYalfic.Coatrol" PxjqQqA &F she lump Coin UGM "Umpomp'i SECTION 1-10.5 IS RBt7SM AND SUPPLEMENTED AS be*kc&" FOLLOWS 1-10.5 Payment(RC) bC paje Payment for all labor, matetiatc, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for AeteMiReA the following bid items when Choy am4acludcd in the proposal: *Traffic Control.'hmy rmu. Tine lump same contract price shall be full pay for all costs not . covered by other specific pay items in the bid proposal for The Lump Sum unit-eontrad price mall be full furnishing installing maintaining. and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer_in for the work described in Seca=1-103(? ran conformance with accepted standards and in such a mamma as to « maximize safety,and minimize disruption and incometnence to the i,abQF public.. Progress payment for the hump sum item "Traffic Control" 141 Renton Surveying Standards inn+ will be made as follows: a. When the initial warning signs for the beginning of the project and the end of construction signs are installed 141.10) Responsibility for sarveys�RR� and approved by the Engineer 30 pew of the_ All surveys and survey reports shall be pt amount bid for the item will be paid. direct supervision of a person registered to practice land mrveY9 b Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW. in accor—da= All surveys and survey reports 4 bid for the item will be paid on a prorated basis in oa for with the requirespents established by the Board of Regisir it accordance with the total job progress as determined provisions of Professional Engineers and Land Sunvcyois under by progress payments. Chapter 18.43 RCW. up s- Page-SP-19 Revision Dale:May 19, 1997 MW 1-11 Renton Surveying Standards 1-11 Renton Surveying y rag Standards till 1-11.1(2) Survey Datum and Precision(RC) in those uses where an electronic data collector is used a hard The horizontal component of all surveys shall have as its ri nt out in ASCII text format will accom Pan the Feld notes. coordinate base: The North American Datum of 1983191 All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land bo at the ' of two or Control Network monuments. The source of the coordinate values more boundary lines_ A monument is usually set at Stich tints t r used will be shown on the survey drawing per RCW 58-09.070. physically reference a corners location on the around The horizontal eoiri)oneit of all surveys shall nicet or exceed Monttmatt —Any Physical object or structure of record z the closure requirements of WAC 332-130-060. The control base marks or amenf tety references: w1- lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Mu nuax S74ndard • A corner or other survey jut abiishod F or under the DdaU Requirements for ALTA/ACSM Land Title Skrym jointly supervision of an individual per section 1-11 1(11 and established and adopted by ALTA and ACSM in 1992 or corner or monument established by the Genera( I_amd pII- comparable classification in future editions of said doannent.. The and its successor the Bureau of Land ement angular and linear dosuve and precision ratio of traverses used for section subdivision corners down to and inc ono- sutra control shall be revealed on the face of the survey drawing sixianth corners:and as shaU the method of ad'n>stment. The liorizorital oorriponeM of the control system for surveys e Any pmmaneotly montwta>tod teary rim Of using global positioning system methodology shall exhibit at least 1 � -or horizontal and vertical control uoints esta6t.�r...t part m 50,000 predsltfn in tine lerigdt dependent error analysis at a any gova»memai ageiicv or private surveyor , 95 percent confidence level and performed pursuant to Federal Wed moons but excluding dependent bkrior for Geodetic Control Subcommittee Standards for GPS cw"surveys eomem as defined jn Geer Vw Geodesic Acaency Standards do Sx�iam'ons for Using GPS Reknlw Positioning Tedinigues dated 1-11.1(6) Control or Base Line Satryey(R(.7 August 1. 1989 or comparable classification in future editions of Control or Base Line Surveys shag be established for all said document— construction protean that wi11 create permanent stnucttnr±s such as � The vertical .component of all surveys shall be based on roads, sidewalks bridges utility lines or ti+•+ sigml or NAVD 1988,_ the North American Vertical Datum of 1988, and light tied b at least one of the City of Reiuor Survey Control Network poles, or any non-snngle tamilsr building. Contra or Base Line _Surveys shall consist of such number of tiermanemt sty beachr arks. If there are two such benchmarks within 3000 feet of momments as are required such that every stcricRtre may be Me tuviect site a tie to bode shall be made. The benxdimark(s)used observed for staking or 'as-btugtmg while occupying one such will be shown on the drawing. If a City of Renton benchmark does numument and sighting another such monument A minirnrrrn of not exist within 3000 feet of a proiOCt.one must be set on or near two of these permanent momuneaes shaU be existing MAM' Ume is the prowct in a permanent nuns er that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in tum and shall (bandhaark)will be shown on die drawing as well as a description satisfy all applicable requirements of Section 1-11'.1 herein. of any beach marks established. The drawing depicting the survey shall be neat, legtible and urn drawn to an appropriate scale. North orientation should be dearly 1-11.103) Subdivision Information(RC) presented and the scale shown graphically as wen as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the Ming County Reeotder is Those surveys dependent on tedracement of a plat or short plat required, it will be prepared on 18 bxh by 24 inch mylar and will shall reveal the oontrollina measurunents and coa>aly with all Provisions of Chapter 58.09 RCW A methodology used in that retrac ement. phoWgraphic molar of the dewing will be submitted to site City of 1-11.1(4) Field Notes (RC) Renton and tupon their review and acceptance per the specific Field notes shall be kept in conventional format le a standard zeguiremem of the project,the original will be reootded with site bound field book with waterproof pages es In cases where an Kung County electronic data collector is used field notes must also be kept with a If recording is not requited the survey drawing shall be prepared O° 22 inch by sketch and a record of control and base line traverses describing 34 inch mylar, and the original or a Station occupations and what measurements were made at each photographic molar thereof will be submitted to the City of Renton. rant. The survey drawings shall meet or exceed the tetlui �rb» of �' WAC 332-130-050 and shall conform to the City of Remon#s Every point located or set shall be identified by a number and Drafting Standards. American Public Works Assodation symbols i description. Point rnurnbers shall be unique within, a complete shall be used whenever possible and a legend shall identify all job. The preferred method of Point numbering is field notebook symbols used if each point marked by a symbol is not described at to page and point set on that page Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No.348.16.01.the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listing should notebook(s)Upon completion a Cry of Renton proiax either the field include the point number designation (corresponding with that in I notebook(s) provided by y the City or the original field notebook(s) die field notes) a brief description of the point, and northing, used by the surveyor will be given to the City For all other work casting, and elevation (if applicable) values all in ASCII format surveyors will provide a copy of the notes to the City upon request _ on IBM PC compatible media b Page-SP-20 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 4w 1-11.10 Precision Levels(RC) 1-11.1(12) Monument Setting and Referenft�� Vertical Surveys for die establishment of bench marks shall All property or lot corners, as defined m -r r 1(S Ow satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a_plat or other reoorded s.,,,,-., �l _Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner at Der 1 meet or exceed the standards specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation aaxhracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness jw Control Committee. marker shall be set. In most cases this wt I be the extetsion of the Bends marics must possess both pernianence and vertical lot line to a tack in lead in the curb. The relationsl. between the stability. e Descriptions of bench marks must be complete to insure witness monuments and their respective comers shall be sl►own both recoverablilty and positive identification on recovery. described on the face of the plat or pi vey of revolt,e g "Tacks iw in lead on the extension of the lot side lines have been set in the Radial and Station--Offset Topography curbs on the extension of said line with the curb,- In all -tier. cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable roquiranents herein. vey of section 1-11.1 herein. All non corner monuments,as defined in 1-11.1 shall meet All points ooahpied or bade sighted in developing radial the requirements of swoon 1-11.2(2) herein. If the monument topograft or establishing basdimes for station—offset topogra t falls with m a paved portion of a right of way or osier area, the shall meet the rtgtitranetas of section 1-11.1 berchL monhmutd shall be set below the ground satrface and eont med The drawing and electronic listing requirements set forth in within a-kited case kept separate from the ownument and flush section 1-11 1 herein shall be observed for all topographic surveys, with the pavement surface,per section 1-11.2(3). In die case of right of way eentedine mom all points of qw 1-11.10 Raul Topography(RC) onvattue.(PC) porous of tangency(PT) street We seaioos,center Elevations for the points oc m&d or back sighted in a radial points of cd de sacs shall be set. ff the point of irate section, pL topographic survey shall be determined either by 1)spirit kvefrog for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way,a momrment can be set at the PI instead of the PC and PT to Committee thud order devation wcwacY OR 2) of the curve. trigonometric krefim with elevation differences detemu+od m at For all non corner moms set while under eoffind b the kast taro are for each point cad with misclosum of the City of Renton or as part of a(pity of Renton approved smbdrYM= ch uit not to exceed 0.1 feet. of property, a City of Renton Mommnent Card.(f mmished by the wit city)Wentffying me non nnent:point of intersection(PI). point of 1-11.1(10 Station--Offset Topography,(RQ tangency(PT), point of curvature(PC), o ho-siiapenth corner. Plat Elevations of the baseline and topographic points shall be monument,street intersection,etc. complete widr a d rion of detemined by spirit leveling and shall sate* Federal Geodetic the monument,a minimum of two referenoe points and HAD 23191 Comtrol Coninnimee saecWwad at as to the turn points and shall not coordinates and NAVD 88 elevation shaU be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11:1(11) As-BOM Sm-m(RC) 1-11.2 Materials aw All iworovements required to be'as-btW (post construction survey)per(Sty of Renton Codes,TITLE 4 Bu&hng Regulations 1-112(1) Property/Lot Corners(RC). and TITLE 9 Public Was and Property, must be.bated both Corners per 1 11 1(5)shall be mar9cod is a pew manner bori mnWly and vertically by a Radial survey or by a Station offset such as lR inch diameter rebar 24 inches a k+81h-durable metal wren The'as-bunit'survey must be based on the same base line plugs or caps tack in lead etc and perman My marked or tagged or control survey used for the construction stating survey for the with the stuveyWs identifikation-number. The specafic pall of Wyrovenients being •as-borTC The 'as-built" survey for all the markker used an be Bete mint by the sarveya at of Im subsudfave i nt roveaoems should earn prior to bacbM img Cbse installation. 000paatioa between the installing con Lima r and the 'as-btWting' surveyor is therdore required. 1-11.2(2) Monuments(RC) AU'as-bu**surveys shall satisfy the regniraneats of section Mommients per 1 11 1(5) shall meet the rte " S!t tr 1-11.11(l) herein and shall be based upon control or base line forth in City of Renton Standard Pius*+"°e H031 and y surveys made in conformance with these Spec nom. marked or tagged with the surveyors���. The field notes for "as-built' shall meet the regmireahahts of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3 Monument Case and Cover Ow 'as-built' drawings which includes a statement certifying the Materials shall meet the rt guinxnents of seWion 9-22 and City accuracy of the'as built', of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in . rr section 1-11.1(6) herein shall be observed for all "as-built" surveys. tli 1- Page-SP-21 Revision Date.May 19, 1997 aw ?rOl Removal of Structures and Obstructions 2-03 Roadway Excavation and Eiabaatuueat Division 2 Earthwork quantities and changes will be Earthwork manuail orb means of elecxronic data rocess•use of the average end area method. Chan es to the work as dircped the ioeer mat would alter these shall be ...I led by the Me"and subrnittexi to 1 2-02 Removal of Structures and for his ri`w and ye" c;°�. «°r excavation or embankment be and the linkits�• Obstructions the Plato unless ordered me tai is All work and material shall not be for tired to return these areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS on teal conditions as directed b me Eminm shall be FOLLOWS. by the Contractor at his sole expense Atl areas shall be excavated filled 2-02.3(3) Removal of Pavement,Sidewalks, and to Cum with the rades shown on °` beccfitle�d as Curbs Q and baccfilled areas fine shat! �• In filled the In removing pavement, sidewalks, and curbs. the Cortractor std the of the final 1a er. In pit sexxi fine shall: shall begin vvimiti the final gut (6) inches of put. I�mal teas ' shall Prodtiee which is even,wubnv .t..- to some Ilant � "P changes m a surface00�and Off-Project site. grade. - 1) Cover. -== Excavation for orbs gadp be widi as Uass.S-fm-at-_Pit. �'= to me cross � Pik S. When as aft where Pavement leas been removed is to be shown. Cane shall be taken got to excavate below die - Opened to traffic before Pavement patching has been txarapiexed, gggl a. The OOntractor shall inn is all excavatimis five from tnaporaty mix asphalt concrete Patch shall be required. d�rimaital gt>anaties of leaves. brush. stidre r.„r ache- • Temporary patching shalt be Placed to a minimum deem of 2 `�trail final ""''Of the Work. iadtes immediately after backfilling and eompaaioa as complete. Following removal of tpPSO$ or excavation aid and before the road is opened to traffic MC cold mix or MC hotO`e P of fills ac hose the subto erade nodes the met shall be used at the distxetioo of the °otneer roadway shall be ProofrOikd W ideOM any soft Or bone nit as If pavements. sidewalks. or Curbs hie within sn excavation which may warrant additional convaaron or excavation -and area and are not mentioned as setaa•ar�Pay ems. its removal r%bcanent- will be pad for as part of the quantity-rtmoyed.in excavation. If The Contractor shall Provide temporary drainage or Protecd on theq to keep the suberade free from mentioned as a separate item is the � ale excavated native soils shall be used for fill in the gad for as Pct, will be measured oa area regtiir M fills. Cate shall be taken to Place !� provided under Seaton 2-02.5, and will not be ezcayafcd material nhcluded in the quantity Calculated for excavation. at the optimum MOWure content to aChieVe &e compaction. Any native mat+ertal Used for fill shall be free of SEMON2-02.5 IS SUPPLEMENTED BY ADDING: organics and debns and have.a maximum particle size of 6 iodhes. 2.02.S Payment JRR Z It shall be the respoasi CH"Of the Contractor to Prevent the dative_ materials from inn saturated with water. The 2.. 'Saw .no• Per Lineal Foot, measures may include ae to drain. oomoaaine the native 3. -'Reiaove Sidewalk' Per Sq=M Yard materW& and diverti runoff away from the materials. N the 4. 'Remove Curb std Gutter' per Lineal Foot_ Contractor fails to take std- Preventative measures any coats or go S. 'Cold Mix" Per Too delay related to drying the materials shall be at his own expense. 6 e Asbhalt concrete Pavement'per square yard If he native inataiahs become saturated, it shall be the 2. 'Rem Ne Ceoient r�onsi'bility:of the COrlCrete Pavement, Per sawre yard �amr to dry the materials, to the 8. Remove existing ,•pa o�6ahtm moisture cmit=L If sufficient acceptable native soils are AU costs related to`die removal and&�+�sal of Structures and �-= iabie to omrtplete 000stnitx i of the roadway cmbanimie�, obsancxiorhs w ding saw cutting excavation, backfiilioi[ and Gravel Borrow shall be used taiiPOraty asphalt shall be tathsidered incidental to and included in if subgrade trimmer is not requited on the Protect.all portions other items unless des»!oate I as specific bid items in the Proposal of Section 2-03 shop apply, as though a subgrade trimmer were specified. 2-03 Roadway Excavation and hie native soils, as determined by the leeer.are not available to eo, ete constriction of the roadway Embankment embankment. Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shat!be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: ttli 1-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting,Agency will use the following methods to 0 excavated from within the limits shown on the laps_ Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments while surpl us sections provide otherwise: excavated material or unsuitable material shall be disDosed of b 1- At the discretion of the engineer, roadway excavation the Contractor. borrow excavation, and unsuitable foundation excavation - the t Page SP-22 Revision Dale.May 19, IM tip 2-04 Haul 2-09 Structure Excavatioa cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall pro vide truck tickets for each load removed. Each ticket shall have the truck number time and date,and be approved by the engineer. SECTION 2-06.5 IS SUPPl8ME1VTED BY ADDING THE FOLLOWING.- SECTION 2-03.5 IS REVISED AS FOLLOWS: - „�, 2-06.5 Payment(R 2x03.5 Payment (RC? C Subgrade preparation and mauttenance inclndin¢ ateriii Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal. thereof shall be included in the appropriate wait or 1=tea 1. `Roadway Excavation" or"Roadway Excavation—Area contract bid prices. A(B.C.etc.)",per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade. unit contract prices for roadway excavation and haul go shall apply. U be orders excavation more than 2 feet below subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING T,BE provided in Spa-3444 Item 3 of this payment saxion. in this FOLLOIF'111tG: 1 case,all items of work outer than roadway excavation shall be paid 2-09.1 DescHption(RQ t to at unit contract prices. This work also includes the excavation. haul and di- _I of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as teat, mac, or un)iit l o excavadn& loading, placing. or otherwise disposing of the materials including buried!M and stumps. material. tThe unit contract price per cubic yard shall 2-09.3 C onstradion Requit^ements include haul. SELMON2-0 .3(I)D IS REVIMASFoIlOWS 3. "Unsuitable Foundation Excavation".per cubic yard. . The unit contract price per aitiic yard for 'Unsuitable 2r119.3(1)D Disposal�Excavated Material�� J' mrdation Excavation" shall be full pay for excavating. loading, All�s for of heed dial wig the project and disposing of the material. limits shall be included 6i-the =it eotihact price for structure excavation..Class A or B. im ppovided in Seedea 2 04 shall apply, except m6en &he bid item ir �,IA hNif d16 Owe" to a 496PONS ske, Swe Will M as unit contract price per So- cubic yard shall include haul. 7. Y Us • .{ COPipacdon' H the contract includes structure excavation, Class A or B. including haul, the unit contract price shall include all costs for loading and hauling the materiall the full required distance= it Mw raigisviev otherwise all such djsposal costs shall be considered incidental to Mlben embankments -;@ made by Method Payment for the work. embankment compaction will not be made as a separate item.All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS items involved. 2-09.4 -Measurement(110 Gravel backfnll.All gravel badkfill will be measured by the to 2-04 Haul cubic yard in place determined by the neat lines required by the Plans err by the ton as meastirod in conformance with section 1-092 SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel bac M used for pipe bedding shall be incidental to the FOLLOWS installation of the pipe or paid for as other gravel backOff unless a to specific separate pay item is included in the contract for gravel 2-04.5 Payment (RC' bacidill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLF1t�NTED AS FOLLOWS. All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. - Payment will be made for e following bid items when they th ■r are included in the proposal: "Structure Excavation Class A".per cubic Yard. "Structure Excavation Class B",per cubic yard. 'Structure Excavation Class A Incl. Haul",per cubic yard. 's 'Structure Excavation Class B Incl. Haul".per cubic yard. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools. equipment• and pumping or shall be included in the unit bid price of other itunsr of work if 'Stricture Excavation or Page-SP-23 rrr Revision Date_May 19, 1997 2-04 Structure Excavation 2-04 Structure Ez CA�'atiOD 'Structure Excavation Incl Haul"are not listed as pay items in the contract. 'Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot dWI be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation.-it shall also be required as backfill material for the extra excavation at the Contractor's expense. An excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the teat line nxasurement of the excavation and shall Dot include the extra excavation beyond the neat lim If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the wort involved and n_o further compensation shall be made `Gravel Backfill tiud) for (Tyye of Excavation) per Cubic Yotrd or per Ton' ._When gravel backM is paid by the ton.the Contractor shall take care to assure to the satisfaction of the Fwjnm that such per ton backfill is only being used for the purpose and not for Oil purposes when:backfill a inci� ai or being paid by cubic yard. Evidence that per tort gavel backfill is not being used for its desrgaated purpose shall be grounds for the Engineer to deny Payrnaht for such load tickets. Unless included in the contract as a sqwaw pay item..gravel backlill used for pipe bedding shall be considered incidental to the iostallatim of the pipe or shall be ioduded in the gravel backfill used to backfill the trench, if a Oil separate pay item is inctrded for trench badM. ' tai ri till , irl t- Page-S-P-24 Revision Date:May 19,1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling gases 3 No supplemental specifications were 4 No supplemental specifications were necessary necessary to No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. err so rrr wr _ nr ■r rr. t- Page-SP-25 Rcvlsion Dale:May I9, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) Content 00-11 b Surface Treatments and Pavements ra+uplas-toWhen a saMle from kal mix is needy the 5-04 Asphalt Concrete Pavement Contractor shall ensure that sa the samples can —be e accordance with WSDOT Test Method 712. f in SECTION 5-".3(8)A IS REVISED AND SUPPLEMENTED AS FIOLLOM. B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RQ of acceptance sampling and testing. a lot-is 1. General. Acceptance of the total of material of work Produced �fmod as _ asphalt cement concrete shall be quantity _ t� lob mix Determination of-staksetca l-er. a nonstatisticat acceptance. formula qW. Only one lot trot JMF is exile ed � l- nonstatistieal acceptance shall be , o ur based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes(asphalt concrete Pavement Classes A.B. $ F. and G) s1iaAk1 be evaluated for quality of gradation on.a dat'lyi"basis by the contractor. This gradauon analvsrs all be t..c a_n -� 11m p ilk based on WSDOT Test Method 104 and the results delivered to the die in sectiari Contracting Agency by noon of the following wockiog day This 03.8(QA (Basis of Acceptatim), The Con 2q!r may not nuke information shall be used by the Fingineer to evaluate conformance -wry changes to the JMF without txtor written Wal 4)f Wgfi Section 9-03.8(6)A.2,"d A.aspl>zft content shall be tested at Agineer. A the Espiginwes discretion if the Comaac Lion Pay Factor(Section S- 0_4.3(10)B)falls below 1.00. The Contraautg Agency tray take their own independent of available $864 -RA gradation samples at the to confirm the gradation testing done by the contractor. If the iftendent sample gradation varies fmm the Contractor's data by more than t3% for sieve sizes Go- neater dun 1/4"and±2%for sieves smaller than the No 10 then the costs of the sampling and testing shall be borne by the b 1:1111 to the gICa"G9_&OO4QW_4Q Contractor. If the t3'est results vary from the Contractor's data aw-,l�ritliin the ranges listed above , the cost of smroling and testing will be borne by the Contracting Sampling and testing for nonstatuncal acceptance shall be tt1 29pen giiaded mixes (261 GORGFSU Pavement Class D) Performed on a random basis at a minimum frequency of one sample for each subiot-of 400 tons or each day's .production, . -whichever is least.When Proposal quantities exceed 1,200 tons for Statistical acceptance pili:o—dlul a a class of mix under nonstatistital acceptance, sublot size Shan be all gligiti by 3WSDI=. Uwe" determined to the nearest 100 tons to provide not less than throe uniform sized sublots, based on proposal quantities, with a maximum sublet size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.--ef-all Quality AwMan"Viii Adjugments-aa 6-1-4—-V—1:­ the a@-.- ibr. Aighuiffie.ililli mtith;a (3)will be used for.- Wiliss of Mix ari four. houn—afkar. iti lk -4� -U the P;QPQGal ___O next pawift shift 3b Engineer. Won till D. Test Methods. When sample testing of asphalt content is . nCCtSSary, A4meptanee uWag for compliance ef-allpIals-content 2. Aggregates. Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test Method ?22-T. When s equivalent and fracture based on their conformance to the ample testing of gradation is necessary= requirements of Section 9-03.8(2)_ Aacceptance testing for compliance of gradation will use the Quick evaivaticta. Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted for Procedure;WSDOT Test Method 723-T. ttiste_based on"F-conformance to the uirements of Section 9 E. Reject Mixture 02.1(43). Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may. prior to be the responsibility of the contractor If the vendor or grade % sampling, elect to remove any defective material and replace it the asphalt cement changes a new job mix formula QMF)shall be with new material at no expense to the Contracting Agency. Any evaluated and approved, such new material will be sampled, tested, and evaluated for t� 43. Asphalt Concrete Mixture acceptance. A. Sampling (2) Rejection-bb Engineer Without Testin Witlieut_'cs . (1) A sample will not be obtained from either the first or last The Engineer may without sampling, reject any batch load. or 25 tons of mix produced in each production shift. section of roadway _ t- Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement err mmedal that appears defective in gradation or asphalt cQmem SECTION 5-04.03(10)1 IS SUPPLEMENTED gy ADD,,NG content. Material rejected before placement shall not be THE FOLLOWING: incorporated into anyt ilia pavement. Any rejected section of compacted seadwwRaavement shall be removed. 5-04.3(10)A Genera!(RC) No payment will be made for the rejected materials or the The Contractor shall not use vibration when compa«;R on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) ism place (refer to r`'.n, of yyr rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations o rejected material tested,a minimum of three representative samples A.C.lines.) will be obtained and tested. Representative sanhples to be removed SECTION 5-04.3(70)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring 5-043(10)B Control (SA) Asphalt concrete pavement Classes A. B. E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course— thickness greater than 0.10 foot,shall be compacted to a specified don'— S669ift level of relative density. The testing shall occur oil a sublot basis using the definition of a sunblot described in Section 5-04. The specified level of relative density shall be a CQ= - +r 9?.t-0 pament of the f" pi of the ioitiaft reference maximum . rejected aisp.ct d nummial will use the acceptance Sampling and 34ethad _The reference maximum density shall be determined testing methods. If ills inseiai does not fall within the job mix as that developed in the job mix formula rri�,tF)aw aiwsi% wrW formula toleraoces of Section 9-03.8(6)A,the mix wilt be reiectod . and all costs associated with sampling,testing and removal shall be the Or chooses. a moving to borne by the Contractor. The rejected material must be removed average of the three most recent tests of.maxim nn density may be and replaced wilt new material at so exteme to the Contracting determined through the use of WSAOT Test Meflwd 705 by ribs Amy If de material falls within the job mix fb mnla Contractor at the Contractor's expens;e. The.specified level of tolerances the mix will be accepted for quality of mix but will density attained will be; determined by the average suds" rig remain subject to the canpacum adjustment of Section 5-04.3(10) *;xalumie&-of three €* nuclear density gauge tests talmu in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling)- at locations determined by aai�luig— d each density lot CUM— - p9ma- WWQ4 any Mated-, that ir, suspoc"d of The quantity Foppecom gh less.The Engineer will a copy of the results of all acceptance testing performed in the&W as soon as aad-4acced-U- 4 mageFial will then be evaluatod for.price adju"man; the results are availab Fdance with dw aacktical acceptance section This mater-ill wo"ay afte;4esting, o;for.;dghUime wgd�M��Jaaurc-fier. Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities blhng between 89 txrcent and 92 percent sihaH be subject to else price' aAAtdfnmtS Vet . 5_. -in at six madem samples 04.5(1 Wdepead" lot W4 die Odom--I Aest FOR-16 included ftc a fift- cost For compaction lots failing below a CPF of 1.00 pay-ftclor. and thus subject to price reduction or rejection.cotes may be used as an alternatives to the nuclear density gauge tests. A4MW-QQM rr the a�pauisg._When the Contracting Agency �cores and level of relative density within a sublot is less than 92 tie costcoatiacting Aeency shall be F i for 4 Wh Wrhng and testing shall be borne by the Contractor.When the Contracting b Is Us il'an 045 Agency requests cores and the level of relative 4LM wnthm a sublot is greater than 92.0 percent, the cost for.nnnn and testing shall be borne by the Contracting Agency.-sxgarss�� L°' err shall-ba'5 peme u. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the eompactibility of the mix design' t Page-SP--27 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5 Oa Asphalt Concrete pav Mil erneat Cotnpacobility-shall be evaluated as the ability of the mix to attain SEC77ON S-04.5(I) QUALITY ASSUR41VCE pRICB a ig ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELISTED. greater referenced to the specified minimum density (927 percent - of the reference maximum density SECTION 5-04 5(I)A IS DELETED AND REPLACED Wi g A��d SOS). If a compaction test section is requested a TUB FOLLOWING: Conroacuon pay factor of 1.00 shall apply until Compatibility is 5-04.5(1)A Price Adjustments for Q proven. Following determination of oumpacubility. the Contractor (RC) of AC IqU is responsible for the control of the compaction effort. If the Contractor does not request a testa section, the mix will be None Acceptance.gach lot of considered compactible. pavement produced and �phalt concrete t the limits of We job t constituents failing ydt Asphalt Concrete Classes A. B. E, F. and G constructed j mix formula shall be accepted at the unit li under conditions other than listed above shall be compacted on the eonhuct price. If the constituents of the mix fall basis of a test point evaluation of the compaction train. The test limits of the Sob mix formula,the mIx shaII not be a ode the point evaluation shall be performed is accordance with u�trMtions Section 5-04.3(8)R election of 11Tnct»re) `� see from the Engineer. The number of passes with an approved SEC77ON 5-04.S(I)B IS REVISED AND SUPP�AS Compaction train, required do attain the maximum test point FOLLOWS; density.shall be used on all subsequent paving, Asphalt Concrete Class D and prelevefmg mix Shan be 5-04.5(1)$ _ Price Adjustments for Quarity AC Compacted to the satisfaction of the FEgineer. Cow lit addition to the iatdomly selected locations for tests of the For each sublet n�L2 density. the Engineer=y also isolate from a normal lot any area Factor a won '. that is suspected aoein defective in relative determined based on � be density. Such dhe rda&e density of the ft U& *F%- minimum o w7l-rrot include an original SaM*e location. A folknring table lists the Con>aactton pay Facm.s and that randomly located density tests will be taken. mad relative density The isolated arts will that be evaluated for price ad'justment is bewmen an CGMFOGUe 143- RICO;and--ity aoeordatroe with this ' n. Considering multiplied by 40 p it as a separates tBM2 kc, A#m*agw Will I-- Gal—dated as 4—he p1pod 1 1199 at CIR.AV--the SEC77ONS-M.5IS REVISED AS FOLLOWS: and the 5-04.5 Payment (RC) Reluive Compaction Pay Factor (average of thrte tests) 'Misr and/or Driveway Asphalt Conc. A"mach Cl. '. M.0 1.00 per too.=This item.-what included in the pact.includes asphalt 91.5- 0�. paving for arras andr as driveways and traffic islands that an not 91.0 0.95 tart of other pavm_a_work. 90.5 ' e era..... •r,, culatiotr. 0.91 90.0 0.83. lob.]I Mix r�....._.......s e...e �,;�.�i�•. ;ice- �-- 89S paid_fbeas desc.. -a e4-�:,,.,c n. s, 0.80 riff -- - 89.0 0.75 -frr All f11 Page-SP-28 Revision Date..May ly,Iyy7 6-12 Rockeries 6-12 Rockeries and have a stable appearance. The rocks s hall be carefully..race Division 6 by mechanical equipment and in a manner sneL that the Ian itudinal Structures axis of the rock shall be at right angles or pegndicular to the rockery face. The rocks shat! have all rnclnoin¢-------------- aces slop' to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a _r that there will be no movement between the two. After seal g m 6-12 Rockeries course of rode all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description(RC) inch square probe. de The work descn"bed in this section regardless of the type of 6-12.3.1 Rockery Backriill(RO materials encotmtered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 filch micros cnts Oct pit or fill slopes and furnishing and crostrucft rockeries/rock rock or gravel conforming to section 9-03.9{3), This material will retaining wail where shown on the plans or where directed by the be placed to an 8 ranch minimum tbkJmess between the entire wall to� and the ctrt or fill material._ he T baddill material will be placed in Iii to an elevation approxiantely 6 inches below the cerise of 6-12.2 Materials(RC) rocks placed. TU badkfill will be placed after each Courr ,e of i m Rock walls aLall be formed of larger pieces of warned basalt, rocks. Any backfill d before et the bearing surface of dm rock andesite or other igne m rock. Individual pieces of rock shall be course will be rethnoved before setting the next course sound and resistant to weadhu m. When broken moo pietas 6-12.3.2 Drain Pipe(RC) WaddW 50 to 150 gams and tested for soundness with sodium A 4 inch diameter perforated tick pipe shall be placed as a sWphate is accordance with aashto d04, the loss dhrough a one- footing drain bchimd the rockeries as sliown in the standard plans inch sieve after 6 cycles shall not exceed 35%by weigh. and connected to the storm drainage system where shown. The rocs material shall be as nearly rectanodar as possible so as to afford the minimum amount of void space between the blocks. 6-12,3,3- Rejection Of Material(RC) No stone shall be used which does not extad through the wall. The fimectm will have die.awhorky to ttikct any defective The rock material shall be bard somd, durable and free from material and to smpend any work that is being kmxopedy done, u+wea&ered portion&seams,sacks and other defects. subject to the final dedsim of the engines. -All yeiected-material tr The rock density shall be a minimum of 160 pounds per pubic will be removed from the Construction site and my reiected work toot. The sauce of supply and representative samples of the shall be repaired or replaced at do additional cost to the Owner. material shall be aPPtnved by the engineer before delivery to the site. 6-12.4 Measurement(RC)_ fir The rock wails shall be conunicted of one-than rocks, (85 to Measurement of the finished rock waif for payment will be 300 ponds)each 10- in its least dimension: two man rocks, (300 made from the footaim gade to the top of the wall and rotmded to to 600 pamds each 13' in its least lion; threaman racks the neatest square yatd. (8DO to 1,200 pounds) each 16- in its least dMension; fotu-man rocim(1,500 to 2,200 pounds)each Igm in its least dith>itsion. The 6-12.5 RMment(RC) rocks shall range uniformly m size for each classification specifies. The faze-man rocks shall only be used for the first Course of quy�will be made under the item 'rock retaining wall-, rock in walls over 6 feet in height. Per square The yard- rabic price per square yard shall be full compensation for 6-12.3 Consh-aWon Regul"ments(RC) the rockayfrock retaining wall in place and shin include an work, The rock unloading at the site will be date in such a mattncr materials, sand equipmek t �-t0 comP1� the iostailadon, as to segregate the rode by the size ranges indicated in the including drainage pipe and all other items. preceding paragm*- The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth below subgrade in 'm excavation sections.or not less than 6 inches or more than she foot in depth below the existing ground level in embudmww sectiorts. Areas on which the rockery is to be Placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock m wall consauctkm shall start as soon as possible upon the completion of the put or fill section. Rode selection and plat enmeut shall be such that there will be no open voids in the exposed face of the wall over 6 kwhes across in any di ection. The rocks shall be placed and keyed together with it minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be Placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable fir t- Page-SP-29 Revision Date.May 19, 1997 in 7-01 Drains 7-04 Storm Division 7 Corrugated Polyethylene Culvert Pipe Drainage Structures, Storm Sewers Where steel or aluminum are referred to in this S 9 0S 19 regard to a kind of culvert pipe,pipe arch, or end ecthon in IN Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with As Isec icons• it shall (galvanized) or aluminum coated (al- aluuinized) co I Conduits steel. and aluminum is corrugated aluminum all mated Iron?r Sections 9-05.4 and 9-05.5. specified a, Where plain or reinforced concrete steel or aluminum are 7-01 Drains referred to in Section 7-02 it shall be tmdersi cod dmat also made to PVC. iefere is SECTION 7-01.2 IS REVISED AS FOLLOWS 7-01.2 Materials_Z 7-03 Structural Plate Pipe, Pipe Arch, Arch� Drain pipes may and Underpass eoncrae,zinc coated(galvanized) halt Treatment 1 or aluminum coated (aluminized)corrugated iron or SECTION 7-03.21S REVISED AS FOLLOWS: sted__with Asphalt Treatmet I, corrugated aluminum alloy, polyvinyl chloride (PVC). or ooaugatod polyethylene QT) at the 7-03.2 Materials�R�' Option of the Contractor unless the Plans specify the type to be used. e= slap meet the requirements of'the followygg sectiour. SECIION 7-01.31SJUZVLSM AS FOLLOWS: Class 3000 7-01.3 Cow Requirements gQ Corrugated Steel A�latt Treatment 1 W Corrugated Aluminum • PVC drain pipe slap be jo aW with a bell and spigot joint Reinforcing Sted 9-09.6(8) l using a flexible dastomuio seal as described in Section 9-04.8. 9-07 ; The bell shalt be laid upstream. PE or.ABS drain jointed pipe shaU with snap-on. sc tw-on. or wrapUVUnd coupling bands as SEC77ON 7-03.5 IS REVISED AS FOLLOWS:. roeommended by the manullicturer of the tubing. 7-03.5 Payment PVC tmderdrain pipe shall be jointed using either the flexible cl stoareric wal as described in Section 9-04.8 or solvatt cement as Payment will be made in accordance with Section 1-04.1. for desaiked in Section 9-04.9. at the option of the Contractor unless each of the following bid items that are included in the proposal. odtawise specified in the Plans. The bell-shall be laid upstream. 'St. Str. Plate Pipe Gage In. Diem.". per linear PE or ABS drainage tubing underdram pipe shall be jointed with foot with Asphalt Treatmem L ' snaPen. scmw-on. or wraparound .coupling bands, as 'St.Str.Plate Pipe Ards Gage FL In.Span rer M amended by the manufacturer of the tubing. per linear foot_wiW Asphalt Treatment "St.Str. Plate Ardr- - •SEMON 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Trrath LL S 'era pan .per . FOLLOWING: 'Structure Excavation Class B" per cubic yard. 7-01.4 Measur•emerrt�RC 'Suucmm Excavation Class B Ind:Haut".per cubic yaM. If no bid item for Structure Fj=vation Class A or Structure When the contract does not include "structu re excavation Excavation Class..B, including haul is included in the schedule of � (lass B or'Save Lure excavation Glass B including haul"as a pay Prices then the work will be considered incidental and its cost item all costs associated will Huse items tdall be inchided in other should be mcluded w the cost of the Pipe. "Shoring or Extra contract pay items. Excavation Class B". H It is.not in the contract. then it shall be incidental. - 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECT70N 7-00.2 IS REVISED AS FOLLOWS -7-02.2 Materials 7-04.2 Materials R� Materials shall meet the requirements of the following aluminum are referred to in this Section in r Where steel or al mom= regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized)= Asphalt Treatment I Coated of Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and a* Beveled Concrete End Battens 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch,Asphalt Treatment 1 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(g) Steel End Sections,Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05-5(6)5 Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Rei*ion Date.May 19, 1997 t 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins gar 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWWG: FOLLOWING 7-04.3(1)B Pipe Bedding g— 7-05.3 Construction Requirements Pipe bedding for PVC sewer pipe shall consist of dean, granular pea grad consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6' over and 6' under the exterior wails of the ladders. pipe. SEC77ON 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS: SECTION 7-04.3(2)A IS REVISED AS FOLLOWS.- 7-05.3(1) Adjusting Manholes and Catch Basins to Grade C 7-04.3(2)A Survey Line and Grade C The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall fast be removed and thoroughly oahtraaor m a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the 6W existing structure shall be raised or lowered to the required SEMON 7-04.3(2)G IS SUPPLEMENTED BY ADDING TSB � .ion 744–V)G Storm Sewer Line Connections C i All dormecxiotn not occurring at a manhole or catch basin shall In mmaved streets: Mwboles, catch basins and similar be done utilizing pre-mantrfaexured tee connectors or vim sextons structures in areas to be surfaced with crushed rock or gravel don "Proved by the Engineer. Any other method or materials be eructed to a point approximately eight indm below the proposed for use in nuking connections shalt be subiect to aPpmval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be as off and covered in a similar manner. The contractor shall awfully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS be easily found upon completion of Qte street work. After placing the gravel or gushed stone staftcing, the manholes and manhole 7-04.4 Measurement(RC). stings shall be constructed to the finished grade of the roadway . . The length of storm sewer pipe will be the number of.linear surface Excavation necessary for bringing manholes to.grade: feet of completed installation measured along the invert and will shall center about the manhole and_be.held to the miammm area include the length through elbows. toes• and fittings.The number necessary. At the completion of the manhole adiustment,the v rd- of linear fee will be measured from the canter of manhole to around the manhole shall be badkfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section. and be catch basins and similar type structures. thoroughly compacted. In cement concrete pavement: Manholes catch basins and- SBCT70N 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constructed and h in the same FOLLOWS: manner as outlined above except that the fiat ad gfflent dun be m' 7-04.5 Payment made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement extreme care shall be The snit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to in asphalt oonatite paveumq Manholes shall mhos be ad'Nsted as ooaoplete the installation, including adinstnhent of inverts to until the pavement is completed. at which time the center of each manholes. When no bid item'travel backfi 1 for pipe bedding"is - manhole shall be ardblly tdoca A from refa'e� EM!2Mk included in the Schedule of Prices pipe bedding, as drown in the established by the contractor. The inn► shall be art in a standard plans shall be considered incidental to the pie and no restricted area and base material be removed to - temoYd Of additional paynn shall be made. the cover. The manhole shall then be bTc5Mt m" E[M Mae utilizing the same methods of Conduction as for fie Manhole Testing of storm sewer pipe if required by the Engineer shall itself Tine art iron frame shall be placed on the d blocks a be considered iockkntal to and included in the unit contract prices and wedged rap to the desired grade The vole vAiich for other items. shall be cut and removed to a neat circle-. the diameter of e shall be equal to the outside diameter of the a1 p ii two feet. The base materials and gushed rock dull be and Class 3000 or Commercial Portland Cemerc Conc�rea placed so that the entire volume of the exeavau.:.:" mew surface. T. within but not to exceed 2 inches of the finished nl �e—e" On the day following placement of the the edge of me err asphalt eoncretezpavement, and the outer edse Jr ire c�tstine sluall be painted with hot asphalt cement Asphalt Class G concrete snail then be Placed and compacted with hand taupe-'s and,_a pater M roller. The complete patch shall match the .ristiny paved surface r. for texture density,!0 uniformity of grade The ornt�= Page-SP--31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation R egairements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS.• hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement covered with dry paving sand before the asphalt ceatent solidifies �-Z The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet from iron frames_ for new and old inlets to be adiustod to Bade will be Adjustments of new structures and miscelianenus items established from the forms or adjacent pavement surfaces The as valve boxes shall be considered incidental W the � all final adjustment of the top of the inlet will be perfotmed in similar rice of the new item and Do furthur Co tit>tt contract !ion shhall be trade, manner to the above for manholes On asphalt concrete paving Adjustment of ex' structures and pia heirs such Protects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured •Ad'tust Xm- frame not embedded in the gutter section shall be solidly embedded cad►which shall be full for all labor and materials includin all m concrete also. The concrete shalt extend a minimum of six concrete for the en leted adjustment in a000rda with section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the C'nty of Renton Standard Details r below the too of the frame so that the wearing course of asphalt Connection to e-wimm vives and sirmuctmures shall be measured Concrete pavement will butt the cast iron frame The existing Pa cacti. concrete Pavement and edge of the casting Shall be painted with hot SECTION 7-05.S IS REVISED AND SUPPI.EMENTLrD asohatt Cennent. Adttuoments in the inlet structure shall be FOLLOWS. AS constructed in the same manner and of the same material as that rewired for new m14%L The inside of the inlets shall be mortared 7-05.5 Payment�R Z and Plastered. Monuments and-cast iron frame and cover. Monuments-and - "A—dLs F�tisting 'per each monument castings shall be adjusted to grade in the same manner The unit contract "p� per each for •Ad' as for manholes. Ex>stnng ' "shall be fWl play Valve.box castings:Adiustmemts of valve box castings shall be for all costs necessary to make the adjustment. of ad'ecent areas in a manner acceptable to the mcludi er restoration made m the same manner as for manholes. � '. `structure B=Vatiw Class B%per cubic SBCTTON 7-053(5)IS REVISED AS F7pILOypS_ "Structure Excavation Class B W.Haul".yard.tic yard. .7-05—V) Abandon Structure excavation for concrete inlets and.area idets is �dsting Manholes�C2 considered incidental to the cost of the inlets and shall be included- PlI Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the aura inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation- Class A or Structure below the revised surface devatiocy all connections plugged, the Excavation Class B is included in the schedule of EdM then the manhole base shall be fractured to pr+eveat atandmx water.and the work will be considered uncdental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14). Debris resulting from breaking 'Connect to Existing Catch Basin.'per each the nipper part of the manhole may be mixed with the sand subject 'Connect Structure to existing pipe..per each. to the approval of the Engineer. The ring and cover shall be trrl salvaged and all other surplus material disposed of. 7-08 General Pipe Instafttion Requirements SBWON 7-0.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOOL LOW& HOLLOWING: 7-08.3(1)C Pipe Zone Bedding(R Q (SA) 7-053(3) Co»_ mss to Ming Manholes.(RC) Hand cmpaction of the beddinit materials under the Pipe Where shown on the pleas-new drain pipes shall be connected haunches will be rewired, Hand compaction sluff be accomplished So existing line, catch basin, curb inlets and/or manholes The by using a suitable tamping tool to firmly tamp bedding material ai Contractor shall be revuired to core drill into the structure, shape under the baunches of the pipe Care shall be taken to avoid the new pipe W fit and rearout the opening in a workmanlike displacement of die pipe during the compaction effort. mama. =Where directed by the engmeer or where shown on the Pie bedding shalt be Considered incidental to the pipe and no Fans,additional structure channelling_2@1 be required. further compensation shall be made A "Connection W exisaws item will be affOwed at any SECTION 7-08.3(2)B IS SUPPLEUMVTBD AS FOLLOWS eoa mcdon of a new line Wan existing structure,or the Connection of a new structure W a existing line No *Connection to existing' 7-08.3(2)E Rubber Gasketed Mats we'll be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes catch basins or cub inlets carefully to avoid knocking the gasket out of positron or Am damage to ex=M* gVe or strumm that is to remain in contaminating it with foreign material. Any gasket so diStuntted place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced to or replaced at his own expense before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor,materials and U* ment required home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation tt instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together,except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint 1� 1- Page-SP-32 Revision Date.May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements. rr tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. Apo sin Contracting Agcy. the pipe line shall be closed watt water ught expandable t9pe IRS in Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the - OW Aching the nine and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood or oilier damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before points are When necessary to raise or lower the arpe due to tmfoteseen w entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the EN'J ti t may, the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short rugs wbich rr>,••be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGWMt. pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is Wd on a d t M Bradt shall as gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient pipoort is furmshod by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid sera' ht between the changes in alignment and at tndornt grade between rrr SECTION 7-08.3(2)./IS AN ADDED NEW SECTION: changes in grade For concrete pipes with ell'otical relnforcarhgtt 7-08.3(2).T Plating PVC Pipe (. the pipe shall be placed with the minor axis of the reirdoroemeat in In tie trench prepared as specified in Section 7-M.30)PVC a vertical position. nnina at the lower ed. with the bell end IntinMiately after the pipe Joints bas been trade proper gasket for !� a,�n t,r• laid bep'i _ upg� pa gravel oriel be used as the bedding material aid placement shall be checked with a feeler Me as approved by the extend from 6'below the bottom of the pipe to 6'above the top of P!pe mantdwtttet to verify proper gasket placement, the pipe. Wben lit is necessary to conned to a-structure with a SECTION 7-08.3(2)G IS SOPPLEMEN7ND BY AZtDING THE to mudded ioim a tubber gasiceted concrete adapttx-0o11ar will be used FOLLOWINa- at the point of connection. 7-08.3(1)G Sewer Line Cotmeclions QtC) 948.3(2)A Survey Line and Grade Unless othewise approved by the Engineer,all connections of err StnYey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a amt iron with Sections 1-05.4. 1-055 and 1-11 saddle sectund to the sewer main with stainless aced bands. When rw4jaaa&4n a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced eonc retie, cast or ductile inn titpe, the existing main . n wbere they shall be carried by means of a laser beam using 50 foot shall be core&&led. roWW= imevals for grade staking.- Any other proadttre shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drIDed,s.and aball W have an 'O' ring rubber gasket Wheeling ASTM C478 In a manhole coupling equal to the Johms-btami►ilie Asbestos-Cement collar, or use a conical type flexible,seal equal-to lore-Neal. PVC pipe connection shall consist of tee nipple and couple:x as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SVPPLEMEN7ED AS FOLLOWS: SECTION 7-083(2)B IS SUPPLEMENTED.BY ADDING THE +m FOLLOWING.- 7-08.4 Measurement(SA) 7-08.3(Z)B Pipe I.aYing(RCS. Gravel.baddill for foundations, tic gravel bac1� for pkW Checking of the invert elevation of the pipe may be made by zone when used for foundations.shall be measured by -TON- calculations from measurements on the top of the piipe, or by cubic yard.including haul,as specified in 2-09. or by the TON. looking for pord'mg of 1R' or less which indicates a satisfactory' Cooctett.f�°Pwgg�existing P will be measured by$he condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely or Urger size pipes)shop be laid by matching the(eight-trains)flow fill the pipe for a distance of two diameters• Condon f wise approved by the Engineer. corrugated metal Pipes will be based on the nominal diameter- elevation,unless other ` All pipe fittings etc shall be carefully handled and protected Excavation of the trench will be measured as Winst damage impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including haul. per gmioment shall be acceptable to the ENGMEEE. Pipe shall not by the cubic yard as specified in Section 2-09. Wbean Capon be placed directly on rough ground but shall be in a below grade is necessary.excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the treat site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement utter the iii the lining or coating show defects that may be harmful as applicable provisions of Section 708.3{I)A will be measured m determined by the ENGII�UML Such damaged lining or coating accordance with Section 2-03. shall be repaired or a new undamaged pipe shall be furnished and Shoring extra excavation class B will be measured as specified in Section 209.4. installed. m' The each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective damaged Or unsound pipe shall be repaired or MW replaced All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. t. Page-SP-33 aw Revision Date.May 19, 1997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for grates Mains jW SECTION 7-08.5 IS REVISED AND SUPPLEMF-NTED AS FOL OVM 7_11 pipe Installation for Water A4ains 7-085 Payment t(SA) 7-11.3 Construction Details(RC) M1 Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal; 7-11.3(4) Laying of Pipe OR Curves 'Gravel Backf l for Foundations%per cubic yard,or Ton. 'Gravel Backfill for Pipe Zone Bedding", per cubic yard, or SECTION 7-11.3(4}A HAS BEEN XEyISED AS FOLLOWS. Ton. 7-11.3(4)A Ductile Iron Pipe 'Commercial Concrete".per cubic yard. Long radius (S00feet or more) curves, either 'Structure Excavation Class B",per cubic Horizontal or Yard• vertical. may be laid with standard pipe by deflecting goJoimts. If 'Structure Excavation Class B Ind.Haul",per pubic yard. the pipe is shown curved in the Plans and no Unless specifically identified and provided as separate items- slho SRI fittings are wn, the Contractor can assume that the curves can be made by structure excavation,dewatering and backfilling shall be made W deflecting the joints with standard lengths of pipe. If shorter tl to pine installation and no further compensation shall be made lengths are required, the Plans will indicate maximum lengths'Shoring or Extra Excavation Class B",per square foot. can be used.The amount of deflection at each t6ai If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shag not low when P� exceed incidental. the manufacaurr's printed recommended deflections. Hof ,t 7-10 Tre1 ch-Exc. Bedding SECTTON 7-11.3(4)8 IS SMPLEMBNTED AS FOLLOWS. , and Backfill for Water Mains 7-11.3(4)B Polyvinyl Chloride(pVt)pipe(4 inches and Over)iAQ SECTTON 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 M entfR THg TITTLE AND TEXT OF SEC770N 7-11.30 HAS BEEN Measuretocut of bank rem gravel for trench baefilt will be by REVISED AS FOLLOW the cubic yard meastaed by the calculation of neat lines based on nnx tnm Much width per Section 2-04.4 or by the ton. in 7-11.3(6) Laying ITfttr1e Iron pipe and FlIhngs with aeootdance with Section 1-09. Polyethylene Encasementj&Q 7-10S IS REVISED AND SUPPLEMENTED AS FOLLOWS. t—lbe for shall lay ductile iron pipe with a polyethylene encasemmmt; pipe and polyahyl 7-10S Payment_ arasement shall be it taMW in accordance with AW WA C105. till The 120he vkne shall also be instaHed on all 'Removal appuutermnc�es. such as pipe laterals. couplings fittings. and Us 4-Ric coma" plice PC; cubig Y"4. valves.with 8 mho polveidvleme plastic in accordance with Section- I Rooftenneng of QW-Witable Material" shall be full pay for.an W04 4-5 of ANSI 21.5 or AW WA C105. till The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance auselial Payment for 'removal with.ANSUAWWACIOS/A21.S-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered nth incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be-made shall be allowed. 4. 'Bank Rtn:Gravd for Trench Backfill", per cubic yard or coo. 7-1I.3(7)A AND 7-11.308 HAVE BEEN DELETED AND vii The Unit contract.price per cubic yard or ton for`Bank Run REPLACED BY THE FOLLOWING Gavel for Trench Backfill" shag be full pay for all work to 7-113(7) Laying Steel Pipe_S_R Z furnish. place; and compact the material in the trench. Also Steil pipe shall not be used. a1i included in the unit contract price is the disposal of excess and unusable material excavated from the trench SECTION 7-I1.3(.k1 IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material'.per ton or cubic yard. FOLLOWS. Payment at the unit contract price for 'foundation material" 7-113(9)A Connections to Mains(RC) shall be full oomaetion for excavating and disposing of the unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection material per Section 9-30.7B(l). during times other than normal working hours. The Contactor shall not operate arty valves on the existing system . Water system personnel wD operas all valves on the existing system for the contractor when No work shag be petforned on the connections unless a representative of the water department is present to inspect the jj work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City form as provided below- tdii City Installed w99ectigns- Page-SP-34 Revision Date.May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution.The meter shall be approved by drawings The contractor must verify all existing piping, the Engineer. dimensions and elevations to assure proper fit. Acceptability of the test will be determined is follows: Connections to the existing water train shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be requited for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water trams or a table. shut-down of the existing water mains The City reserves the right 2. The loss in pressure shall not exceed S psi during the 2 hour to re-schedule t1a connection if the work area is not ready at the test period, scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment. charged a usage fee. and labor necessary to propedY complete the work are assembled on site. All leakage per 1000 ft. of pipeline*-in GPH w The Contractor shall provide all saw-cutting, removal and ditposa! of existing surface improvenets excavation, haul and Nominal Pipe Diameter in inches dLyosal of unsuitable materials, shoring, de-watering. fotndmhon 8' it 12' 16' Zp- 24- mate W at the connection areas before the scheduled time for the 450 0_95 I Z7 1.59 1.91 2.SS 3.18 3_82 60 eonection by the City. The Contractor shall provide all materials 4W 0_90 1.20 1.50 1.80 Z_40 3_00 3.60 necessary 10 install all connections as indicated on the construction 350 0.84 1.12 1.40 1.69 2.25 2.81 337 phas iaclud;att but rot limited to the required fittings. coupl lim 275 0.75 1_00 - 124 = 1.49 1_99 2.49 2.99 sl=Ue > IS to complete tie canno IU 225 0.71 0_95 1.13 - 142 1_90 - 237 275 �, i� 225 0.68 O_90 1.13 135 1_80 295 270 Contractor shall provide and install concrete blocking, Doh►M 200 0. 44 0.85 1.06 1.28 1.7'0 2.12 233 the Du»ag at the coomections baddill and surface restoration at the locations shown on the plans_for the connections to the exrstuhg *If the pipeline under test :contains sections of iraiiohs water mains. diameters, the allowable leakage will be the stun of the computed The C-ky wilt cut the existing main and assemble all materials. leakage for each size. For,those diameters or pressures not listed, the formula below shaU be used: SECTION 7-11.3(11)IS SUPPI.BMENI'ED AND REVISED AS _ The qty of water lost from the main shall not exceed the FDLLONS number of gallons per hoar as determined by the formula 7-11.3(11) Hydrostatic Pressure Test(RG7 L 0 A hydrant meter and a back flow prevention device will be in which used when drawing water from the City system: These may be :: - obtained from the City by completing the required forms and 1-_ -Allowable leakage..gaunt tested anking required security deposits. There will be a charge for to N= No:N joints in�length the tsrsted water used. Before applying the specified test pressure air shall D = Nt press eel of tier piage melee her be expelled completely► from the pipe valves and hydrants. If P= Average test pressure during the leakage i ,..psi permanent air vents are net located at aU high Points,the contractor n- --;* sh-11-not be an appreciable OF-61)AW& 1066 in pwmim shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the au has been SEC77ON 7-11.3(12)A SHALL BE REVISED AND expelled the corporation cocks shall be dosed and the test pressum applied. At the conclusion of the pressure test. the SUPPLEMENTED AS POLLO/PS corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and'!Poly-p "(R9 The mains shall be filled with water and allowed to stand Sections of pipe to be.disinfected shalt first be 4UdI04R2!t under pressure for a minimum of 24 hots to allow the escape of Pigged to remove any solids or;Contaminated mainrW that air and allow the lining of the pipe to absorb water.The State will have become lodged in the pipe.If famish the water necessary to fill the p'tpdines for testing purposes of the main, the main cannot be'poly-pi��_�!a up shall be at a time of day when sufficient quantities of water arc available for provided large enough to develop a velocity of at least 2.5 fps is normal system operation. the main- The test shall be accomplished by pumping the main up to the The Poly pig' shalt be equal to Girard Indust A = required pressure,stopping the pomp for a minimum of two hours. Swab-AS 2lb/cu-ft density foam with 90A durometer urethanne +m and then pumping the main up to the test pressure again. During rubber coating on the rear of the 'PoIY-P' "" T� 'Poly-Dig the test, the Section being tested shaU be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water . for pumping up pressure on the main being tested. This makeup pipg,flughing ch-U be dam al OF - - be water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall concentration of 50 mg/l. accomplished in accordance with the City's standard detaU- water The quantity of water required to restore the pressure doff be containing chlorine residual in excess of that carried in the ex accurately determined by either 1)pumping from an open container water system shall not be disposed into the sto.. drama4e 05-ch of suitable size such that accurate volume Measurements can be or any water way. made by the Owner or 2) by pumping through a positive displacement water meter with a sweep unit pumping through a rr positive displacement water meter with a sweep unit band Page-SP-3S Revision Date.May 19, 1997 nun 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water ,lhattll SECTION 7-I1.3(12)D HAS BEEN DELETED AND Joint ema T III Components: REPLACED WITH. Tiebolt: ASTM A242 2 zinc atvani m. SST 7:5/8' for 2• and 3' mocha>uq °r .� 7-11.3(12)D Dry Calcium Hypochlorite(RC) tats 3/4' for 4 to 12 MpSc njcal ' rots ASTM A325 Dry calcium hypochlorite shall not be placed in the pipe as 3D eat l aid. Strength of fur threaded section shall be lbs. minimum for 5/8"and 60 000 Ibs. m' mod;0 40 000 SECTION 7 I1.3(l2)K HAS BEEN REVISED AS FOLLOWS: treats for 3/41 hardness to marlafactu �t and 7-11.3(12)K Retention Period (Rey • SST 753:3/4' for•14" to 24 Treated water shall be retained in the pipe at least 24 hours - � same ifxation as SST 7' SST 77: 3/4 SST 7 McePt i e for 7/8" rod. same ASTM but no long than 48 hours.After this period. the cltlorioe residual SST 7. ification.as at pipe extremities and at other representative points shall be at least 25 mg/l. Tientit: heavy hex mu for each tiebolt• SS8. 518• and 314 ASTM A563 de C3 or zinc plated. S8: 5/8'and 314• ASS SEC17ON 7-11.3(72)N HAS BEEN REVISED AS FOLLOWS. A563.grade A,zinc plated or hot-dip galvanised 7-11.3(12)N Final Flus (RQ Ti000upling: used to hang and T extend ootttimtous thrradrrj r.. Before placing the 111,4 into service.a dory report shall provided with a center stop to aid installation. zinc.a, ` be received from the local or State health dip g��- SSIO. for 5/8" and 3/4' tierods •m department or ye rode C3 S1O.for 5/8- approved testing lab-on samples collected from represethtative g and 3/4'tierods.AS'TM A563 Dade w ponds in the new 'Zysterrt- Samples will be collected and Tom=continuous threaded rod for qgft tq bsctaiologiexl tests obtained by the Fngirtea. c*laced or hot dip gatvanbtad SS12: 518' and 3/40 er SECTION 7-11.3(IV LUIS BEIW SUPPlEMBNTED BI• A" M ' M 2- ANSI BI.I S12: S/8• and 3/4•.rh ADDING TES FOLLOWING: ASTM A36.A307. Trewashen. round flat washers zinc gated or hot 7-113(13) Concrete jurost Blocking and Dead-l4lan 17:ASTM A242,F436 S17•ANSI B18.221 Block(RC) Provide concrete bla#_mo at_.An hydianm fittings and USW the Fstem in accordance with the horizontal or vertical eras. Conform to The Citv.of Renton Sons so all ' iras are mechantcall � turd details for getheral blo_cki and vertical blocks herein. —ether to prevent iojnt separation- Tiebolts shall be instilled to. All fittings W be blocked shall be wrapped with 8-mil polyedhyteite pull against the mechanical 'Q- wrapped body and not the ho follower plastic. Concrete blocking shall be properly formed with plywood ToMM ruts at 75-90 foot pounds for 3/4'nuts.--Install ti000ttp. or other acc evuble faring materials and shall not 6e poured with both rods threaded equal distance into tiecoaptirigs. Arrange arotmd Wad& The forms shall be stripped prior w bacicfilljng stands svmmeancally around the pipe Joint remaintt(shacide reds) 'where regtticed shall be installed in aooadathoe with section 7-11:3(IS) Provide Concrete dead-man blocks at locations shown on the as. The dead-mach block shall include reinforcing steels shackle Pip Ma e Diameter Number of 3/4" � rods,installation and removal of formwotk. Tie Rods Required Blocking shall be commercial eonciete (hand mixed concrete 4............................. 2 'is not allowed)and poured in place 6'...........................................2 SEC77ON7-11.305)ISANEWADD ............................................3 I?7ONAL SECTION• 10'.: 4 12..................................... 77-1�.3 1. Joint Redraiut Systems (RC) """'8 Where showm on th�vlaas or in the 16'............."'•••••••••••-•-•••••--•-••••8 specifications or required by the engines. joint restraint system(slucHe rods)shall be used ail 18".................................. 8 2A•...........................................10 lout restratt materials used shall be those by star notional products 1323 holly avenue PO box 258 Columbus Ohio 43216, unless an equal alternate is a 36... (16-7/8"nods) . approved in writing by the 36 engineer. (24-7/2 Materials: h� Steel types used shall be: High strength low-agoy steel n) ASTM A242. heat treated.superstar'SST'series. Where a manufactures mechanical joint valve or fitting is High sttength low-alloy steel(oor-tea) ASTM ANN superstar spired with slots for 'T' bolts instead of holes a flanged valve "SS•serves. with a flange by medtanical joint adapter shall be used instead so heats to be galvanized are to meet the following requirements: as to provide adequate space for locating the t"ts ASTM A153 for galvanizing iron and steel hardware Where a oonthwous run of - is required to be restrained. ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe stall be greater than 60 feet in _CnZM shapes. between fittings. Insert long body solid sleeves as r equ oa longer runs to keep tierod lengths to die 60 foot Inaximuln Pike used m continuously restrained runs shall be mechanical jointer and tiebolts shall be installe4 as rod guides at each joint Page-SP-36 Revision Date:May l9, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains +�r Where poly wrapping is required all tiebolts, tienuts, 7-12 . Valves for Water Mains tieooWlings tierods and tiewasbers shall be galvanized. All disturbed sections will be painted, to the inspxton satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: err with koppers bitotnastic no.300-m or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post I�tC� _ to koppers bia Where required, a valve marker past shall be anastic no.800-m,or approved equal. installed with each valves Valve marker posts shah be placed and Tiebolts tienuts tiecouplings, tierods, and tiewashers shall be edge of the right-of-way-Valve w r the valve and pl ced at the considered incidental to installation of the pipe and no additional 1d a of of the above set with payment shall be made. P�� ode. ° do�f SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: mahis -ad Cho dkonce-in fact =A 7-11.4 Measurement(110 Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SBCTION: included as separate pay items N not included as separate pay ar mm in the contract t ben thrust blocking and dead-man blocks 7-12.3(2) Adjust Ong Valve Box to Grade shag be considered incidental to the installation of the water main Valve boxes shall be adtusted-to grade in the same manes as and go further compensation shall be made. - for manholes, as detailed ut Section 7-05.3(1) ehf the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shalt include,but not be Cmited mums will be per each for each connexion to existing water to,the locations shown on the Plam mains)as shown on the plans. Fadsting roadway valve boxes tdhalt be adittsted to conform to SECTION 7-II.S HAS BEEN REVISED AS FOLLOWS: � finished � � won � be made in cite a000rdance with the applicable yortiaru of Section 7-12. 7-115 Payment(RQ In die event that ibe existing valve box is plugged or blodwd with debris,the Contractor doll use whatever mean necessary to Pipe for Water Main and Fittings In. Diem.'. per remove such debris, leavitng-the valve:.installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shaff be set to an elevation tolerance of one- of-___Pipe for Water Main In. Diam.' shall be full pay for fourth inch(1/4')to one-half inch(1i2")below finished grade. all work to complete the installation of the water main including SECTION 7-12.4 IS SUPPI:Ei1TEENTBD BY ADDING THB �r but not to trench excavating. bedding. laying and jointing pipe and fittings.bacUilling.concrete thrust Wodcing. installation FOLLOWING: of polyethylene wrap cleaning by poby-pigs vertical crosses for 7-12.4 Measurement irseation and removal of pohr-pigs durst blocks and, blow-off assemblies, testing, flushing, dsitdecting the time, Adjustment of existing valve boxes to grade shall be nwasru+ed. shadde.rods abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a ranovmg miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, they valuq hydrug assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. 10 shown on the plans.and cleanup. Hydrant auxiliary gate valve will be _included in the 'Concrete Thrust Blocking and Dead-Man Blocks'. per cubic measurement for hydrant assembly and will not be mclnded to this 2il measurement item. _ r The[uric contract price bid for'Concrete Thrust Blocking and SECTION 7-12.5 IS DEL8T8D AND REPLACED WffO TSS Dead-Man Block' Shall be for the complete cost of labor, FOLLOWING: mauls, equipment for the installation of the concrete dumst 'Gate Valve from 4 inch to 10 inch in drametu and Valve blocks and dead- man blocks including but trot limited to Box,'per each. tier excavation dewaterinit haul and disposal of unsuitable materials The unit contract trice per each for the valve of the concrete, reinforcing sled shackle rods and formworik. if this size, shall be full pay for all labor ogrt>pwent and.material to item is not included in the contract schedule of prices, tbcn thrust blocking and dead-man blocks shall be casidered inccidetxal to the. ��and install the valve complete m place on the water.amrn. installation of the Pipe and no further compensation shall be trade. including trenching jointing blocking of 'Comhoctign to Euistirhg Wester Mains",per each- disinfecting,hydrostatic testing,cast-iron valve box and extensions as required valve out extensions adjushrreat to final The unit contract price per each connection to existing water , "12 inch Gate Valve and Concrete Vault per mains shall be for complete compensation for all egtinpmexht,labor iMir Ir pate valve rh r materials required for the connections to the existing water mains. The unit contract price per each for and tena1 W assembly,shall be full pay for all labor,eguiptneug furnish and install the valve complete in place on She vats� including trenching jointing,blocking of val.�. 6y'PasstbtY, to cast-iron casting and cover, ladder rung risers as required,adiustmcnt to final grade. Vault,' per 16 inch and larger Butterfly Valve and Ccncreu each rr k Page-SP-37 Revision Date:May 19, 1997 ear 7-14 Hydrants 7-14 $ydrantsldl The unit contract Price per each for the 16' and larger cast iron valve box and cover 3/4' shackle rods butterfly valve assembly, shall be full pay for all labor ernhipment concrete blocks and two concrete arhd ae�soties t and material to fwiush and install the valve complete in place on outside right-of-way). tf are the water main, including trenching jointing blocking of valve, Joint ratiaint Shackle Rods shall be i aaintim. dismfectin hydrostatic taming concrae vault, psi iron with Section 7-11.3(151. nstailed a000rdaihoc casting and cover, ladder, (oncxet5 risers as required adjustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING ? Blow-off assembly,'per each. FOLLOWING: THE The unit contract price per each for each blow-off assembly shall be for all, labor eguipmenK and material to comp(cu the 7-14.3(3) Resetting ERlsting Hydrants L(R hKW1 ttion of the assembly per the Ctv of Renton Water Standard This work shall conform m Section 7-14.3(1), All hydrarus Detail,hwest revision shall be rebuilt to mite approval of the Ci or ---- 'Air-Release/A"rr-Vacuum Valve Assembly' per each d�). All rubber askets shall be laced within �' The unit (oimact price per for au-release/air vacuum valve the type required for a new installation of the same of c assembly shall be for all labor equipment and material to SECTION 714.3(4) IS SUPPLEMENTED BY complete the installation of the assembly includmg but not limited FOLLOWING: ADDING t0, exavating tapping the main. Ian*M and ioind"the pipe and fittim and backfilling testing flushing and 7-14.3(4) Moving Existing Hydrants �R� disinfection,meter box and(over,at location shown on the plans All hydrants shall be rebuilt to the approva_t ..E .t,. and per Cry of Renton Standard Detail-latest revision. r laced with a new dram). All rubber ""' C or 'Ad' valve Box to Grade each. with new gaskets of the shall 6e type The_eonaact bid price for •Adiust Eda;••a heed for a new installation of the Valve Box to sonic t� Glade' above ttnall'be foil ootnpa>satim for all labor material tools and oawpniatt net=wy 10 saftisf ckm*complete the work SECTION 7-14.5 IS REVISED AS FOLLOWS: as defined in Qie Contract Docyrnentc, including all incidenW 7-14.5 Payment gt wort, ff not mclnded.as a separate pay item in the Contract. but. required to complete other wort in the Contract.then adjustment of Payment will be made in accordance with.Section 1-04.1, for valve boxes shall be considered inaideutal to other items of work each of the following bid items that are included in the proposal: and m tither- on shall.be made 'Hydrant Assembly",per each. The unit contract price per each for"Hydrant Assembly"shall tw be foil pay for all work to furnish.and install fire hydrant assemblies, including an costs for auxWmrrgatc valve, shackles. tic rods, concrete blocks, gravel, and painting and guard posts required-for the complete installation of the hydrant anem*as specified. The pipe connecting tl>c hydrant to the main shaff,be considered incidental and no additional payment shalt be made T 7-14 Hydrants POO 9QM@GCiQ9 9148 hYdIM4 so the =i;n *91 be paid for. 's vocified in Swam 2 rr 7-14.3 Construction DetailsRC1 drants%per each. I The unit contract price per each for -Resetting Euistutg SECTION 7-I4.3(Ij IS REVISED,t1VD SppPLE1{fFNTED AS b yam" shall be full pay for all wort to reset the existing FOLLOWS.- ydiant, including rebuilding(or replacement with a new hydrant) shackling.bkxdd a. painting. and guard posts aid reoomoamg to 7-14.3(l) the main.The new pipe connecting the hydrant to the main shalt be '� ) Setlat o Hydrants (onside_red incidental and no additional payment shall be made. ] After all installation and testing is complete, the exposed ­ portion of the hydrant-shall be painted with anetwo field coats.'Ilse cp.aa,d in swagai ._Guard posts,shown on the plans shall type and color of paint wig be designated by the Engineer. be incidental to the cwntram Any hydrant not in service shall be identified by Covering with •Moving.Existing Hydrants%per each. trill a btiriap or Plastic bag aPpnoved by the Erhginocr. The bait contract price Per each for -Moving Facistitg HYdnras shall be installed -in accordance withh A�VWA Hydrant" shall be full pay for all work to move the existing specifications 0600-93. Sections 3.7 and 3.8.1 and the City of hydrant, including new toe, rebuilding(or replacement with a new Rentm standard details. Hydrant and guard posts shall be painted h dram t(l y ), sha(lding, blocking. painting, and guard pouts and to accordance with the water standard detail Upon Completion of reconnecting to the main.The new pipe Conihacxirhg tine hydrant to the proiect,all fire hydrants shall be paintod to The City of Renton the main shall be considered incidental and no additional payment Specifications and guard posts painted with two coats of shall be made preservative Past NO 43-655 safety yellow or approved equal Guard posts shown on the plate shall '� Fire hydrants shall be of such length as to be suitable for be incidental to the contras installation with connections to 6' 8' AND l0 in trends 3- 12 feet deep unless otherwise specified The hydrant shall be designed for a 412 foot burial where 12- and larger -be is shown unless otherwise noted on the plan Fire hydrant assembly shall include: cast-iron or ductile iron tee(MI x Ft.) 6 gate valve(FL x MD 6"DI spool(PE x PE) 5- 1/4 MVO fire hydrant (MJ connection). 4- x 5' Stortz adapter, Page-SP-38 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers ow 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING rgg FOLLOWING: to SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS. 7-17.3(2)H Television Inspection R� Once the television inspection has been eomoleted the 7-15.3 Construction Details_(RC) contractor shall submit To the Fiiginen the written rerxj of the Pipe materials used to extend or replace existing water service inspection plus the video ta)es. Said video tapes am to be in color NO and compatible with the City's viewing and recordine systems The lines shall be copper. Where instalation is in existing paved streets the service lines City system accepts 112 wide high density VHS Tapes- will The tapes shall S installed by a trenchless percussion and impact method be run at standard spend SP(15/166 I.P.S.). tai (hoe-Mooing) If the trenchless pertaissioa and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMPA7ED AS fails regular open trench methods may be used. FOLLOWS. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement I2CZ The length of sewer pipe will be the number of linear feet of 7-15.5 Payment C completed installation measured along the invert and will include payment will be made in accordance with Section 1-04.1, for the length through elbows,tees and fittings. The number of linear the following bid item when it is included in the proposal. feet will be measured from the center of manhole to center of a. -Sexvioe Connection In. Diem.'.per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for`Service Connection strictures. hL Liam." shall be full pay for all work to install the service The length of testing sewer pipe in amformance with connection, including but not limited to, excavating or (hoe- Section 7-17.3(2) will be the number of finer feet of completed hh go iqg) tapping the main.laying and jointing Me pipe arA fittings installation aamilly tested. and appurtenances, backfilling, testing, flushing, and disidection Measurement of `Bank Rum Gravel for Trench Badditl of the service connection. Sewer" will be determined by the cubic..yard in place.measured by the treat line dimensions shown in the Plans,_or by the Ton on track 6111 7-17 Sanitary Sewell tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SEC77ON 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 1110 7-17.5 Payment_(Lt 7-17.2 Materials RRQ(SA) Payment will be made in accordance with Section I-04.1, for Pipe used for salutary sewers may be: each of the following bid items that are included in tie proposat: 1110 Rigid Flex-ble "Plain Conc. or-V C Sewer Pipe _ In. Diiam.'.per thicar Cocncrete ADS c0ailwase foot. �Litiiftad�.l'a}� PVC(Polyvinyl Chloride) "Cl..—Reinf. Cone. Sewer Pipe_In. Dian.".per linnear Ductile Iron foot. to Materials shalt meet the regwrernents of the following -PVC Sanitary Sewer Pipe In.Diam:',per linear foot. sections. "Ductile Iron Sewer Pipe In.Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) — " . Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of die 1�'itta .'^ war pipe -94.104 kind and size specified shall be full pay for furnishing.hauhn&and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including till wya. Ductile Iron Sewer Pipe 9-05.13 tees, special fitter, joint materials, bedding matet'id. and adjustment of inverts to manholes for the completion of the 'm installation to the required lines and grades. All pipe shalt be dearly marked with type, class, and Testing Sewer Pipe"•per linear foot. tniclnness. Lettering shall be legible and permanent under normal The unit contract price per tinear foot for `Testing Sewer W conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required m S�on7-17.30)• S9C77ON 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for 'Testing Sewer Pipe" is included it shad be FOLLOWING: considered incidental to the pipe items. an 7-17.3(1) Protection of Existing Sewerage Facilities ` oval and Rep of Unsuitable Ma'terw- Per cubic yard. The unit contract price per cubic yard for "Removal and When extending an existing sewer, the downstream system all work . Replacement of Unsuitable Material"shall be full pay for shall be protected from constriction debris by placing a screea o; to remove unsuitable material and replace-and compact suitable ugp in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A. shall be the contractor's responsibility to maintain this soccer or -Bank Run Gravel for Trench Backfill Sewer per cubic trap until the new system is placed in service and then to remove it, yard,or Ton. thin Any construction debris which enter the existing downstream The unit con tract price per cubic yard or Ton for'Bank Run system shall be removed by the contractor at his expense, and to Gravel for Trends Backfill Sewer"shall be full pay for all work to the satisfaction of the Engineer. When the first manhole is set, it's furnish,place.and compact material in the trench_ outlet shall be plugged until acceptance by the Engineer. "Television Inspection" per Lump Sum. aw t Page-SP-39 VW Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sideway_ Division 8 S SO NG 3.S IS SUPPLEMENTED BY ADDING Tg$ Miscellaneous Construction 8-13.5 Payment 'Reset misting Momiment"per each 8-09 Raised Pavement Markers Resetting an misting monument im be incidental unless included as a pay item Itonstruction shall SECTION 8-09.5 HAS BBEN REVISED AS FOLLOWS. Prix= Schedule of r 8-09.5 Payment(R�(SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING T H `Raised Pavement Marker Type 1".per Gaclnl wwWd. FOLLOWING: 'Raised Pavement Marker Type 2".Per eachhnndared. `Raised Pavement Marker Type 3- IL.. Per 8-14.3(4) Curing%Q mod. 7be Contncxor shalt have readil available sufficient 'Recessed Pavement Mader-.Per CWh hundrard. Protective covering such as watavroof paper or clastic membrane The trait cOaft3d Price Per�chhuadrad for'Raised Pavement to cover the ar of an entire AM Lm the event f rain or other Marker Type 1".'RaBod Pavement Marker Type 2-, and`Raised unsuitable weather. Pavement Mader Type 1 In." and `Recessed Pavement 7be Contractor shall be resnnnsibio for barrica Mariner"shall be tW1 Pay for all labor. materials, and equipment Patrollim, or otherwise Q newiv )heed necessary for furnishing and installing the markers in accordance Dunafred, vandalized.or tuntrandv ooaaete shag be rain d amend _ widt these Specifications including all cost involved with Waftic replaced at!!!e erPanse of the Con tractor. cortrnl !Eqe�z traffic SECTION 8-14.4 IS SUPPLEMENTED Comm is listed in the BY ADDING T=contract as a separate pay item. FOLLOWING: _8-14.4 Measurement(RCS 8-10 Guide Posts when the oo Aria caotains a pay item for 'Curb Ramp Cement Concrete. the per each mutt shall include all 46 8-13 Monument Cases costs for the complete installation per the plans and standard details mcludim expansion ante maternal curb and Hernia and ramped sidewalk section. Sawcuttnnt removal and d;��i of excavated to 8-13.1 IS REVISED.AND SUPPLEMENTED AS materials hncludim exnstim Pavement and'ykX-walk, aushed a FOLWWS: surfachig base materials and all other work, materials and 8-13.1 Description ac-) equipment required Per Section 8-14 shall be included in the per each price for-Curb Ramp Cement Concrete"unless any of these tW This work shall cotuist of other items are Instad and famishing and Placing monument specified to be paid as separate pay cases and Covers, m accordance with the Standard Plans and these items. Specifications, in Conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Eaginetr or by the Contractor Cement le z' but the plant call for such installation, then am supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewall� When SECTION X13.3 IS REVISED AND SUPPLEtiiB1VT'ED AS curb ramps are to be co,nsuihcted f asphalt Corhaeoe, the paYmeffi FOLLOWS. shall be included in the pay item for -Miscellaneous and/or 04 8-13.3 ConstrwE ion Requirements Dnv way Asphalt Concrete., The t will be furnished and set by the Engineer 2Lby SECTION 8-I4.5 IS SUPPLEMENTED BY ADDING TSB the Contractor supplied surveyor. FOLLOWING: W!en existinit monuments will be impacted by a project the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor refmmces the exrstmg monuments prior to wnstroction. 'Curb Ramp Cement Concrete,-per each After construction as complete the monuments shall be so- Payment for excavatid'a of material not related to the established by the surveyor in accordance with R ,W58.09.130. constriction of the sidewalk but necessary before the sidewalk can be placed. vhen and if shown in the Plans, will be made in SEC77ON 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of eSectioa 2-03. otherwise. the FOLLOWING: till Contractor shall make all excavations including haul and disposal. 8-13.4 Measurement regardless of the depth required for eonsnvcting the sidewalk to the lines and grades shown. and shall include all costs thereof in the M costs for surveyine and resetting existing mommments unit contract Price Per square yard for -Cement Cone. Sidewalk 1i impacted by contraction shall be considered incidental to the and the Pereach conuact price for Curb Ramp Cemem Concrete-" contract unless specifically called out to be paid as a bid item t Page-SP-40 Revision Date. May 19,1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical OW 8-17 impact Attenuator Systems City reserves the right to nuke additions or deletions rn a,,..-rte which prove necessary for the completion of the arorea THE STATE AMENDMENT TO SECTION 8-17 IS 1Tne minimum width for the trench will be at the o 'on of the SIIPPLFMENTED BY T17E FOLLOWING: contractor. Trench width will however, be of sufijcieW size so that all of the necessary conduit can be installed within the depths 8-175 Payment_R_Q specified whsle maunannins the mmunum cover. Trench backfill material in roadway and sidewalk arras shalt If no pay item is included for temponre r impact attenuators be compacted to 95% of the material's maanmum deem, os� then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. par item for'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations(!tC and Electrical -oaci;ecs 'A -ccai;damce with 4114 FOR w )C 8-20.2 Materials Where obstructions prevent conhsuWtion of plumed SEMON 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation 0 FOLLOWINGk satisfactory to the Eagioeer. 8-20.2(1) Equlpment List and Drawings(RC) The Contractor shall submit for approval six sets'of shop r sTtall provide all material for and construct the veer drawings for each of the following types of standards called for on Tim foundations for and to the dimensions specified in tabk 1 below. dih project:1. L The annchor bolts shall match that of the device to be-lestatled I. light standards with or without pry approved plans. thereon. NO 2. Signal standards with or without pre:-approved plans. All excess materials are to be re roved from the foundation 3. Combination Signal and lighting standards. construction site and disposed of at the contractor's expense. - - 4. Metal Strain Poles. Concrete shall be placed against uodiswrbed earth-if possible. Disturbed earth or bactM material sbatl be-c '4o•95 or percent of the material's maidmum density. Before placing-tie The Contractor also shall submit either on the signal standard concrete the contractor shall block-opt around am - -other-shop drawings or auadhed to the signal standard shop drawings all undergrotud utilities that lie in the excavated terse so fiat-tie-. inn &wensiotu to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be crowded; brushed, edged and finished 'st Y wo&M - Iiike manner. Coac me shall be pmWft cleaned from dte exposed SBMON 8-20.3(2) HAS BEEN SUPPLEOWTFD BY portion of the anchor bolts and conduit after_ placement. err ADDING TM FOLLOWING: Finadation shall all be Class 3000 concrete. After the specified curing period the contractor may histall the applicable device 8-20.3(2) ]Excavating and Baekfilling(RG7 thereon. The contractor shall supply trench within the unit wWths and Table 1 to to the specified depths at the locations indicated on the contract plate or as dhvftd by the engineer. - Type pe of device DitriensiOUS The contractor shall have approved eowyabdon equipment on site before begituda am excavation: compaction shall be Sired Light Pole 4-Deep x 3'So or Dia. do performed at the time of the initial badc511ing of the trench unless Signal Pole up to 40'mast arm 7'Deep x 3'so or Dia. directed otherwise by the engineer. Sim Controller See Detail Shred Tieadiinx for condt»t runs shall be done in a treat manner See Detail Shut to with the trench bottom graded to provide a uniform tirade. No Street Light Control Cabinet work shall be covered until it has been examined by the engineer. S rah Base See Detail et She bacNilh material used far fill around and over this conduit system All concrete foundations shall be oonmucted in the manner shall be free of rocks xreater than two inches in diameter to a depth specified below: up of six inchhes above the conduit. 1 Where sidewalk or raised islands are to be eonstmcted as a Trench widen the roadway area shalt use select wench baclfill part of this project,the top of the foundation shall be mane which shag consist of 5/81h inch minus crushed surfacing top f lush with the top of the sidewalk or island (Sec auahh course or other material as indicated in the special provisions or sheet) it schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be installed,the made for the WL and quality of the material shall be subject to approval by de of the foundation shall be as specified by the engnaeer• engineer. Trench badcfill within the sidewalk area shall be made detail she with acceptable materials from the excavation subject to the stationing an E�meer's approval of the material and shall be oarsndered a All concrete foundations shall be located as Pu necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfdl shall be select material approved by tit Engineer. The w Page-SP-41 Revision Date:May 19, 1997 No 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted odw 8-20.3W Conduit(RC) in the Plans or Special Provisions. `�w se All conduit Wenings shall be fitted with a roved bellends or Bushings. wan t1»clones of Conduit shall be eonsl r..... .. jO�am- continuous conduit runs with no mixing of different sclhedule m between terminations. The Contractor shall Provide and hnstall all conduit and fittings at the locations noted on the laps. Conduit size bar- shall be as indicated on the wiring and conduit schedaile Plans. cvn on tip Conduit to be rovided and installed shall be of the 4g indicated below: Fainfam 1. Schedule 40 heavy wall v.c. Conformin to ASTM standards shall be used whenever the conduit is to be laced other t_has within the roadway area. 2. Schedule 80 extra heavy wall .v.C. Conform' to ASTM standards shall be used where the Conduit is to be laced within the roadway area. AU joints shall be made with strict compliance to the manufacturer's r000m 3end2aons restardME 11 used athd environmental conditions. of gabanized —so'conduit may be histalled h&Xm SECTION 8-20.3(6)IS SVPPL MENTBD By ADDING TRH FIDIIAYVING: woo a*GKOW-faid 8-20.30 Junction Boxes The contractor shall provide and install junction boxes of the attached to dmatw= type and size at the locations specified in the plans and as per detail sheets. The won on the covers of all junction boxes shall be as u0 do 4"Om indicated below: 1. Street fighting only:"lighting• 2. Signal WT. "Signals" supfamed.baFaw 3. Trd&signal and street lighting:'TS-LT' 4. Telemetry only:'Telemetry' Insaytions an zxbon boxes performing the same function. Us We of -it aball be reggFicteA to i.e. street lighting traffic signal. or both. shall be consistent GG"i" above throughout the project, All iunction boxes shall be installed in steal. conformance with Provisions contained in the standard plain and detail sheets. The unit contract price per each for 'Type I" or 71�w II' dill Junction box shall be full eomaensation for furnishing same and for dim-dw qddiaid Ilia 40" Of 410 liftiROOF=A 4108 014ty i84119 all costs of labor Material. tools, and equimpent necessary Lo _1k6CFUWQ6W_aF9 ORCOUPASPO'J.Up"appFaval of die SAO* provide and 'mstall the junction boxes including excavation, 4 Is"baler,MY�b iPA 4A 1116 Fav"AWAC go locate- obamcdons backfilling and compaction aU in accordance with plans, If allowed in tlu�larss or if obstructions are enoomste ed in specifiations and detail sheets. jacking or drilling operations, the Contractor will be allowed to All function boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All itunc uon boxes and associated eowMe pads shall be conform to the following._ installed on commixed sub grade which shall mcludo six inches of 1. Tine pavemet shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed su fichig top course ffl tyMal installed deep.The cuts shall be parallel to each other and extend 2taottone under and around the base of the nuxxion box. Concrete shall be 10 foot beyond due edge of the trench. — promptly cleaned from the hincxion box frame and WE 2. Pavement shall be removed in an approved manner. The unit Contract price per function box shall include 3. Trench depth s1aU provide 24 inches mmunum cover installation of S/8th-hnch minus crushed '*14 top course and a over conduits below the roadbed. and 18 inches below .finished 4' thick Class 'B'cement concrete pad encosiog the lug box grade in all other areas.. as per the plans,specifications and detahT sheets. Inhstallation of the No crushed suafacing and the concrete pad shall be incidental to the unit price per iuncxion box and no further Comps ten— be S. Trenches located within paved roadway arras shall be made unless the contract includes separate pay hems for 'crushed restored per the Renton Standard Detail. surfacing'and/or for"Concrete pad." 314' feAow0d 1- Page-SP-42 Revision Date:May 19, 1997 iii 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SEC71ON 840.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS. necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of *09-20.3(9) Bonding,Grounding(RQ the contract will be charged to the Contractor, except that the cost of energy used for public butefit, when such operation is ordered by the Engineer.will be borne by the Stats_'tY. Throe types of power service are used as indicated below: 1. Type I system shall be sngle phase 120 volt,2 wire,60 cycle AC.(traffic signal service only) 2. Type II,system shall be singk phase 240 volt,2 wire,60 cycle AX- (sftq lighting non. contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240-Y21_2 wire 60 cycle A.C. (street lighting contactor/tiaffic signal, grounded can&at die neutral service) The power service point shall be as noted on the Plans and ice sepAng aay cimuit shall be verified by the electrical servicing utility, err jd 'tatioa of the equipaent grounding conductor shall The service cabinet shall be_ marked with tbe service, ootdorm to all Code requirements. agreemetht letters and numbers.The markings shall be installed on the outside cabinet door near the xop of the cabinet.The markings Grounding of conduit and neutral at tine service point shall be shall be series C rising stencils and black enamel tayd gloss paint aocan Asbed is required under the Code.Grounding of the zietaral conforming to Federal Specification-TT-E,489." pecdxxtion TT F,489. err dap be accomplished only at the service. SEMON 8-20.3(21)IS REVISED AND SUPPL AJENTED AS FOLLOWS: 60.4 8-20.3(11) Field Text(RCS nr a W61360 IM than 10 Ad in length it 3-scot in long4h ti s All street light standards, signal Poles and other standards on No change to stop and go operation will be.allowed after 2 p.m.on which electrical eqi yment is mounted shall be you nded to a any day nor will die change be allowed ea Friday. weekends. copper dad metallic ground rod 5/8' in diameter x 8'0' to length holidays,or the day Preceding a holiday. comolete with a 88 AWG bare copper bonding strap located na the of the Genuoller.piwis; neatest junction box. All signal controller cabinets and I Requests for traffic signal turn on will not be considered tmt0 a sjonafAl�no service cabinets shall be grounded to a 518' in pre-turn on inspection of signal system has falter►Dlac e- == diameter x 8'0' in ktigth copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the i4 die neatest junction box with a bare copper both MaP sued contractor and re-inspected Prior )_r_P922§ft signal turn on in accordance with die plans specifications and applicable codes. date. Syr, Grand rods are considered miscellaneous items and all coats 3 Requests for signal turn on shall not be u are to be included with the system or eondinctors. Ground straps . electrical service to the intersection has been Dtovrded and has are also miscellaneous items unless a separate pay itet is PnYidod boas energized by the electric utility. nip be requited in the'Schedule of prices.' 4 A minimum of three(3) working daYs notice io for signal turn on. SHMON 8-20.3(10)IS REVISED AND SUPPLEMEMD AS 5 Channelization at the intersection must be tMleMY plan FOLLOWS.- before requesting signal turn on date AnY eleletions Of channel¢ation prior to turn on must be apptm►ed b rz 'W 8-20.3(10) Service(RQ engineer. Power sources shown in the Plans are approximate only;exact 6 City forces shall provide post and ma'itttain proper signin location will be determined in the field. warning of new signal ahead. to I-Inless athem4ce noted in 46 Manc or. in Abe SP4421 8-203(13) Illumination Systems ftw4r. as, each sepAce dyll include a timber.pole a&-qwGifi*448 SEC77ON 8-203(13),4 IS REVISED AND SUPPMME� AS FOLLOWS. 8-20.3(13)A Light Standards(Rte (SA) err Page-SP-43 +... Revision Date_May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal S ystems,and Elects heogla ft& 01: 1--low All poles and davit arms shall be des-Yned to .0 top of All u–cheFs Gh-11 be luminaire weight of 50 lbs. or more and to wild rt a caused by wind loads of 85 m p i with rust factor tasures XV-6hem *A the sUp Plane Shall be slop plate and the keeper. Al po ies shall maintain a tamrmum saf factor of 4.38 on ' Id stren of wei t load and 2.33 .s.i. •s.i. 3. Anchor bolts shall extend through the top heavy hex nut two Pressure. k wind full threads. Davit Arms- The davit le arm shall inco to&:5'9* radius bend as measured from the centerline of the shaft. The outer KWO"Rue, plus the arm " be nearly horizontal to +2' above _XMwn of OF 14A CL2AAn shall be furnished with a 2" diameter ' fitter with a length of 8 niches to fit the inminaire spepf'� T e eat of e davit arts tube shall be fastened seeurel to the t Pig a flush joint with an even profile of We Shaft and ;Q linvent --flattening of Anchor Base: 6 'QS' A one niece anchor base of adequate strength „TM and . Anchor bolts damaged after the fotmdation concrete is placed size shall be secured to the lower end of the shaft the base shall not be repaired by bending or welding.MW Con<raaor's so that shall be capable of resisting at its yield point bemdine rghair procedure is to be submitted m the Fshginerr for of the shaft at its yield point. Tie base diap be ttmvded With f w approval_prior jo.making say repairs, The procedure is to slotted or round holes to receive the anchor bolts. Nut covers include removini the damaged portion of the anchor bolt, b a provided with each pole. sha11 aht. threads va the undamaged portion to remain. the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Fare seed anchor,bolts- each fitted with two hex»ass and repairing the foundation with epoxy concrete repair two washem shall be furnished with die pole Andior bobs shall 7. The gran pad shall not extend above die deviation of the meet the tegummeats of Searon 9-pti.5(3) and 9-06.5(•h The 2- Anchor hbaks-dmg-be bottom of the slip base. anchor bolt yndd point shaft be capable of installed plumb. :E 1 degree. _moment of the volt shaft at its Yield point resisting the 11"Mm-, The contractor shall assure dial all anchor bolts conform to die kaway -RIaAC.. recommended AS'1M SPecifkatiow of the pole and shall secure and submit to the City,for avpiovai all data on vole berid'mr moment:, anchor bob fi&*at-on data- test AGM. f".8dat:0 results and any other data that tray be r+egn-iM to Confirm that the anchor bolts meet these specificadoDs bolts art me ka Anchor. INiscellaiieous Hardware: All hardware(bolts, ram sxx+euvs washexs,etc.)needed- -9 to complete the installation shall be sta-mess steel SOP Of b9l' 2 I.D.(Edexrtification for poles)- The contractor shall supply and install a conft ation of 'kAR' 4-digits and one ktter on each tale.Vhedwr individual iumioaire of a signal pole with ltmhinair The ktter and miribers combi�tion * pole 6hall be set -Rd pj=44- and WaShq;g. WAS, shall be mounted at the 15 foot level on the pole factor r�pproadhms' traffic. Legends shall be sealed with transparent film.'resistant to dust,weather and ultraviolet exposure. The decal markers shall be 3 uich square with Roth-c gold.whine rr�a�oriaed 2 mdi leveed en s Standar�3-Rlans. € a black background. The I.D. number will be assigned to each 1i4wAd lave an pole at the end of the oonb-Ad or mica by the My uzft ew'u—w riw office. Cost for the decals shall be considered incidental to the contract bid. to LWV standards shall be lain alu mintmd davit style and shall meet the pole detail requ-ie ments indicated below and the detail - All Dew light standards shall be numbered for identification in sheds at the etd of time svecifications aot:mdance with the Plans using painted 3-inch series C minams The pole shaft shall bo provided with a 4" x 6" flush land . installed throe feet above the base facing the travelled way. Paint hole near the base and a matching metal Dover secured with shall be black enamel alkyd gloss conforming io Feder stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles. the Contractor shall provide a egu-proent has been irhstalled thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using ytoper sized and shall plumb or rake the poles as directed by the Engineer. sockets,open end.or box wrenches. Use of pliers. pipe wrendies The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permittai. on tie side away from traffic A grounding lug or nut shall be Tools_shall be of su sue to achieve adequate torguin ong f the �dod in the hand hole frame or inside the hand hole frame or tuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach aground bonding strap the pole base Plate shall be filled with a dry pack mortar grout and a Page-SP-44 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 illumination,Traffic Signal Systems,and Electrical trowled to s smooth finish conforming to the contour of the pole SEC77ON 8-20.3(14)F IS AN ADDED NEW SECTION: base plate. 8-20.3(14)F Opticom Priority Control S'Wst9ns(RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be portland cement and fine sand with iost enough water so that the Series, or approved equal. The Coittracxor shalt Sapp 500 mixture will stick together on being molded into a ball by hand, of the ma nufactumr s software on original disks Corunntlnr and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on the standard dew' SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout__ 8-20.3(14) Signal Systems C After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trawled to a smooth finish eorn&b rmine to tratlti-conductors used for the signal system shall conform to the contour of the pole base plate. Dry Hack mortar grout shall dWision 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of pordand cement and fine sand with iust scbedde and wiring diagram. All stranded wires terminated at a enough water so that the mrxtuie will stick together on being tine terminal block shall have an open end. Gimp style sodedess molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires termer at a germinal pressed. .A one half inch dram hole shall be left in the bottom of block Shall have an open end soldered terminal eormector. All the grout pad as shown on the standard detaiil. terminals shall be installed with a tool designed for de installation SECTION.8-20.4 IS REVISED AND SUPPLEMMTED AS it of the correct type of connector and Crimping wish Pliers. wire FOLLOWS: putters,etc..will not be allowed All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat,clean 8-20.4 Measurement R_S___Z appearing installation. No splicing of any traffic signal conductor When shown as lamp sure in the Plans or in the proposal as slaH be perms unless otherwise indicated on the plans. All illumination.system_ traffic signal conductor rims shall be attached to appropriate signal terminal measurement boards with Orr~s =type binding posts The only a wMdons shall specific twit of be the sptitxs for detector loops at the nearest itnxxion box to the will apply,bttt measurement will be for the sum total of all items rr for a complete system to be furnished and installed. looPs- Conduit of the rind and diameter specified in the Sdwdule of SDMON 8-20.3(I4)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line . FOLLOWING(RQ length in place, unless the conduit is included in an :- Indndion Loo Velikle Detectors system,signal system' or other type of electrical system.lump sum 8-20.3(14 P �. bid item. 11 Splices to loop return cables shall be made-writ[ soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-205 or as described in the contract schedule of Prices to and/or special provisions. SSCITON 8-10.3(I4)D IS SUPPI2�,MfilVTZ�D BY ADDING TEE -FOLLOWING.- SECI70N 8-20.5 IS SUPPLEMENTED AND REVISED AS +ata 8-203(14)D Test forIndudion Loops and Lead-in FOLLOWS: Cabled 8-20.5 Payment_ The Contractor shall keep records of field testing and shall Para will be made for each.of the following bid items that furnish the engineer with a copy of the results. an included in the proposal: . NO SBC77ON 8-20.3(74)B IS REVISED AND SUPPLEMENTED Illumination System '.himp sum. lump FOLLOWS: "Traffic Signal SUM. rr 8-20.3(14)E Signal Standards EQ Signal CQAUQI System --mrJURV-600V 3. Disconnect connectors complete with pole and bracket The>unp sum contract price for `IDuratnacim System ' cable shall be installed in any signal standard supporting and a and 'Traffic Signal • luminaire. - be full pay for furnishin8 all labor.. materials, tools, and equipment necessary for the consrucxion of the complete electrical system. modifying existing system or boot, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation. backfdiing. concrete foundations. conduk rr all parent Washington State Department of Transportation Signal or damaged during Standard Specifications and current pre-approved plans by wiring, restoring facilities destroyed WSDOT. construction. salvaging existing materials, and for nialkin8 all required tests. All additional materials and labor. not shown m the 15. Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to Clete the otau proper sized sockets open end or box wrenches. Use of P sum contract p electrical system.shalt be included in the hmtp rice. wrenches or other tools which can damage the galvanization of the .. nuts and bolts will not be permitted. Us unit Comma PC-ice per. lino-r- )09 for,lc"dwt___� Tools shall be of a sufficient size and strength to achieve tow adequate torquing of the nut(s). Page-SP-45 "W Revision Date.May 19, 1997 8-20 Illumination,Traffic Signal Systesris,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit Per each Price for 14 •Service cabinet• shall full chipping Of pwtomeAC, aAd bedding of the p;pq; and -11 other.work compensation for and installin the fid cabinet and for risers standoffs and MW other materials labo 'i $160"0 for. die conaR-Won at &he conduit. exc costs associated with electrical service as r or electrical utility, the contract plans, details and not included as separate pay items in the contra and prices cx mule of ....Signal head... .. 'per each All costs for installing conduit containing both signal and '.......Signal head mounting hardware illumination wiring shall be included in the contract prices for the The lump sum nice for (16) Signal head signal system. hardware shall be full oo co f r 1 sed . All costs for installing junction bones containing both all traffic or signal head inn h�„i... illumination and signal wiring shall be included in the contract conformance with the plans, °°" in P spectficadons and detail shin," prices for the signal system. Pole mounted terminal box... x..."x...' acct The unit Paces for the items listed below shall be full hardware.'per each. compensation for furnishing and installing each item and for all '2/c do loop return cable.' verlinear foot, labor, materials tools equipment and testing necessary and/or '3 1C shed cable 'ter linear foot utcidetual for the full and complete installation as Per die contract '...-pair shld interconnect cable."Per lineal foot. plans,decal sheets and these syecificatim. "Traffic signal controller and cabinet."per each_ 'Trench and Badfil . " wide by ' deep, ' ber The unit contract Price for ... "Traffic Siftnal Controller and linear foot. Cabinet' shall be full con on for fWVMhinff�= The unit cootiaa Price for (3) "Trench and Bacldll' per fully equipped,caned aced opetattotml controller and cabinet, linear foot shall be full compensation for excavating loading, 'Traffic signal win,'Per hmw stns. hauling and otherwise disposing of the waste materials for "Signal standard.Type... with foot toast arm.'Per each. baddilling and oompaaing backfill material to specified density 'Indactwm loop vehicle detector'per linear foot. . and for the ratoration of the trench to its pPCtxiS[ilu condition or The unit linen foot contract Prioe for Q4)"Induction loop tt as shown on the Plans or as directed by the Engineer all in vehicle detector'shall be measured by the linear feet of fall depot a000relm=with the plans.specifications and detail sheets sawart required for installation.. The unit Price shall.be fan '_Sdect Trench Bactfip.'per ton.(4)'Sdea Trench Baddill' compensation for full and complete installation iodading wire shall consist of 5/8' minus crushed surfacing top course and the sealant and all other labor materials tools and equipment requited unit per ton price dun include all costs associated with furnishing to complete the installation in a000rdanee with the Plans. and installing the material and loading hauling and disposing of specifications and detail sheets. The unit Price shall also include, waste materials. providing and installing conduit stub-outs and solder od splices ........Foundation. ........'Per each.* splices to loop return cables unless separate Pay items are included 40 Type....Junction box.'Per each s in the contract schedule of prices for these other items: SawcW • ing The Wk Per each price for(5)'Fotmdation'and(6)"Junction shall be considered incidental to the loop installation whedwr or not Box shall be full compensation for full and Complete installation there is a separate pay item in the eonfima for sawruding per the Plans, specifications and detail sheets hwhidmg enclosing Measurement for a standard 6' x 6' induction Mop shall be 28 earls kem in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop'Home runs'shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcuttinit required by means of 'Concrete Pad.' Proper locating of MOP return "Stub-out' by direct routing Of 'Concrete Pad.'Per square yard. "home runs" and by combining up to 4 pans of loop wires in a so Measurement for-47)'Concme Pad' shall be by the square single "home run'sawcut. Loop and 'Home Run" layout shall be Yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawtmttin g takes place. the area of the auction box or foundation enclosed and than be full ....Splice kit,"per each. compensation for full and complete installation as per the plans 'Ensctgen Vehicle pre-empdon detector,'Per each. Specifications and detail sheets. "Opticom discriminator card.' per each • •Schedule 40 Conduit.P.V.0'Per linear foot.= "Detector amplifier.'let each .......Schedule 80 conduit.P.V C 'Per linear foots "Street light fuse kit.' ' Per each. s The unit Contract price for conduit shall include all conduit "Pedestrian PaSh button with sign. "per each. Couplings adapters elbows benft redacts, bell ends bushings 'Pedestrian push button Post.' Per each and any other material labor or equipment necessary to complete 'Pedestrian signal pok Type 110-feet,"pereach the installation of the conduit. Measurement shall be by linear foot "Relocate existing. We 'Per eacfi firm end of Conduit to end of conduit as measured from the top of Tie unit per each price for'relocate existing ..Pole shall be Evade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit tun equal to the design foundation, removing and salvaiting or re-installin�ng depth of the trends. No Payment shall be made for additional equipment.Plugging holes as required and installing-the-2212 On its. to conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools. matetial� of the conduct within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard.........per each complete the installation and make the electrical cA!!#pn=t watt...Luminaire and lamp.'per each operational all in accordance with the Plans specifications and ... .-watt...Luminaire and lamp with photocell," per each detail sheets. AWG....copper wire,"-••••• per linear foot 'Remove existing.......Foundation."per each 'Service cabinet, 'Per each. 1- Page-SP-46 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for 'Remove existing foundation" Traffic Losa"Lcgand shall be full compensation for full and complete removal and A WHITE marking confanning to hauling and disposal of the foundation. - j alphabeticalletters.. 8-22 Pavement Marking 3A4&h the exception of the tFaffic Wr SEC71ON 4-22.1 IS REVISED AS FOLLOWS: h'hgih.See contract plans and detail sheets. SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.1 Description(RQ 16 Skip Canter Stripe 8-22.3(5) Tolerances for Line Stripes (RC) P Length of Stripe: The longitudinal A BROKEN YELLOW line 4 inches wide. The broken accumulative error within a-404"24-foot length of skip stripe shall not !us e xceed or"skip"pattern shall be based on a 40 foot 24-foot unit consisting or minus 1 inch. p of a--10 foot 9-foot line and a-4044" 15-foot gap. Skip center tine stripe is used as canter time delineation on two lane or three lane, SECTION 8-22.3(1)IS REVISED AS FOLLOWS: two way highways. Double Yellow Caner Stripe 8-22.3(67 Installation Instructions (RC) Two SOLID YELLOW lines, each 4 itches wide, Installation instructions for plastic markings shall be proves separated by a 4-indt4w4Z-iPA space.Double yellow canter stripe for both the.Contractor and the Engine". All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's and for cianneluatiom. ' ire A SOLID WHITE line„ 8 inches wide, delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION: from through lanes, for traffic islands, and for hash marks. Hash 8-22.3('7) Removal of Traffic Markets(RCS sir mark stripes shall be placed on 45 degree angle and 10 =feet The work to remove all old or conflicaM stripes Goes Law Stripe buttons, or markers as required to complete the chanmeli=tion of A -BROKEN WHITE line, 4 inches wide, used to the project as shown on the plans or detail sheets shall be m` delineate adjacent lanes travelling in the same direction. The considered incidental to-other contract pay it= and no further bmkea or "skip" pattern shall be based on a-40 feetU-foot unit compensation shall be made unless a separate pay item or items are consisting of a 10 foot 9-foot line and a 30-feet 15-foot gap. 1rolrided for such removal. Drop Late SutmejSkip Approach Line) SECTION 8-22.4 IS REVISED AND' SUPPLEMENTED AS A BROKEN WHITE Brie, 8 inches wide, used to FOLLOWS delineate a lane that . The broken or `skip" pattern shall be based on a 2425-foot unit consisting of a 93-foot 8-22.4 Measurement(RQ(SA) t�r line and a 1512rfoot gap. The measurement will be based on the travel distasaoc mquimd .N°gam° of a marking system capable... Go Approach stripe. barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow ipA Roos head defined as a unit. rW Traffic lottsrdl ends, handicapped parking stall symbols. - pausm preferetttial lane symbols, railroad crossing symbols. drainage markings, and cycle detector symbols will be measured by itre unit. 40 Measutemart for paint/plastic stripe line removed shall be W Two Way Left Turn Stripe the linear foot of ' ' wide line or shall be included m the 1t1>mP A SOLID YELLOW line, 4 inches wide, with a sum price for 'remove existing traffic nark_i igs" O��ffied BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item.If not specified as a separate paY ail nattc7nys shall be considered space.The broken or"skip" pattern shall be based on ado-feet 24- item, that removal of existing traffic foot unit consisting of a-10-foot 9-foot line and a-30-feet 15-foot incidental to the payment for other items of work and no former space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travd• -SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-42 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe-Auith a 6 feet 8-22.5 Payment(RCS rig and parallel to the direction of traffic flow and centered in pairs on lane "Painted 4a stripe".p Stripe",per linear foot. lines and the center of lanes, See detail sheet.. Stop Bar "Painted Traffic L.attecIlgend",per each. "Plastic Traffic L err A SOLID WHITE line,-43 12, 18 or 24 inches wide ,"Remove Paint Line m egcnd",per each. ... � unless as noted ett�armire is on the Contract plans. .. wide,' per linear foot. Page-SP-47 %NW Revision Date_May 19, 1997 8-23 Temporary Pavement Markings 8-23 Tem po rY ra Pave meut Marking 'Remove Plastic Line.c ma Wide,* tiler linear foot • 8-23 Temporary Pavement Mars "Remove existing traffic martings 'per Iutrtp sum s s The linear foot eontraa Pict for'Remove Paint Line" and ` "Remove P1asfw Lne- and the lump stun contras price for SECTION 8-23.5 IS SUPPLEMENTED "Remove e�usttng Waft matidngs' shalt be full compensation for FOLLOWING. �TII THE removal of existing traffic markings as per the plans specifications 8-23.5 Payment(RQ and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the oonmact for iruWiation or for markings required to complete the c1 mtelization of the project as removal of temporary vement markin s then all costs associated shown on the plam or detail sheets shall be considered incid=W to with these items are considered incidental to other items in other items m the contract and no further compensation shall be tract or included under "Traffic Control ' if that item is rude- included as a bid item. The unit contract prices for the above listed bid items "be full pay for furwshmg all labor tools material and equipment necessary for the completion of the work as specified. . t rr g z t. Page-SP-48 Revision Date.May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials D1VlslUII 9 material for payment inn be roduced for use on a ro until job mix formula has been approved by the engineer_ 'be:art Materials shall be designed to meet the test criteria listed in Section 9_03. and remain within the limits set forth - ` in 9-03. determination of the iob mix formula shall be the rew.ne.'I.-r 'lhe the Contractor. u• of 9-00 Definitions and Tests The intermingling of asphalt concrete mixtuires produced firoiit more than one RAF is prohibited. Each strip of asphalt concrete SECTTON 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment Loin the 9-00(A) Recycled Materials(RC) JM],. The City encotirages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least_10 days pror to the start of caving operations Wdic able requirements described elsewhere in the contract and shall Include as a Inmlmtim. specifications. Should recycled materials be utilized the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt caveat. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 B1t1IIDlII0US Materials C. Compaction temperature. f. Anti-strip agent content. dir 9-02.1 Asphalt Material,General The Coctractor may not make a W changes to the JMF without prior vaitten approval of the Enp*ieer. Should&SECTION 9-02.1(10)IS A NEW SBCT70N. of materials be made, new JMF must be approvoil ed before the new material is used. the 9 nl 0 Loop Sealant(RCS Unless specified odiavvise in the contract or permitted by the of it gaassli�l and -nd-fitda Eta upon request from the coMactw, loop sealant shall be beeaestablis>ied. let-melt,rubberized asphalt seaWX(Craft Loop Detector Sealant a approved egulal),shag meet the paietcatioa,flow and resilience of ASIM D3407 and shall be installed with_an approved applicator in conformance with manufacturer's fiball. be Che OF The contractor shall request and obtain approval from the riwca,jug, Daiwa for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances atld�Ldjvstaisntt:. detector loops and shag submit mamufadunx artsheets or other a. After-the JMF is data if requested by the F.aginear is order to enable the Engineer to determined, the several constihlents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in dwmud*dean acrd dry pavematt and shall be Constituent of Mixture Tolerance limits ON applied in conformance with the methods required as _to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area. encapsulate the loop wires and adhere to the exceed the broad band specification limits specified Qavemet. in Section 9-03.8(6). 9-03 Aggregates ggregate passing 1 Broad band specification/4 /8 . /2 ,and limits Section 9-03.80. SECTION 9-0.8(6)A IS REVISED AS FOLLOWS: 3/8 sieves Aggregate passing 114' sieve f 6% 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve f 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% conformance to the project job mix formula QW. 1209 Me Aggregate passing No:'200 sieve f2% Notel Asphalt cement to.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5% for 50%RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 2096 the EiReineer. will dewmine &he asphaU content. -psi 696P RAP, but less than 50%RAP, 1.0% for 50% RAP or greater. aad ssphalt mcention factor.'-a the mix These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. 106-1(1)- act-bligbeA 6-11 be changed opjy upa opdai: of the Engineer.. No t_ Page-SP-49 wr Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits NO Gr-eptance, After. 'he AUP SECTION FOLLOWI9-OS.7(3) IS DELETED AND REPLr1C� BY rHg 9-05.7(3) Concrete Storm Sewer Pipe Jeinf�m die derisa M',X�qh"!&Cgntent F 6 or.M W60-:7 PeFcont. � G Adjustment; Joint assembly test n shall be i reinforced concrete bell and .0 Spigot into rani a fully retained sin le rubber asks_in accordance with ASTM 0361 or AWWA 0302. Rubber aka material shall be neoprene of on gh- No 1Q SECT70N 905.7(4) IS SUPPLEMENTED BY T.� FOLLOWING: of 9-05.7(4) Testing Concrete Storm Sewer pipe Joint C Hydrostatic testing of rubber gasket joints shall be.,Kr„ in accordance with ASTM 0361 or AW WA Met Pressure shag be S psi. C302 test SECTION 9-05.9 IS REVISED AND SUPPLEAnM ED AS %qXWM die��' FYIII..OTYS ' 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) GhQ;M in the U"G6 in slaa-Rmc+ficatiens. The manufacturer of spiral rib storm sewer pipe shag furnislh 9-04 Joint and Crack Sealing Materials the Engineer a Mamdhcturer s Ce tiftcaie of Compliance stating that the-materials formshed comply m an- respects with these SECTION 9-04.11 IS A NEW SBC77ON Ste.The Eogineei may require;additional in&nw ion or 9-04.11 Batt'!Rubber(SA) tests to be performed by the Contractor at no expense to the State. Unless otherwise specified, spiral r% storm sewer pipe shall" Butyl rubber shall conform to ASTM D2000 Ml BG 610 be furnished with pipe ends cut perpendicular to ft longi xfinai axis of the pipe. Pipe ends shall be ad evenly.Spiral rib-pipe shall to be fabricated either by using a continuous helical hoc k'seam or 945 Drainage Structures, Culverts, and a continuous helical waded seam paralleling the rib. Conduits 00 SECTION 9-05.4 IS REVISED AS FOLLOWS callrom-to am 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) Steel culvert pipe and pipe arch shall meet the requirements of inam G"tat to center- 314-imb mAde by 519 inch deep as 1*7 inches cents 4W AASHTO M 36, Type I and Type IL Welded seam aluminum cooler- coated talumiaizod) 156rrngated steel pipe and pipe arch with metallized coating ri flied:inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-0.7(2)7'IS DELETED AND REPLACED BY THE FOLLOWING: Steel spiral rib storm sewer pipe sha11 be mantdacawed of t 9_-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or rraivanizcd) comneated stet and (RQ inspected in conformance with Section 9-05.4. The size coating Reinforced Concrete Storm Sewer VMe Shan conform to the and metal shalt be as shown in the Plans or in the Specifications. requirements of ASTM C-76 and shall be Class IV Cement used For spiral a storm sewer hdi ct in the ama outwardly from the smooth pipe wall and shall be fabricated nufacture of reinforced concrete pipe sham be Type II is fa -----r i cordorma«x with ASTM C150. No admixture sham be used unless single this ss of material The n'bs shalt 6e y otherwise specified. rectangular and shall be 314 inch plus two times the wall thtd (20 plus or minus 1/8 inch (measured outside to outside) and a till SECTION "S 7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING: distance from the outside of pipe wall immediately aftwut r the lockseam or stiffener to the top surface of rib) -The maximum 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(meawred All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) Ile radius of bead of the bad)test in accordance with ASTM .C76, (2)a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0 17 inch If the sheet between adjacent ribs AWWA C302 except test pressure shall be S psi does not contain a locksearn a stiffener shall be included mM" Page-SP-50 Revision Dart:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 paints between nbs having a nominal radius of 025 inch and a minimum 1/8 inch wide (measured outside to outside) and a linrmunh height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of nibs shall be 4.80 _inches center to cahtrr tmeasured fabricated with ands that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands metal at the comas of the ribs shall be 0.065 nosh with an When required, spiral rib or narrow pitch spiral nb pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib stone sewer pipe helical nbs shall spiral rib pipe shall conform to the requirements of Sections 9- proiect outwardly from die smooth pipe wall and shalt be t�tu:.wt u 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shad be 314 inch + For narrow Pitch spiral rib sewer pipe the helical nbs shall 118 inch wide(measured outside to outside)and a minimthm of 0 95 proiw outwardly from the smooth pipe wall and shall be fabricate¢ inch high (measured as the minimum vertical distance from the Wfrom a single thickness of material. The rbs shall be.375 inch- outside of pipe wall to top surface of,the rib). The maximum 1/8 inch wide (measured onside to outside) and a inh imam of spacing of nbs shalt be 11.75 inches caner to center (measured 4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the AA be 480 antics tatter to cutter (measWaS normal to the metal at the comas of the ribs shall be 0.0625 inch with an &ear'on of the nbs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. oor>aers of the n'bs shall be 0.0625 inch with an allowable tolerance or—l0 pement. 9-06 Structural Steel and Related Materials SB_ MON 9-05.12(3)ISANBWADDITIONAL SECTION: 9-W.5 Bolts 9-05.12(3) CPEP Sewer Pipe(RC) CPEP - Smooth interior pipe and fknngs shall be. SECTION9-M.S(4)HASBBBNSt/PPZEMEN7EDBYADDING. o muurfadured from hint density polyedWkw resin which shall mat or exceed the regWremats of Type 111, Category 4 or 5, 9-06.5(4)' Anchor Bolts(RC) Grade P33 or P34 Class C per ASIM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for sind pipe AA coaWly with all material and stiffness reauirartents of poles, street liOd poles,strain Doles or other types of poles shall AASHTO M294. meet the mmagnended sxcWcatiom of the pole mamnfacwrer. The Contractor shall be respartstbk for providing to the Engineer SBGZTON 945.14 IS DELSTBD: arty and all data cmwerning fabrication, suengdt test results, mt71 t O SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specification. The following standard specifications shall apply to anchor 9-05.17 Ahrmhttnn Spiral Rib Storm Sewer Pipe bolts for stmt light, signal and strain poles provided that the ntr (RQ Contractor can submit documentation-from the manutaaure r Unless otherwise Rx faed, spiral rib storm sewer pipe shall affirming that anchor bolts meeting dmze spocffications are be fitrmishcd with pipe ands ant pehpetdicnlar to the longiddmal recommended for the pole to be installed thereon: 1 The standard anchor bolt for aluminum street light Votes axis of the pipe.Pipe ends shall be at evenly.Spiral rb pipe shall shall be 42 inches in length and shall meet the reguitat>dts of be fabricated by using a continuous helical lock seam with a seam ASfM A 36 or ASIM A 307. The shaft of the anicbor bolt shall &— be a full one inch in diameter with a hot forged four inch"L"bend on the bottom end and a mmimuhm of six inches of die -att thhrads at on ft top grid. to ca-of 6efall 2 The anchor bolts for signal poles and strain voles shall meet the -specifications as designated on the approved manufacturer's pole plans and/or SupV1eqppqd plants or ions provided by the manUfacxnrer. All anchor bolts n is'and washers shall mat the pok manhdacxuhrer's specifications and shall be hot drppod galvanized inn oahtat. unless such galvanization is not permttted for the tyae of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: For spiral rib storm sewer Pipe helical nbs shall project -9-08 8 Manhole Coating;System Products outwardly from the smooth pipe waU and shall be fabricated from a single thickness of material. The ribs shall be 314 inch wide by 3/4 9-08 8(1) Coating System SpeciGeions s u D inch deep with a nominal spacing of 7-1/2 inches center to cater. The following coating system specificatioru shall be used for Pine shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the dhaII°e0 ro with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral nb storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material_ The ribs shall be 0.375 inch + Page-SP-S1 �,, Revision Dale:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,El ectrigl Coating SySteM Specification SECTION 9-29.3 IS REVISED AND SUPPLEMEX7VD AS 1. A. General FOLLOWS: 1. Buried Manhole 9-29.3 Conductors, Cable(RC) Surface Color Paint System Each wire shall be numbered at each t w around �� Bind with a a. Buried,and White C-1 numbering stri bearin the circuit exposed shown on the plans. concrete No splicing of any traffic signal conductor shall be unless otherwise indicated on the plans. - conductor surfaces. be pulled to the appropriate signal terminal coin i>ms mall 948.8(2) Coating Systems with pressure type binding posts. The only exori,r.....�d t d splices for detector loops at the nearest tuncton box to the the A. High Solids Urethane The couttactor shag vide and on all the Coating System: Cl wiring, fuses and fittings so as to complete the installar;n,. of the Coating Material High Solids Urethane d itsstallation Mu>anttat as shown on the da�. All�tetials Surfaces: and methods except as noted otherwise Surface Preparation: In aeeordatnce with SSPC SP 7 comply with applicable sections of the National Elecxnc�l Code. (Sweep or brush off blast) 8. Detector loop wire shall be No. 1244 AWG manded Application: /Field The drying time COPPer wire' Class B. with y -linked polyethylene between coats shall not exceed type �ltliVlf insulation of code thickness. 24hours in any case (I1) cable meet REA.. System Thickness• i. 6 dry film specification PE-39 and shall have�. lg AWG wires Coatings- Primer. One coat of Wasser with 0.008 inch FPA/MPR coated aluminum shielding. 7be cable MC-C ucal high solids shall have a petroleum compound completely filling the imide of (2-0 FI7 Finish-- the cable. Two of more coats of Wasser The shielded communications/signal interconnect cable sW w MC-Conseal(min.4.0 DF7) Ineet the following: 1. Conductors: Solid, soft drawn, atmealed copper sine 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density noiyemylene or Admixtures op__yI propylene with telephone industry color coding 3. Cable core.assembly: insulated conductors are twisted SECTION 9-23.91S REVISED AS FOLLOWS. into pairs with varytrtg lays (twist lengths) to'minimize cross talk 9-23.9 Fly Ash(RC) and meet stria capacitance limits.. 4. Shielding:A oorrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines copolymer coated (both sides) W8'-thick corrugated aluminum tape shield is applied kN*udioally with shielding coverage. A 44 9-29 Illumination, Signals, Electrical .O05 OOrrugated tape applied in the same man=is acceptable S Outer iacket:A black,low density high molecular weight ' SECTION 9-29.1 IS SUPPLEMENTED BY ADDING TSB virgin polyethylene (compounded to withstand - sunlight, FOLLOWING: temperature variations and other environmental conditions phis abuse during installation) is extruded overall to provide a 9-29.1 CondniIRC) continuous covering. The conduit P.Y:C. non-metallic shall be of the two types 6 Footage markings: footage markhm must be printed indicated below: mmuantjally a minimum of 2'along the outer iadcet. I. Sdnedule 86:-Extra heavy wall P.V.C. conforming to 7. Filling:the entire cable within the outer jacket is flooded ASTM.Standards,to be used in all installations under roadways. with petroleum-polvethylerte gel filling compound inducing We 2. Sdm'uk 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast,Transformers(RC) •9-29.2 Junction Boxes(RC) The Ballast shall be are-wired to the lamp socket a d terminal Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in Place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets FOLLOWING: The mscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires(RC) 1. Signal only: 'Signals" The filter shall bd charcoal with Blast-omen gasket. 2. Street Lighting only: 'lighting" Luminaires shall have a cast aluminum housing of the col)ra 3. Traffic Signal and Street lighting Facilities: "TS-LT- head style with a glass ovate refractor The above inscriptions shall not be higher than the top surface of the cover plants. L Page-SP-S2 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. Zype 170 on each luminaire. err 9-29.11 Control Equipment requiFed, 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall to immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls(RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the m sensitive element camected to necessary control relays. The unit graQa , beginning of artery y�dlow. _ shall be so designed that a failure of any dectionic component will 6. Flash unit shall be a two circuit energize the lighting circuit. caoablr ..f switching loads up to 1000 watts per circut alternately at a rate of The photo cell shall be a solid state device with stable tutu-on 60 flashes per minute per circuit, plus or minus two flashes er values in the temperature range of-55 degrees C to +70 degrees minute. C The photo cell shall be mounted externally on top of the lurni noire. In a contactor controlled system, the Moto cell to SSe,'TION 9-29.13(3)IS REVISED AND SUPPL811�1VT'ED AS control the system shall be mounted at the lnmieaire nearest to the FOLLOW. serviceJeortactor cabinet. The photo cell shall be capable of switching"ON' 1 000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption call h (RC) InYriodiately after a valid :call has been received. the SSMON 9-29.13 IS SUPPLEBONTBD BY ADDING THE pion controls shall cause the signals to display the required F011.O ma clearance intervals and subsequent preemption intervals. Pre-emptkn shall sequence as noted in the contract, preemption 9-29.13 Traffic Signal Controllers(RC) equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle. single abase controller, as normally furnished by the triamificoner. is not alternating current and shall use die tower line frequency as a time altered. base The traffic signal controller shall meet the n%pirements of the National Ekx ricai Manufacturers Association- (NEMA) Standard Publications. PLUG- Components such as resistors capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discxuninator standard soldering tedniclom Intergrated .circuits shall be type units. The pre-emption system 22ngM shall be compatible mowed in sockets and shall be easily rggaceaWe without with the 500 Series 3M company' 'system which the City soldering All ooarmoaws shall be standard"Off the shelf'items of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interhdag by the same transmitters. with die Multisonie real time, master computer. The controller The optical signal discriminator system shall enable an shall be taxable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffre control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0-54 kilometers)along an tnobstwkd establish the sequence of signal phases, inchding overlaps. in "line of sight" path The system shall cause the traffic signals conformance with the signal Phasing diagram on the plans. When controller to move into an appropriate fire it on Pr's• operating either in a fixed time mode or in a fully-actuatel mode this optical discriminator shall interface to the 562 software. for with volume density on each phase as required. M clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local conrootients: intersection. a Optical energy detectors which shall be mowed on the SM70N 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy FOLLOWS: emitter's sr b Discriminators which shall cause the signal oorntr+orier to ON go into internal an-emydon which will give dies ode 9-29.13(2) Flashing Operations(IBC) the right of way in the mariner shown on the phase seAuence 2. Police Panel Switch: When the flash-automatic switch d located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights._ the signals shall immediately revert to flash; however, the Optical Detector controller shall 'STOP TRAR" When the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifice'_ of � s terri 8 second flash period.At the completion of the continued 8 second manufacturer to facilitate ease of installation. am flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180°F(-40°C to +85,n.. artery g"sn; —ello w- d Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On "NEMA"controllers any power flexible compound and shall be impervious to moisture io . interruption longer than 475 plus or minus 25 milliseconds, signals :,,,n„1 oenetated by shall re-aiergize consistent with No.2 above to ensure an 8 second a Shall respond to the optical ever of U.ts min flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse ener densl joule per square meter at the detector a rise time less �n one ir. of less than 475 plus or minis 25 milliseconds shall not cause not has u`ia== resequencing of the controller and the signal displays shall microsecond and half power point pulse width on thirty microseconds. i= Page-SP-53 ■.. Revision Date.May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signal Electricapw Discriminator Each module shall do the following: a. Shall provide for a minimum of two channels of optical d_ elector input. b. Shall Provide for a minimum of two discrete channels of o_ptially isolated output indicadoar When a prt,emption director detect an emergency vehicle the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances- The Phase selector shall hold the controller in the All con OF$Aall phase selected until the detector no longer detects the emergency Y vehicle. - When the phase selector is responding to one detector it shall not respond to any other detector until calls from the first detector All timing fiatctio is and ' ut and outoirt features for fu1 _ are satisfied. indicator lights shall indicate power on, signal btiiig actuated vol lion shall be ided in accordance received,channel called. Switches shall control system power and with NEMA standards. simulate detector calls for each phase The controller shall rovide for sett* each means of cal%rated s The functions diall SBCnON 3-29.139TIS SUPPLEMENTED BY ADDING TES be on the front of the controller iant or shall have and liquid crystal display. For the standby ooerat;,,,, a...._a F�DLLOWING: '. signal controller shall include an °°"'� er atitry rtauired to i►rnv..t,. ll tmumg and all fimctroris for "` 9-29.130 Wlimg Diagrgms(RC7 ° w a ti�tw The controller abinet shall have a waterproof envelope with a mode StanlLy operation shall aically occur upon side accen attached to the inside of the cabinet door. At the time of interconnect lines f. T e of central master or when of delivery the envelope shall have four oompkte sets of schematics specified al the master. The standby operation Shall follow,and b, and manuals for all assembles and dies, coincidental m phase to that phase being displayed at the start of standby operation. Transfer from oompitter StunerviSion shag lint SECION 9-29.130 IS SUPPLEM1f1VTED BY ADDING TSE cat[up a Starting yellow. FIOLLOWING: SWING: 13(7)4 IS SUPPLANTED.BY ADDING TRU 9-29.130 Radio Werference Suppressors A Cornell-Dubikr radio interference filter NF logo,-1 30 9-29.13(7)A Environmental,performance and Test amps or equivalent shag be used to filter the A C power, Standards for solid-state.TrAlrc Addmoaally. all power supplies shall have noise immunity from Controllers(RC) odor devices within the cabinet. The traffic MMM controller assemblies nichaft the traffic SECTION 3-29.13(7)IS REVISED AND SUPPLEALEV7ED AS signal OO°h Goer auuirary control oguiPment and cabinet shall be FOLLOWS shop tested to the satisfaction of the Enginar. Testing and chock- out of all timing grants, pinasins<and signal operation" be at 9-29.13(') Traffic-Actuated Controllers(RC) the city of Renton signal Shop Renton, Washington, The Signal Traffic-actuated controllers shall be electronic devices which, Stipp will make space available to the contractor for the required when connected to traffic detectors or other means of actuation,or test demonstrations. The contractor shall assemble the cabinet and both. shall operate the electrical traffic signal system at one or related signal control egu*pment ready for ttsting A complete mono intersections. demonstration by the contractor of all integrated components All solid-state electronic traffic actuated controllers and their satufacto1gy �O1311M shall start the test period Any a supplemental devices shag employ digital timing methods, malfunction shall stop the test period until all parts arc The traffic signal control equipment. unless otherwise satufactooy operat*ng. The test shall be extended until a pertmitted;m the cori[ract. must specifically conform to current minimum of 72 hours continuous satisfactory performance of the Nl•1dA =specifications. entire rnteerated system has been demonstrated. The equipment sh-U colarogm so IP:22 16-a demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated units. Volume--density timing features shall be provided on all control gear when field installed -_controllers' SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS.- 9-29.13(7)B Auxiliary Equipment for Triaric Actuated shall mm-in --nuGcj. Cgjj#Qj,gj: Controllers (RC) 1 to nil. r -borato;:y CoW A -t h broakaMr,41699 Qmsd2ps for- b=4A P01" _-_ MUG11116. she" by Rd .a• -an PIV91'amm 619 of 69f4mcam or.by ug t Page-SP-54 Revision Date:May 19, 1997 9-29 illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be deli red as orate shall render all control equipment electrically dead when turned units or as modules that plus directly into the droller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line oontmI controller and load switching devices electrically dead while of the intersection and shall be capable of transmittin4 An .i..w� maintaining flashing operation for purposes of cinnging controllers and signal status information and reoevmg and decodmo or load switching devices. information from the computer all m conformance and gry'�rn Command e capability of the multrsonuc master comoute� ,mot and the Stop Tithe Bypass Switch interconnect cables. SECTION 9 29.13(7)D IS REVISED AND SUPP There shall be a switch in the cabinet identified as the stop AS FOLLOWS. ��D time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RCA) controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum d*knm eau normal cycling operation while the intersection tion rrnuins in flashing aaedkW-sheet aluminum. or cast alummum, Cabinets siall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light aray or DET FCTOR test switch aluminum at color. As an alternate to paiiltIIl!•- the outside and insde of the aluminum cabinets may be clear anodized ali ndiaum. err Each ehicle and pedestrian phase shall have a-mome ntary 5. -he cabinet door shall be provided with: h (spring return) detector test switch. When depressed, the switch - a. A spring loaded construction cone lock capable of shall olace a call on its respective signal phase. accepting a Best Cx series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet, cabinet. A door switch for the Nanny shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the 'off' Fail Safe Unit position. A second switch shall be the autoflash switch. When placed in the'flash'position,controller power.shall remain on and Fail safe unit shall meet the NEtyIA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amber and pedestrian walk indications. C. The duration of a display of conflicting indications shall not be long Cabinet doors shall be gaslceted enough to be visible to motorists or pedestrians before the monitor with one piem close cell neoprene. They shall be egtriM0 W h initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc..or approved equal. d. A two position door stop assembly. 111110 a The Controller cabinet shalt have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel:transfer relays- bad:.switches; and,termini blocks for tens ninatiou of ail The controller shaft have an lanai[voltage surge protector that wires contained on a separate tad (the terminal block shall jo "protect the controller input fcon any voltage surges that could conform to Washington Standard Spoeificatiaiu_u - damsge the controller or arty of its components. This bad bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel• There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in aocordance with the schematic wiring diagram on the plans. N a different SECTION 9-29.16 IS SUPPLEAMTED By ADDING TEE numbering system is used for the cabinet wiring, then both FOLLOIVING. numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads(RCS drawing shall include the field wiring numbers where the terminal unless strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sixes terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular stenal neaa provided. housings shall consist of separate sections and be expandable type for vertical mounting bens shall be glass and Inca ,- .r;- wr Specifications for light output Reflectors shall be alzac. �acn signal head shall have a 1/4 inch emir hole in its base- Page-SP-55 �,. Revision Date.May 19,1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,$tgna h,Etectricala Vehicle signal heads shall be cast alumimun. 9-29.16(2)E Painting Signal Heads(RC) AN signal heads shall include a back plate 5 inch square cart Traffic signal heads, including outside of vino , g rs and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of fact plates shall be finished with two coats of factory-applied traffic traffic signal Worn- ellow baked enamel. °�' applied Y-- The inside of visors. shmal yellow baked enamel. the inside of the visors and front of front of back plates.and louvers shall be finished with two coats of bade plates shall be finished with two coats of factory applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SEC77ON 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware 929 16(3)will be of.the top-mount plumbizer type as shown on the standard (RC) ty plans,unless specified otherwise on the plans. SEC77ON 9-29.16(3).4(RQ IS DELETED. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RQ and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be has than 16 feet 6 inches nor more than 18 feet 6 inches above the trade at the center of the roadway. All bolts and other .. miscellaneous mounting hardware shall be stainless steel Hands (RQ SECTION 9-2916(2)A HAS BEEN REVISED AS FOLLOWS. SEC77ON 9-2917 HAS BEEN REVISED AS FOLLOWS.. =. 9-29.16(2)A Oj�gcal Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings 1~,tghu inch conventional signals shall employ a 67 to 69 watt (RQ tratl-nc signal lamp rated for 130320 voh operation, 595 minimum rquings for- Z�tpe x! and _ initial =lumen. 665 rated initial lumen, 8,000-flour minimum, u��AIl dware for alter-mounts shall be painted 2 7116-inch light center length. A-21 bulb, medium base, dear with two coats of factory applied traffic signal Federal vellow naffrc signal lamp. Twelve inch traffic signal heads require ffeen-baked enamel. 420130.-volt, 165 watt, 1.750 minimum initial honer, 1950 rated initial lumen dear traffic signal lamps with a 3-mch light center SECTION 9-29.18(I)IS SUPPLRA1M D AND REVISED AS length. 8.000 lour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors(RC) Detector amplifiers shall be Detector Systems model 810A or m. SECTION 9-29.I69)B HAS BEEN REVISED AS FOLLOWS: equal- 9-29.16(2)13 Signal Housing(RC). . Induction loop amplifiers installed with NFMA controls shall Each fan shall be protected with a removable visor of conform to carrot NEMA specifications. Aa q4i .installed aluminum of the tnnnd type,unless specified with otherwise in the contract. Visors shall have attaching ears for installation iD the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal(RC) SEC77ON-9-2-9.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either incandescent-fiber optic or nwa-grid or other types as specified 9-29.16(2)C 1,6u_yered Visors(RC) Pedestrian �ls shall conform t m (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and iostalle Dir�ectiond louvers shall be constructed to have a snug fit in thin signal visor. The outside cylinder shall be constructed of alum palycarbanats p4aWG,and the louvers shall FaWd "'790 iAigiaJ hmoca, SM hour. avwage life, "W!6 inch 1491A be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contras. bol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SEC77ON 9-29.160)D HAS BEEN DELETED AND width. REPLACED VF=.• Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal eiby wgnten gel• 9-29.16(2)D Back Plates(RCS - VACANT SECTION 9-29.20 Bade plates shall be furnished and attached to We signal (7) IS REPLACED BY ADDING heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECT70N: half-hard ahrminum sheet,0.058-inch minimum thickness, with 9-29.20(1) Fiber O tie 5-inch square cut border a_nd painted black in front and yellow in P Type(RC) t back. The fiber optics shall be drawn from optical glass ofd purity. The fibers shall be temperature resistant The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-56 Revision Date_May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical im of the sign.-The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING. so approximately 300 fibers. The optical sheathing shall have a wall 9-29.24(1) Painting (RC) thickness of at least 1.5 microns. The common end of each bundle The finish coat shall b factory baked light shall have a hexagonal bundle format. The common bundle end - e a on enamel ey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked 010 The light source shall be a halogen incandescent hung with on enamel is applied. The interior shall be given a finish coat-of dichroic reflector.The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). ao to n4wature changes, aggressive chemical attacks. The coating SECTION 9-29.24(1) IS DELETED,AND REPLACED WITM shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours.The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 38000D. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets The following housing. The matrix plate shall be oonscracted of 0.125 thick equipment shall be featured within the eabmet. aluminum sheet protected by a 0.125 polyearborwte sheet. The 1. Main circuit breaker shwa housing shall be weather tight Each common end of a 2. Branch circuit breakers bundle shall have a dw-on type color filter, one of Portland 3. Utility plug(120 volt 20 Amp rated).3 P L T Orange and one of Lunar White.The viewing end of the fiber optic 4. -Light control test switch 620 volt 15 Amp) ype display shall not require a cone for magnification,and shalt prove& 5. Contactor relay for each circuit - a wide viewing angle. Each message shall have a mhimirmm of 82 6, Double pole branch breakers) for lighting circuits 940 light pews. All components shall be fastened to die flat black volt irrt matrix plane. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (fox with no message legible. The low power con lamps shall utility phgs) be su viceable v*htnut any tools. 8. Type 3-single please 120/240 Yoh grounded naitrat rhea SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service - FOLLOWS 9. One 120 colt 40 Amp single pole branch breaker(signal service 9-29.20(2) Neon Grid Type(RC) 10. Complete provisions for 16 breaker poles All neon grid treads shall be equippod with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate am phantom- the main breaker which shall be red with white lettering: All name Neon tubing shall be enclosed and, shocbnounted inside plates shall be attached by S.S.screws. a plastic module. 12. .Meter base sections are unnecessary rh SECTION 9-29.25 IS DELETED AND SVPPLEb1rBVTBD BY THE FOLLOWING: The pedestrian signal stall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets(RC) electronic ballast,no extenul transformer,and operate at 30 watts. The pole mounted terminal box shall be made of molded The heads shall display two symbol messages, 'hand' (for the do mot walk mode) in Portland orange and `Man' (for the walk fiberglass /8 grey in color, be approcmato f 6 t high x ton th iw mode) to lunar white. The message module shall consist of two wide x S-lock deep and have a minimum tight,16 terminals on the neon Ass tribes ancosed in a housing made of polycaibonate texntiaal blocks. The box shall be weather n�br-Lave a angle door plastic. The lent material shall be polycarbonate plastic. The with continuous hinge on one sides and screw hold downs on die visors shall be flat black material color. door locking side. All hardware will be stainless sled. All go mounting hardware shall be stainless steal and shall be inohdental to SECTION 9-29.24 IS DELETED AND REPLACED BY TBE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy doily,barrier type. Each terminal shall be separated by a marker strip The marker ship 9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit tnu ll! r mduc;awa m The signalfareet lighting service cabinet shall be as indicated the Plans Each conrxxtor shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors. capable of accepting no less than 3 912 AWG wrCS fitted won buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-pig dosed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano luinge• panels. Door hinges stall be the continuous concealed piano tyre . One spare 12 position terminal block shall be installed in each and no screws rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. _The Mounting shall be as noted in the contract• cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type deep with complete with screens, filters and have rain tight gaskets. Ilse nominal dimensions of 22' high x 13' wide_x 11_d�aTa' wr cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal Iock- Page-SP-57 eiw Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials 1� 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADD I1vG TgE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves Rte' - SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Grontndh 9-30.1(1)Ductile Iron Pipe(RC) SWITHTTBEF LLiOWRVG BEEN DELETED AND REPLACED 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markets shall be f bricated and installe_u ,n 0QCW6 *FOR pip$ to be jQjq0AJ2r,;;;g bglg$A Ranged joints shall be conformance with the Standard Dra Qs . All other ductile iron pipe shall be Valve markers shall be carsonite corn osite Standard Thickness Class 5259 or the thickness class as shown in .375'x 6'-0'or approved equal with blue label"water marker the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEME ED AS 9-303 Valves FOLLOWS: 930.3(7) Combination 9-k ReleaselAir V SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. at grim Valves(RC) 9-30.3(1) . Gate Valves(RC) Air and vacuum release valves shall be APCO_ Valve and Valves shall be-.designed for a minimum water operating Pruner Corp, •Heave-Dtrtv• combination air ukase valet► or pressure of 200 PSL Gate valves shall be Iowa List 14 Mueller equal- Corrhpany No.A2380.Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision, obtained prior to bid opening. Piing and fitting shall be copper or brass Location of the air All Rate valves Less than 12' in diameter shall include an 8•x release valve as show on the plans is approximate. The installation 24•cast iron gate valve box and extensions as required AU 12' shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12' gate valve assembly vault and I- bypass installation. 9-30.3(8) Tappir:g SIeeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron 6taialess4wc4 body, double disc with brome wedging device epoxy-coated steel,or other approved material. and O-ring Stamm box. RESILHNT SEATED GATE VALVES: SECTION 9-30.3(9)ISA NEW SECTION• Resilient seated gate valves shall be nhanufacuued to meet or 9-303{9) Blow-Off Assembly atCj exceed the requirements of AWWA Standard C509 latest revisions AU extent and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be 178 Kupferle Foundry valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow-off permanent blow epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail latest revision. Pipe and fittings shall be galvan'iw& Blow-off Rim— ]mint to valve assembly and shall est r of exceed the assembly shall be installed at location(s) shown on the plans. rogturenhets of AWWA Standard C-SSO latest revision. Valves tip shall be provided with two (2) internal O-ring stems seals The Ti n' blow-off assembly on new dead-end water main shall valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans resilient gas valve shall have rubber sealing surfaces to pernhit bi- Tom'blow-off assemblies for testing and flashing of the y directional flow. The stem shall be indepmdet of the stem tart or new water mains will not be included under this item and shalt be iitegr- cast, considered incidental to the contract and no additional payment Mamdacwrers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE spwWwations. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) Ed connections shall be mechanical iointsi harmed ioints or Fire hydrants shall be'?owe Corey Type (opening with the t nha:lwrhhcal by flanged tomts as shown OII the project plans pressure) or approved egaa) conforming to AWWA C-502-85- Restltent Seated Gate Valves shall be U.S. Mettoseal 250 Approval be��prior to bid opening. Clow,Approval Style 3067.Moeller Series 2370 Kennedy. . Compression type fire hydrants ( against pressure) Approval of valves other than model specified shall be shall be Clow Medallion. M8c1i 929. Mueller Super _RM§Centurion obtained prior to bid opening. All gate valves less than 12 inches 200,al conforming to AWWA G502-85 m diameter shall include an 8'x24' cast iron ate valve box and extensions,as required. SECT70N 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING. shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details latest revision 9-30.5(1) End Connections(RC) Hydrants shall be constructed with mechanical loins connection unless otherwise specified in bid proposal description_ r. Page-SP-58 Revision Date.May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8 coated stainless steel aircraft cable. rr Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions(RC) Detail for fire hydrants,latest revisions. Fire hydrants shall be Coney type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED or compression type (opening against pressure) confortning to AS o AWWA C-50245 with a 6 inch mechanical mint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 112 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 112 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC) an per inch 60 degrees V. Mweads, outside diameter of male tread Polyethylene pipe shall not be used: 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turtling counter clockwise(left). 9-30.6(3)C PolybutaIene Pipe(RC) The two 2-112* hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating trait of the same design and proporum as the hydrant stem nut. Caps shall be fitted with SECTION Aused for HAS BEEN REVISED AS FOLLOWS.- suitable neoprene gaskets for positive water tightness under test Fittttrgs used for copper tubing shall be c;omnression type with rr Pressures. ��ring. The 4"pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stoltz adapter shah be forged and/or FOLLOWS extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded w end portion shall have no lugs and 2 set screws 180 degrees apart.. 9-30.6(5) Meter-Settets.(RC). Stoltz face to be metal, no gasket to weather. Stoltz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters,latest revision. r irr - wit rr rrr aar it we r�r Yw r. Page-SP-59 . Revision Date_May 19, 1997 rwr WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. Page AMD-i rir Revision Date:May 19, 1997 Table of Contents WSDOT AMENDMENTS--'-----------------------------------------'--'-------'--'-----------' SECTION 8-04,SCOPE OF THE WORK March 3, 8997......................................................................................... 1-0x� Dmo,u�ed*rDrcc�o�d Quantities........................................................................................................ SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 w� 5 D-07.9(5) Required Documents----------------------------------------------'_'_____ D-0�&8��B Required R�x��/��lR��t�m--------------------------------------___ ------� D�7'83(� R«p�rwf ____________________________________ -------'o - ----'------------5 �~ SECTION 149,MEASUREMENT AND PAYMENT March 3,1997........................................................................... 1-�.8 Pmym�e��rl�u«�{�wnD�mmX..,..--..,,..-,^,-^.,-^~---'^-^-_`----'-~~'^_~-','_-.' - � ---'—_~'—~...w SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 8"7........................................................................ 1-10��) 0�f@oKom�xl8u��v�er^~.~.,,~.~,..~.,,_,^~^~`~^'~~--~'-~~~-`~~~~^--~~~---~^..~^~,~_._--.~__ - 1-�0�(� K�mmym�~.,,,.~.,,.'.,... ~~' --_~..-, = � ----------'--'-'- ' .^.~~^.'~.^-,^^-,,,_~',^_--'-..,.~__'_~.^ 6 ��� ��m��e�����d0�dm�.. -^ -~.,^~~^^^^-_'_,-^---^_~^__^-,^_-_.'._ 49 1-10.3(l) Traffic Control Labor. --'_,^^-.~_._~~^'--'-~^ -_^---._'--.~'-,.--_.-,-~_-,~______,---'-~`- 1-80�(� ]rm��K�mmmn�Ve��w-~-'-'~...'-.'_~.'-~-.,-'-~.'-----'---.'-_-'_.--'.-''----~---'--'---^~~ D-10�(� Tempm�m�Tr�UcK�m�m�0ue��s.....-,..'..-...-'�--''^----'^--'^`-~^^'^~--'^-,-----^---'-------'~ " D-D0�AD�e�uoememu. _------~ -- 1-1�5 Payment-.'...---.----_^-_~_^^_^--,-_^^-----^^^^'----_--^--'_^_-^____^_^___________-----'- a SmCMON 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 8997.....................................................D0 2-03-3(14)D Embankments at Bridge and Trestle Ends.... .................................................................................. D0 2N3.3(14)K Select wo Common Borrow Including Haul.....................................................................................D0 SECTION 2-09,STRUCTURE Y�u�o�3 ��� ~~�=`=^^�^, ^ ---------'-''-'-'--_-----'-'^------'----'^----'�� 2-09-3(1)E Bwckf8liog...............................................................................................................................10 2-09.4 Measurement ......................................................... ...._..........^...._........................_........,_^.........._^11 2-09.5 Payment..............................................'.........................................................................................11 � SECTION 3-02,STOCKPILING AGGREGATES March 3,1997~.............................................................................81 3-02-30) Asphalt Concrete Aggregates..........................................................................................................X8 SECTION&M,CONCRETE STRUCTURES March 3"1997...................................................................................D8 ag 4-03-3(4)D Temperature and Time For Placement............................................................................................11 - 6-02.3(11) Curing Concrete........................................................................................................................12 � 6-42-3(17)J Face Lumber,Studs,Wales,and Metal Forms................................................................................12 6-K2.3(V4)A Field Bending....................................... ..................................................................................D% . 0-02.3(25)F Prestress Release......................................................................................................................12 80IC7OON 6-10,CONCRETE BARRIER March 3,1997------------------'--------------------------^13 6-10.3(l) Precast Concrete Barrier...............................................................................................................D3 6-10.5 Payment.......... .............................................................................................................................13 SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 8997..................................... .....................83 ~~ SECTION?-05,MANHOLES, INLETS,CATCH BASINS,AND DRYWElLS...................................... ......... ..............83 7-05'1 Description........................... ............................................................................. ..........................X3 7-05.2 Materials.......................................................................................................................................23 7-05.3 Construction Requirements............... ....................................................................... .........................84 7-05'4 Measurement ----------------------------------------------------------------'14 � 7-05.5 Payment................. ......................................... ---------------______________________-�4 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, X997.................................................................................l5 Revision Date:May 19, 1997 r SECTION 7-08,GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials..................................................................•-•...••••............................................. .........15 7-083(1)A Trenches........................................•••.......................................................................................15 7-083(1)C Pipe Zone Bedding. ................................................. ..............................................................15 7-08.3(1)C Bedding the Pipe.........................................................................................................................15 7-083(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 irr7-083(2)G Jointing of Dissimilar Pipe............................................................................................................16 7-08.4 Measurement ...................................•••--•........................................................................................16 7-08.5 Payment........................................................................................................................................16 to SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16 7-17.2 Materials........................................................................••.............................................................16 7-17.3(2)C Infiltration Test.........................................................................................................................17 SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 8-09.1 Description....................................................................................................................................17 8-093 Construction Requirements...................................................................................:............................17 ur. 8-09.30 Recessed Pavement Marker..............................................................................................................17 8-09.5 Payment........................................................................................................................................17 SECTION 8-11,GUARDRAIL March 3,1M.......................................................................................................17 iwr .8-113(1)C Erection of Rail.........................................................................................................................17 8-113(1)D Anchor Installation....................................................................................................................18 vn SECTION 8-15,RIPRAP March 3,1997..............................................................................................................18 8-15.2 Materials............................................................................................................................. ......18 8-15.4 Measurement yy� SECTION 8-17,IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18 8-173 Construction Requirements................................................................................................................18 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS...........................................................................18 yr ANDELECTRICAL March 3,1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 rr8-203(13)A Light Standards.......................................................................................................................19 SECTION 8-21,PERMANENT SIGNING March 3,1997........................................................................................19 _ 8-21.2 Materials.......................................................................................................................................19 an8-213 Construction Requirements................................................................................................................19 8-213(4) Sign Removal..............................................................................................................................19 8-213(9)F Bases......................................................................................................................................20 8-213(10)A Sign Lighting Luminaires...........................................................................................................20 nr8-213(9)G Identification Plates...................................................................................................................20 8-213(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22,PAVEMENT MARKINGS March 3,1997.......................................................................................21 o 8-22.2 Materials.......................................................................................................................................21 SECTION 9-02,BITUM NOUS MATERIALS March 3,1997...................................................................................21 do 9-02.4 Anti-Stripping Additive....................................................................................................................21 SECTION 9-03,AGGREGATES March 3,1997....................................................................................................21 9-03.12 Gravel Backfi ill..........................................................•••••-•.............................................................21 as 9-03.12(5) Gravel Backfill for Drywells 9-03.14(2) Select Borrow............................................................................................................................ ar SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 9-04.3 Joint Mortar......................................................................................................................••-.........22 SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS, AND CONDUITS March 3, 1997.........................................22 "0 9-05.4(7) Coupling Bands..............................................................•............................................................22 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe-----------------22 Page AMD-iii aw Revision Dale:May 19, 1997 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................:...............23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997................................................23 9-06.16 Roadside Sign Structures........................... ...................24 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt,Nut,and Washer Specifications................. SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-093(1)B Placing in Treating Cylinders.......................................................................................................25 SECTION 9-11,WATERPROOFING March 3, 1997..............................................0........................ ...........25 ............ 9-11.1 Asphalt for Waterproofing................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes..................... ...............................0............ ...25 9-125 Precast Concrete Catch Basins...........................................................................................................26 * 9-12.7 Precast Concrete Drywells.................................................................................................................26 SECTION 943,RIPRAP,QUARRY SPALIS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3,1M....................................................................................26 9-163(1) Rail Element...............................................................................................................................26 9-163(2) Posts and Blocks..........................................................................................................................26 9-163(5) Anchors.....................................................................................................................................27 r Idf Page-AMD-iv Revision Date:May 19, 1997 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage 1 { TC "SECTION 1-04, SCOPE OF THE WORK" )SECTION 1-04, SCOPE OF THE z WORK 3 March 3, 1997 iW 4 1-04.6 Increased or Decreased Quantities 5 The first sentence of Item no. 1 in the first paragraph is revised to read: 6 7 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the 8 original bid quantity. 9 O Item no.2 in the first paragraph is revised to read: ly 2 Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due 4 solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount 56w originally bid for the item. 6 7 Item no.4 in the second paragraph is deleted. s { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO a THE PUBLIC I March 3, 1997 2 1-07.9(5) Required Documents tr The fifth sentence of the third paragraph is revised to read: 4 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the 40 contract provisions. 8 ow 1-07.11(10)B Required Records and Retention 0 The reference to'PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". 1 The third paragraph is revised to read: 3 e All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820 010 to the ' Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects,and those Federally funded projects under S10000. 7 so 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: t ow For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 2 1-04.4 1r Page AMD-5 ow Revision Date_May 19, 1997 1-09.8 Payment for Material on Hand 1-102(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1=09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 a 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-109 TEMPORARY TRAFFIC CONTROL" )SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required •r 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS o in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be Id 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any °u 6 deficiently in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s)with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 4i 6 7 1 Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 Page AMD-6 Revision Date:May 19, 1997 W 1-10.2(1) General 1-102(1) General 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and 2 jo orderly movement of vehicular and pedestrian traffic. 3 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for 5 , Streets and Highways for the State of Washington and applicable standards and specifications 6 available at all times on the project. 7 g 6. Attending all project meetings where traffic management is discussed. 9 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. lim 2 1-10.2(1)B Trafrk Control Supervisor 3 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 4w 5 - The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be 6 able to be on the jobsite within a 45-minute time period after notification by the Engineer. 7a' g The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, 1 message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). di"' 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be t submitted to the Engineer no later than the end of the next working day to become a part of the 9 project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: 2W a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, A c. Revisions to the traffic control plan, d. Lighting utilized at night, and 6 e. Observations of traffic conditions. fir 3. Ensuring that corrections are made if traffic control devices are not functioning as required. 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as t long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 2 . 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS it are accomplished. Possession of a current flagging card by the TCS is mandatory. 8 A reflective vest and hard hat shall be worn by the TCS. ile Page-AMD-7 MW Revision Date:May 19, 1997 1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporaly Traffic Control Devices 1 1-10.2(3) Conformance to Established Standards - 2 This section is supplemented with the following: 3 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX(703)898-5510. 3 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 0 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for t 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. ' 6 7 1-10.3(57 Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices" the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 t� Page-AMD-8 Revision Date.May 19, 1997 iio 1-10.4 Measurement 1-10.5 Payment 1 1-10.4 Measurement 2 The fourth paragraph is revised to read: 3 4 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties_ 5 described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 7 s" The following paragraph is inserted after the fourth paragraph: 9 o, No unit of measure will apply to the position of traffic control manager and it will be considered incidental to 1ft unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. 3 4 The sixth paragraph is revised to read: S The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used ltw for the previously described work. The Contractor may use more than one vehicle to perform this work, a however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing dw the work required by this section but will be excluded from payment under this section. 1 2w 1-10.5 Payment The bid item "Traffic Control Supervisor", per day, is revised to read: `ow 5 "Traffic Control Supervisor", per hour. f The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 8 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person � performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 1 7 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". 1� 1 The last paragraph of this section is deleted. +nr +rr vr. Page-AMD-9 Revision Dale:May 19, 1997 2-03.3(14)1 Embankments at Bride and Trestle Ends Bridge 2-09-3(1)E Backfiu 1 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBAIVKMENTtt 2 }SECTION 2-039 ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the . 0 backfill around the structure. Embanlanents and backfill behind the abutments must be brought up in layers a i and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading .of 30 lbs/fO 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. tW 1 2 2-03.3(14)K Select or Common Borrow Including Haul ► 3 In the fast paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" )SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class I or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page-AMD-10 Revision Date:May 19, 1997 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement t 2-09.4 Measurement PO Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: 4 SW For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: 7 For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. f For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. 2 Under "Horizontal Limits" the following new paragraph is added: 3 4W For drywells, the limits shall be in accordance with the Standard Plans. 5 t The paragraph for "Gravel Backfill" is revised to read: 8 Gravel Backf U 5 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the do cubic yard in place determined by the neat lines required by the Plans. 1 2w 2-09.5 Payment .' The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4f1w { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, STOCKPILING AGGREGATES dw March 3, 1997 10 3-02.3(1) Asphalt Concrete Aggregates f The first paragraph is revised to read: 0 Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the class of asphalt concrete to be produced: 1 1/4 inch-114 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size err shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. low { TC "SECTION 6-02, CONCRETE STRUCTURES" )SECTION 6-02, CONCRETE 5 STRUCTURES I. March 3, 1997 _ aw 6-02.3(4)D Temperature and Time For Placement ON 8 The first paragraph is supplemented with the following: ". Page-AMD-11 r Revision Date.May 19, 1997 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release fa I Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. W 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 t 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)1 is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02:3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. 1 Page-AMD-I2 Revision Date:May 19, 1997 Im 6-10.3(1) Precast Concrete Barrier 7-052 Materials 1 { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-101, CONCRETE 2*w BARRIER 3 March 3, 1997 4 6-10.3(1) Precast Concrete Barrier 5w The first two paragraphs are replaced with the following paragraph: 6 7 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No so concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. 0 ito The fifth paragraph is revised to read: 2 3 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be 4aw cured in the forms until a rebound number test, or test cylinders which have been cured under the same S conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. >� 6-10.5 Payment 4r Section 6-10.5, Payment, is supplemented with the following: 0 1 "Single Slope Concrete Barrier", per linear foot. 1 The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. d"' { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" )SECTION 7-1-05, MANHOLES, INLETS, AND CATCH BASINS %„ March 3, 1997 The title of this section is revised to read: SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 y . 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". Q 7-05.2 Materials w This section is supplemented with the following: 6 Crushed Surfacing Base Course 9-03.9(3) �„ Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 ,r Revision Date.May 19, 1997 7-05.3 Construction Requirements 7-05.5 Payment 1 Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 4i 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.1 During construction of the 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 0 The 15th paragraph is revised to read: 1 2 Backfdling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: + i 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. t 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 �. 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. t 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page-AMD-14 Revision Date_May 19, 1997 *a 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum 1 The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing 2 ,, the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. Ow { TC "SECTION 7-069 CONCRETE PIPE ANCHORS" }SECTION 7-061 s CONCRETE PIPE ANCHORS 6 March 3, 1997 fir 7 This section is deleted in its entirety. s { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS a w March 3, 1997 rm 7-08.2 Materials 2 This section is revised to read: 1-. 4 Materials shall meet the requirements of the following sections: s Gravel Backfill for Foundations 9-03.12(1). 760 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 n 7-08.3(1)A Trenches lfrir The second paragraph is revised to read: 2 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given • ,,, by the Engineer. 5 to 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: I aw 9 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 1 bedding". err 3 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: r 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed 1W together with approved bands. Page-AMD-1 S 4r Revision Date:May 19, 1997 7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltratin.,T 1 tt+li 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement 9 The following new paragraph is inserted after the first paragraph: 0 i There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class —", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 o All costs associated with furnishing and installing bedding and backfll material within the pipe zone in the 1 installation of culvert and storm $ewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 wr 1 7 717.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test o The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per I hour)". Page AMD-16 Revision Date:May 19, 1997 W 8-09.1 Description 8-113(1)D Anchor Installation I { TC "SECTION 8-09, RAISED PAVEMENT MARKER" )SECTION 8-091, RAISED 2%W PAVEMENT MARKER 3 March 3, 1997 to a 8-09.1 Description sir. The word "raised" is deleted from the first and second sentences. 6 7w 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: 9 e 8-09.3(5) Recessed Pavement Marker 10 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 3 +rr 4 8-09.5 Payment The first paragraph is supplemented with the following new bid item: 6 7 "Recessed Pavement Marker", per hundred. I 9 The second paragraph is revised to read: 0 1 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2% "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with It traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. s { TC "SECTION 8-11, GUARDRAIL" )SECTION 8-11, GUARDRAIL y„ March 3, 1997 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: O" When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 1 installed. The inside and outside rail elements shall not be staggered. rr 3 8-11.3(1)D Anchor Installation *„ The heading is revised to read: 5 Terminal and Anchor Installation rr 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 or Revision Date:May 19, 1997 8-15.2 Materials 8-20.2(1) Equipment List and Drawi❑ s I 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at-all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" )SECTION 8-15, RIPRAP 9 March 3, 1997 r 0 8-15.2 Materials 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 _ 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3ji 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 0 Assembly and installation shall be in accordance with the manufacturer's recommendations. I { TC "SECTION 8-205, ILLUlVIINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" )SECTION 8-209 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page-AMD-18 Revision Date_ May 19, 1997 to 8-20.3(13)A Light Standards 8-21.3(9)F Bases The Contractor will not be required to submit shop drawings for approval for light standards conforming to the 2 pre-approved plans listed in the Qualified Products List. 3 *& 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. 6 7* The first sentence of Item No. 4 in the third paragraph is deleted. % { TC "SECTION 8-21, PERMANENT SIGNING" )SECTION 8-21, PERMANENT 9 SIGNING o March 3, 1997 V r 8-21.2 Materials 2 The second sentence of the first paragraph is revised to read: 3 4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the 5 requirements of Section 9-06. 1 8-21.3 Construction Requirements VW t? 8-21.3(4) Sign Removal go This section is revised to read: 0 I Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 20 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the 4 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the _rr post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. 8r The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: 9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number ( shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense low to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 2 completion of the project. If the total square feet of all signs removed is'7ess than 9 square feet they shall become the property of the Contractor and removed from the project. The Contractor will be charged 4 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 tw 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: I wo Page AMD-19 or Revision Date:May 19, 1997 8-21.3(10)A Sign Lighting Lminaires 8-22-2 Materials 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. 44 3 4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". 0 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 1. Remove all galvanized runs and beads from washer area. wi 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall i be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 ( TC ''SECTION 8-22, PAVEMENT MARKINGS" )SECTION 8-22, PAVEMENT s M[ARIUNGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved i materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 Revision Date_May 19, 1997 t to 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow The second sentence of the eighth paragraph is revised to read: to 3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for the area actually removed. s { TC "SECTION 9-02, BITUNIINOUS MATERIALS" }SECTION 9-02, BITUMINOUS MATERIALS 10 March 3, 1997 10 9-02.4 Anti-Stripping Additive This section is revised in its entirety to read: err t When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and amount of anti-stripping additive shall not be changed without approval of the Engineer. to 7 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the Engineer,but shall not exceed 1 percent by mass (weight) of the liquid asphalt_ o When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall not exceed 0.67 percent by mass (weight) of the aggregate. 33 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered based on a proposal from the Contractor. s� { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES March 3, 1997 9-03.12 Gravel Backfill This section is supplemented with the following new section: 0 9-03.12(5) Gravel Backfill for Drywells Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, Grading No. 4 in accordance with Section 9-03.1(3)C. 3 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." aw to Page-AMD-21 tw Revision Date:May 19, 1997 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pi I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS'' }SECTION 9- 2 043, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS'' o }SECTION 9-059 DRAINAGE STRUCTURES,.CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 0 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1. PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" 0 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 wr Page-AMD-22 Revision Date_May 19, 1997 vw 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe and Profile Wall PVC Sanitary Sewer Pipe 166 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe 3 40w The first paragraph is revised to read: S 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO Tar M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. 9 air The first sentence of the third paragraph is revised to read: 1 2 Qualified producers are identified in the Qualified Products List. air 4 The fifth paragraph is revised to read: Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 _ so 9-05.19 Corrugated Polyethylene Culvert Pipe 4 The second sentence of the first paragraph is revised to read: The maximum pipe diameter shall be as specified in the Qualified Products List. 7 The first sentence of the fourth paragraph is revised to read: S Qualified producers are identified in the Qualified Products List. t 945.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a i producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS'' }SECTION 9-065 STRUCTURAL STEEL AND RELATED MATERIALS . . March 3, 1997 This section is revised by adding the following: Myrt . 9-06.16 Roadside Sign Structures All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 1 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. to 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable 40 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 wr Revision Date_May 19, 1997 9-06.5(3) High Strength Bolts 9-06-5(5) Bolt Nut and Washer Specifications I -- 3 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M Ij 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded I portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as 44 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 0 For multi-directional breakaway-base connectors, shims shall be fabricated from pregalvanized sheet steel. For , 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts- 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embritdement in accordance with + ' 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications ctrl 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436"- ;::;: Page-AMD-24 Revision Date_May 19, 1997 9-093(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBER" )SECTION 9-09, TIMBER AND LUMBER 3 March 3, 1997 4 9-09.3(1)B Placing in Treating Cylinders 40 The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING • March 3, 1997 va 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". to 33 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-129 MASONRY UNITS March 3, 1997 io 9-12.4 Precast Concrete Manholes This section is revised to read: Precast concrete manholes shall meet the requirements of AASHTO M 199. V 0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. 3 As an alternate to steel reinforcement, 48-inch diameter by Moot high eccentric or concentric cone sections may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. i 1 9-12.5 Precast Concrete Catch Basins to This section is supplemented with the following: 3 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. ON 6 Section 9-12 is supplemented with the following new section: rr. Page-AMD-25 Revision Date:May 19, 1997 tw 9-12.7 Precast Concrete Drywe9s 9-16-3(5) Anch 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 =' 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly W 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND 06 7 ROCK WALLS" )SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 o 9-13.4 Concrete Slab Riprap 1 This section is deleted. 2 �rN 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL s March 3, 1997 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.30 Anchors 1 The following paragraph is inserted after the third paragraph: 2 rr 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 tail 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page-AMD-26 Revision Date: May 19, 1997 me SPECICAL PROVISIONS SPRING BROOK WATERSHED PROPERTY FENCING „a INSTALLATION PROJECT ow SOIL AND/OR SUBSURFACE CONDITIONS err The bidder shall make his own decisions and conclusions as to the nature of the materials to be excavated, the difficulties of making and maintaining required excavations,the difficulties which may arise from subsurface conditions, and limited access by equipment and personnel due to steep slopes of doing any other work affected by the subsurface conditions and shall accept full responsibility. r,r Extra compensation will not be made for the adverse conditions that may be encountered. REMOVAL OF PRIVATE PROPERTIES Removal and replacement of private properties shall be assigned as the contractor's responsibility to restore private properties to property owner's satisfaction. This is not to be considered as new replacement,but only restoration of existing facilities, in case of damage by Contractor or restoration caused by necessity of removal. Such removal and replacement shall be considered incidental to the project and no compensation aw will be made. MECHANICAL TAMPING ow Mechanical tamping shall consist of hand-operated mechanical or pneumatic tampers as outlined in Section 8-12.3(1)A of the Standard Specifications and shall be required where called for in the tr specifications, on the plans, and where directed by the Owner. Mechanical tamping shall be considered, as incidental to the construction and all cost thereof shall be included by the Contractor in other pay items within this contract. No further compensation shall be made. CHAIN LINK FENCE AND GATE—General This work shall include but not be limited to the installation of chain link fencing with the related concrete footings and gate. The height of all the fencing is to be 8 feet above grade , not ow including barbed wire supporting arms. The fence shall have three(3) strands of barbed wire for security and appropriate arms to support the barbed wire. Bottom of fabric is to be approximately one(1) inch above ground. wr All material used in the construction of chain link fence and gate shall be new. Iron or steel material shall be galvanized except as hereinafter provided. Imperfectly galvanized material, or r material upon which serious abrasions of galvanizing occur,will not acceptable. All accessories shall be free of sharp edges. All welded members to be galvanized after welding in single piece. The base material for the manufacture of the steel pipes used for posts,braces, and gate frames to shall conform to the requirements of ASTM Designation A53/A53M except the weight of tolerance on tubular posts shall be applied as provided below. to H:\DIVISION.S\UTI LITIES.S\WATER\RICnSpringbrook Springs\2002-258-withGate.doc\RLM\tb No All posts,braces, and gate frames shall be hot-dipped galvanized. They shall have a minimum average of 1.8 oz. Zinc coating per square foot of surface area, with no individual test below 1.6 oz. Zinc coating per square foot of surface area. In the case of members made from pipe,this 1W area is defined as the total area inside and outside. A Sample for computing the average of weight of coating is defined as a 12-inch piece cut from each end of the galvanized member. Fittings, attachments and hardware shall be galvanized in accordance with the requirements of ASTM Designation A 153. Other materials shall be galvanized as specified hereinafter. All fence materials shall be manufactured in the United States. Fabric All chain link fabric shall consist of commercial quality steel wire woven into an approximately two(2) inch uniform diamond mesh. The fabric shall be nine (9)gauge hot dipped galvanized steel wire conforming to ASTM A 392(0.148 inch diameter)for Type 1 fence per Section 9- 16.1(7), 8' 0"height, knuckled selvage on the top and bottom. so End Posts Post shall be 2-inch I.D.,hot-dipped galvanized steel pipe with nominal weight of 3.65 pounds per linear foot as specified in Section 9-16.7(2). Line Post Line Post shall be 2-inch I.D., hot-dipped galvanized steel pipe with nominal weight of 3.65 pounds per linear foot as specified in Section 9-16.7(2). Top Rail Top rail shall pass through the tops of the line posts forming a continuous brace from end to end of the complete stretch of fence. Lengths of tubular top rail shall be joined by sleeve couplings. Top rails shall be securely fastened to posts by press steel fittings. Couplings for tubular top rail shall be outside sleeve type and at least seven(7)inches long. Zinc Coated Steel Fittings ar Miscellaneous steel fittings and hardware shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength, and other properties,to provide a balanced design when used in conjunction with fabric,posts, and wires of the qualities specified herein. The weight of zinc coating on below listed steel fitting shall be 1.2 ounces per square foot. Caps All posts for chain link fence shall be fitted with an approved galvanized pressed steel or aluminum cap on each post. Tension Bars Hot-dipped galvanized steel bars shall be not less the 3/16"x 3/a"and equivalent to fabric height. Bars are to be threaded through fabric and attached to posts by means of tension bands spaced not to exceed 14 inches. One bar shall provide for each end post. 1ASpringbrook Springs\rneasure-payment.doc\RLM\tb Page 2 II W go to Hot-Dipped Galvanized Steel Tension Bands Hot-dipped galvanized steel tension bands shall be provided with tension bars at each end post. These bands shall be of flat steel 1/8"x3/4". Spacing on post shall be at no more than 14" intervals. Brace Bands Galvanized steel brace bands shall be provided where top rail or bracing is required on each end post. These bands shall be securely fastened to posts and used with a rail-end. Bands shall be of 1/8"x F flat steel. trr Rail Ends Galvanized rail-ends shall be provided with each brace band where bracing is required. +rr Ties or Clips Ties or clips shall be provided for attaching chain link fabric to line posts at intervals of not more than 14 inches. Ties may be(9) gauge aluminum meeting the requirements of ASTM B 211 or (9)gage wire meeting the requirements of AAHTO M 279. Galvanizing shall be Class 3. Tension Wires This reinforcing wire shall be (7)gauge coil spring wire and shall have zinc coating of not less the 0.80 ounces per square foot. Galvanized 9 gauge hop rings shall be provided for attaching tension wire to fabric at intervals not exceeding 14 inches. Tension wire is required along bottom of fabric. rr Barbed-Wire Supporting Arms Barbed wire supporting arms, when specified to be furnished, shall be at an angle of approximately 45 degrees within the City of Renton property line, and shall be fitted with clips or other means for attaching three lines of barbed-wire. The top outside wire shall be approximately 12 inches horizontally from the City of Renton property fence line and the other wires spaced uniformly between the top of the fence fabric and the outside barbed wire. Barbed-Wire Barbed-wire shall conform to the requirements of AASHTO M 280, Class 3 and shall consist of three(3) strands of(12.5)gauge wire with(14)gauge four(4)point barbs space approximately five(5) inches apart. All wire shall be zinc coated with a minimum coating of.95 ounces per square foot of surface area on (12.5) gauge wire. Installation Standards Line posts shall be spaced at not more than ten(10)foot intervals, plumbed,in line and placed in a vertical position. All posts are to be set in concrete. Tubular posts are to be provided with cap. IASpringbrook Springs\measure-payment.doc\RLM\tb Page 3 w .r Fabric to be attached to line posts with 11 gauge galvanized steel or nine(9)-gauge aluminum ties space at not more than 14 inch intervals. Terminal and end posts shall be plumbed in a vertical position. All posts are to be set in concrete. Tension bands and bars are to be provided at each terminal, and two bands and bars for pull and corner posts. Bands spaced on posts at intervals of not more than 14 inches. A corner post is required when line of fence direction changes 30 degrees or more. Posts are used to facilitate stretching in long runs of fence and abrupt changes in grade line. Diameter of Hole Depth of Hole Post Embedment Height of Fabric Post 12" 36" 36" 8' Line 12" 36" 36" 8' Terminal Note: Where rock conditions exist,post setting to be determined by City Inspector. Concrete to be 2,000 psi,5 sack mix, and crown all posts to shed water. Fabric to be stretched tight,approximately one(1)above the ground, from terminal posts and shall be fastened on to the City of Renton side of line posts by ties spaced at intervals of not more than 14 inches and 14 inches for top rail. The fabric shall be cut and fastened to each terminal post independently by tension bar with bands. The tension wire shall be fastened by means of hog rings spaced approximately 14 inches apart. Fabric rolls to be joined by a single strand of fabric woven in to form a continuous fence line. Fabrication and installation of materials furnished and installed under these specifications shall be first class and show careful,finished workmanship in all respects and are subject to final approval and acceptance by the owner. Fence Perimeter Signs Final perimeter fencing(either partial or full perimeter fence) shall be signed with signs on every fence face or spaced at 300-feet interval; which ever is a shorter distance. Fence shall read "Authorized Personnel Only, Keep Out." Signs shall be polyethylene construction at a minimum of t/4"thick. Font shall be readable from 100'. The owner shall provide all fence signage. Signs shall be permanently attached so that they cannot be removed by hand and placed approximately 4' above the ground elevation where the sign is located. »Ili IASpringbrook Springs measure-payment.doc\RLM\tb Page 4 trr MEASUREMENT AND PAYMENT wr Bid Item 1 —Mobilization and Demobilization 40 This bid item shall provide compensation for costs incurred by the Contractor for moving equipment to the job site, securing suitable storage areas,providing a field office, if desired, providing sanitary facilities for the workmen,rotating equipment during the project, and rrr removing all equipment and facilities from the project area upon completion. The lump sum for mobilization shall be full compensation for all labor and equipment, and all other costs necessary for the Contractor to perform mobilization as specified. Due to limited to access, materials on site shall be delivered by necessary means other than motorized vehicle. Partial payment for this item will be paid only when the owner determines that sufficient progress of the project warrants such payment. 50% of this pay item shall be paid for mobilization and ■. 50% shall be paid for demobilization. Bid Item 2-Fence Clearing and Grubbing Removal The Contractor shall clear the new fence area,from the City Watershed property line and to six (6)feet inside where the topography allows. This swath of cleared trees and brush shall be limited to City property only. While no debris of any kind shall be deposited in any stream,or on roadways, tree trimmings, logs and brush may be disposed on-site in areas designated by the engineer. No burying allowed. Ornamental and danger trees within the clearing limits shall be removed. Clearing,grubbing and tree removal shall be measured by the linear foot of new fencing. The unit price per linear foot shall be full compensation for furnishing all labor and equipment for removal of brush, trees, debris, stumps,ornamental and danger trees,rockeries, and retaining walls. No separate payment will be made for brush, danger or ornamental tree removal. r Bid Item 3-Chain Link Fence The unit bid price per linear foot shall constitute complete compensation for all labor, materials, fittings, tools and equipment for complete installation of the chain link fence and barbed wire as specified. Perimeter signage shall be considered incidental to fence installation. Bid Item 4- 6 ft.Wide Chain Link Gate The unit bid price per each shall constitute complete compensation for all labor,materials, fittings, tools and equipment for complete installation of the chain link gate and barbed wire as specified.. rrr 1ASpringbrook Springs\measure-payment.doc\RLM\tb Page 5 tw ................!-�. .......... ............... ...............W. - / �������������� . ................ �����������'\ .. ..............?�. �-:.%.............. ............ .............. ............... ............ ............. � ) �$ ■ - ------ --- M.F. .............. ............... ............ ............ ROD MUST EXTEND 4"-6" INTO THE GUIDE TUBE, SEE TOP HINGE DETAIL THIS SHEET 180* SWING MAXIMUM CAP MAXIMUM GAP�':;- 3" (TYP.) 1 2" BOTTOM HINGE 180' SWING - 20' 20' SWING GATE DETAIL NOT TO SCALE FENCING ROD FENCING GUIDE TUBE FOR ROD SUPPLIED BY 4"-6" FENCING MANUFACTURER GUIDE TUBE DETAIL NOT TO SCALE N N O ow 0 O a •n ly eOt N a w g- e o - - - J u �"I C -$ O O � 04 p W Q U �c O p n ow o u C. , I- L • v ._ � N E 7 - > c - n - � 'D �r [ a• c C, o O - v C G d�G• O¢V C 0 C o c 4 2 O- C S J J n- �a _ d L -- 4 C 2 CL as U i - > O j s .n r • - a• D r r - _ a od c � ✓ a " c 0 C � E a• - r ` ¢ a e I ` • d - C•- O - O •� c� \ \ y d a - low E w 0 u-C D C + - G i n u E n t G - - - - G a a L ¢ - o - a ar _ 0- c % o.. � p O • W -K = a v d co 1 C) m m cc _ Y W LL L_L o w o i L1 = was Z - 0 s • i ' O G L N U _ W LO � t o 44w C Q {Q O 6 m a. - LEI � - 0 r Z t/S t O N C - x x x cr CL O d � = s 0 r O CL CL J O J Cc -0 as W a 2 .l r ~ N N O c co v O ww ¢ O 6.2 \ \ \ l Z a W a FT aw ow U, A 00 .. w ° yo LLJ 0 zj AzCA� �a.1 J U O O it!'.- a— z ► c 0 f 91 saaltl — .9 I W c o°°: OFF v 'h /\ Z o err No rr 1 1 1 o. YV Y� O em K c No 1 o �u u • d a7 W 0 I .91 to Y 1 g , I I �r. • • as m 9 9 b sad[l b — • Xh aw N' 9' -91 g _€ gm � OI NO .is°.S �m h n II sw - L zw n I ¢ w Gi a C cl, ¢ V) ¢' who e Li E C) ui > L y � iC2=-t5-w Z _> CE wo ai W>,< zwa� w w t/r r- u'9 00 2 tw w w C I CO CY 41 Cn q q q q q Q q q II5 ? i h ' W H °c LLJ o cr, = 1= 4.7 V)0('�,' Z C)"- �°1 »,Z ! w w Cf1 tJ'S QQ,,, 9 N - CL w F- CJ o o L = P:4-=afI� = C3 w a �'" "•tee Q 0°-' wry 3 CL 3' � 4.. � tC M��U)Ca �w.. r -q Ci' t,"ll N J w o ';�^ai � f- h=- W_ J C7 •- v- �, M q M1 n Z t� ul a Ul a Gn < (A C)Z w d w F- � � C5 A c Ci 0 �- c C1 c q � ' P+3 cn a w Z t.n r° � C p=-. i.i i-r=>7 �Z W N n CC U°;� F- Q. a°° �W 0 „7 f j rrr, O o W wl� :E Lr)(A LLJ a te �7 en uS � fr�4 �+t �r <Z}°w D a L'i Z = m L"L-1 w d H C.�F=- Ln Z F v) qp `- P"° r°" N5 W} M i+"} ^° '.� J h 43 Imo-M=-'a iwjy Z Cg a - t w� i 0 D Z x -i Li CD �r s c►s ' w r w- w � � CL x- `y r O UJ OD 00 0 J CL ° o a Y I vs w� a o L� �,�°° N c*r w 0 co � 0s 01 0 � q w ° a o w re O0 W N LLJ w w cco , w I w. CC C sn U a- *- ,- •- w 0 0 w q a)a) rn w LLir� c s w C7 l!Gn C� O L CLI C7 w { g/ y } { r� {{/y C�3 \ ®J ? w - z �, x Q r 9 J 9 -9 J J J � � J J �J � � U) � � 4wlE r � Q u7 u3 CL. �G o l/1 CNJ CZ) o Ewa} Of a C�W" 0 CL CL $ 0- < y- t w q 9� 0 N c.7 Cc ZOO-V) Ca u r- > a Un o n z o J w o C� �C < eC A CL m m q! IL 11 CL 0 0 h � r s L•v N G)Ln r.... Lo o - w" G:a � V) ca cJ L) cJ � < '<. "`'�. GL !- �°' Q ° F- as 0 0 0-L€.7 C)w a wo- wzc`nnar-- ¢ 0z)w W a ca , a WUj m C�dd a wry -�Y �wzCLZC�w-' r wt�n q w L�r rte- w 5o �r Cyai w- t a � wL ° z CL <t ° z z Cfzz m L cn Q u = q ca d.. to C7 Q°_ o c�r r \zu-C7orn cn a M wc_7w � V) a a E.. . a, a a. a r: wMw < I- � °� C2Zw \ c> � r- r;� -r U -� w a it a` �' a a a 4 � cr, w q J C� ( ? _ � o ct a - U o -v a- - Q crs rri w w w cn -_ w Ly , �,o z r,L- p Z i�a q q q q a tF r o CL U7 t� c� ca M L)cn cn ua� Z o w a w z L J Qr F' C q q q q q a C s 0 Lc. C� z vs �- CL 0 c7 D � � q w w � q o z W a a a a z o J to < z U QC Z w w- = CL C7 0 0 W! � � .. q .. � Cd5 L� Li to w 3• 0. < I-, } V7 C j...1 jE r z zz- aa trr > ? U ffi • . e . ua J t� C� u, 3 Cr CL > c a L a a cv r� cv c� c�a iv _ L)q < W cr q q q J x x x a o z z<z ° ICY - o w. o-r,a� Z 0 _w r � © > _.,L w "� ... *. ",, , n C3 � C.7 q q F crz� > o z w o o Lr� z w a a w o ( en u' u s p- - Ln - ,- Lts u s Lrs °1 cn ' cs v `�- ti r-w< con a � r � w w ®r F- C� w CL ct cc� o w c a U M L) z a tl tl > >- >- . C] 0 0 0 a c� q C� h- � � r W CC � A,. CL � m� w w C5 7 ca cr zu7ow z e, = `��w� z z gtM6 r z z a XLj - '°°J Li :2 w mcLarJ w <�, L. U. 11 C� �-, .- �. ,�, W} cC °°zoo w r � LLJ Ln g q q q C3 q q q g q q q 0 q tJ t 3 cV us t3 ¢� � z �°woJoma � 1 (� w w w L� w w W w �, CA C". t; L� Lt L� w q W a oUJa � rr W O C z w a L- L,<F- o Q U) I L` c� ®r< C ��J c n c� C/7' vi a > caw i - W1 W c ►� c� L� Ls ca ca a- a o a w ui � LjpoO � wH- zz[ clw :� <t C3 w w C S _ q w Wi � w z W Co 2: � © I Li U C> ® a cn LL LOi> w 0<ct ®- C°7 � _ CL y a Lj = C>a Z C7a p < I® C), -m���--a ? z � w crr a rn ra- _.,mom � ma �a O m a m_ 'b1°t °M°N 3t'El J0 3NIl 1S _ ■ r 0t0 t'�y �- ■ EAST UNE S.W. 1/ , 2100 9l/C Ol trS'�'LZl M„tO,bZ,005 �` ((ry” C)) iZE)p p_q� tt' ry72 t' tr� tzs � � 147,87 R.W. 1�4. 5 2-5, .. qy} "0 k'f ) IYi„C.T..,Y.ZV 4.o5 � �”` �~ S4 ` ' "�,Af ' {pryry, s"^°e L t ■ V Cry 94 'F"r -us cr cD a 0 t= rp WOO t w } SF�3W tS'05Z 3,,29,22»OON ■ _ tS' ,8L'OBZ 3a,tO, Z»OON) Z'9£+Gt q o�ti -,t^ Alb --- „tO,trZ»OOS r ¢ ® 27+60»0 ® »".3. - -- -� �.. r 2'00 t ^� �i LL! q LLJ � I Li. 26+90.0 0 � •, Z C j -J �jCJ 2� e ° Ln \ j 2 16 o w &4 ct \ xx Z »W LL.t 25+80.0 b \ \ _ P= < w s v 299 ® N Z �� y zw W' Q 2 W ua t 4J 4J Clo t wz- J C7 C�� My t� 24+80.0 / 969 OZ--, F . .,- /`. 00 Ld C. F 9°99+ v LLJ N Q x +69. r h --- LL- i W Lit C.3 W 22+73.5 C3 cv .� L z T J CttW U 22+03.5 Ld ' 9 ® ON C� CL 0 L9+ � �vcv F- ® J 21+33.5 C9 £ w IiE�i ZCL / a ° = W q �* tcJ ra "� c o C11 20+83.5 .� w _ P4 D LLJ C aC OL 0/ -� Ln C � 19+73.5 Li LU W ov ��`r La1b� e �C�GS �. a w cr 19+07»5 w CIL c; CL LLI ui I- i � a w - tt Uj 04 18+03.5 I ■ ® t- + + 17+13,5 _ F _ W U7 CL -a M„tO,trZ.00S - �ZZ°-5 ®s�/l IIA`C C�7 W t� n �- _ ■ �/E `AA`N 3141 .40 3 n 1S3M 11,00 L;n w -- � its In t9` B t M„IO, Z.00S !'8 ,£6°Z6Z l _ '" co >-c �5 c"rsv N,,6 Ls Z°9L+Z C ■ C.3 q Go .0 C, 0 L FLj Z� w _u i