Loading...
HomeMy WebLinkAboutContract 4 R t .t tr,4 4=tea j a } t Y d' '' ,r.'"� - 5 #. " u5 4+ f ..^ g9+_ p' b z+ 'dF a s:. '. c ,r✓ +y'. `' -u,� ;+' s V1'�` a �+ 1^.•. ��L-c�� a3� � ��.� 4 a � �E :x �r� '� _ � � ,� T•.. �� i ��" a,x ., a d k:t•�,y7 .',fix "f y,e: yr,1�"Y.s k?e z��a''+ �yf #Y ggg VZV OW, a Iff r: \Y;t �,.?. cArx ? + r +,a.y t r't t s # ': ,ii, '� �6 <' IM�sF �` � J��� *�� " pf�# � � �{✓' � t ,,fs �A' 4 'r�^*,� dfi't `� "'a'�'r� %M� �x,� l` i•hx $+. z '7 ,f' ,.`'`._::.: :,�vd 1„�.�r :;' ,��, �`�3" t s� `` :.-F' Y � `3 �' �✓'`�� ff t;� ^`#ra rg,.�; `.A '`�, ��F .� &t � �^ d'#e �.� ,�. ter,, " s t'n; � �' •. ,r �:' �t a � `� ��: ,�?' ��5;,� r.�, w', $XIM ?: , '+ x UN `a�' �„?. 4 fi r 7: YR. 'ss. r x" ''? •�` ?a;+ #�.'. * �x , �" =@3 3z ,.'r' '. ,i?v' ,r `x,,+z , V s WIT ON,milk Y •� <�: Yrv� � ,t, w�e�`#x't' t�d` � �'rF'���t� s` ..�+d:` "�.+ tv .ik� ., �::`><y'�s d�. "�' �x 7� "� .�^�,�� ��� �=� £ T„a,.�` ���`" r-y= h _#�''L�-' t d _ ,• 4n, °M.'.M ty si"..T ," "u",tAS a,..!•:� ?� St " sY,r a -x'h Y �.y si'�^# krY ,G•, x,, + '' ..�.a R �,f 4 t`a 3 `: ,a 3 zxa�} `"G:C:•'" 3 'z l?' E -� ,:_ ,rs .r#-? ^Y "�s' .a5""4mKx•. .t .: tl� '�,�rr as , ;:t� .. ',. a. F E'' ^a „,t'Cz-1. r �-,xs •= " f5 "I -1 "' t; _m ',.i. *e ,e zr a •": r� a --at ��y=`,` na.,:,�.` n' FY s7r7ii �+'" ; . ,+.,: 4a# Ys` f t. , ` 5 nn a :t =.4 'r$:` "' °s r';, :. .rg :.• -€u '.�R.r,� suE ti � •;, f3 ,X_,;.,n s i,«^~c_„�, p k a ass t 1 ?' fi +#X'"sea. ,� a•.. ,r r:€' �. ,a' f.: ! S {; Y`4 'e�, t 2q aes% �y�� x' E +rF,�. �"��, «, k ,,�,Xr?'� t ,k '+ `.��� ��� �;.X x>:•tr � �fra"�s�.�r,.�'� ti- � -s+ta ^> r ,x�a�""�*w �aT c�•a a�;� �k ;� ��„ +, � x�,: �i. l a u� ,?v-+.� Yp±.:., � > i�,' °° ,t! ,y`:"�`� t`"r Y” 6 "'�h} a ��4� •A'_ s is c r ' r as rt # �,„ z.#`Fa 2t �� .� "� �'i x t N ';fi:� '' t�-°+ ��t�` *rr 1 � �'ra,F'�,#'mss` ry.,� S � �,•,. t#rte.3 a` x'�,i^y ,t• �aeC.'t� F '�c`�. " N s1au +,- a `„k " 'a•=;-:,#5 f ,b -t"r.r+s, 5 tr, t c3�w r ` '' •. °,. �' ' ( ti'� a +� iw srri� W ,2 ZY"§ zk I- s.,:zrt�s s x:'^�`�'r te.^' s"�" F•k±`'. `{- ,; ,d ' "&*y `t mf� t ZR *�✓ ... t` ''.{ ''r a „ r, � f,f e� ° � `. ti? ;°a +x Vii" a x fi,. `4x +, xfi ,C' i} ! 's ., a t 7 ,{ 3 ;y r' k k of , a � + u' xF g+Y�r `p" * sa fi a'r m>arz r '� n<'1 ✓�. ar a',t`` ,.y. 4 tF y, h g Y ,P r+ ti 1 **. e iC.. r S 53^' f S ' j.f .4 .''x r`` 4 NSF^''..Y,. '? , Ni.' 4"••� F'*a+a; "x° }s „v; *` - >;v �,F ;.lz + :� ,'f`a p "^ Rr 17 .,,�+4 ,a;h:.� �3 .r � -.x,:,,, 7 t B+`•..�•-t x`� � ,gk + ( Z; a mF+xt w ^� �+. 2�.-� F �+ 'fi� r : .' +v �'sa''a",'` '' a_a a .'r-*`x aa`� "' s -..8,� =s;- a�»rP +±z >� r..r'f'Sv„` :,.\ 'E ,�, ,� 4�."szL.ry.-� xk �',�' .fir%FZ•'7 a.�- a a. � 'Y ,g, a r *„;s ` �a ,x L” �' { ✓ rsr k,; 'ya a.. ,.. .x 4. s fiiy^ .'tY' ,,a�• ? ;y t 1YSz`F.'�' X5'-r l % „` S,- a y is .A �.. 3 i z' ar? lT ,+a tz,, + ':r x, €�'9' rE+,' ' n �ys a� .:. rr,'vZ''� r fx; z r r ^x F ta^,: ytit'S E. 4f„ '#t` . . "S�Y,` r fi° ? "::�Y a,r�f+ �' a x,Srs� „ r e{,m. .,; tt ,h, n '��➢`*r. � ^ Nu �'1 #X?3'ah'€v•-,,v 1" Yya n gsy `!s 8" +, �,.ai'�sc e �' ?�.� , ,nos` ,.'r ores b� t s :; + y s}ar,Zz ,y z ; �', s � ... - s x'^ az::.rY~et ,? ,9 ��x P„3g ia •�;"�, r act x G z # q * a P h i rk;. rl, rs'v t -s rr E i t; - y''i � ti , 'sv h,. tt,}' ><r ,'„,, �i .> ' + 'iF:': " •;- �`�> ,t{?; aE y c %x s' r e 3x fir w $. � oyt skr ri Ak glf� s x �+•'� r "'F �`.: � t z ._ s < ,t.. r°�X. '� '�7 ��s� >”" - a is ��. + ;�° ',�.� jk c� � £.•1,;:?.�Z r�: .:,x4 ri`:.''#dzt r��:t-.: `+ra�4�a i7xa�`�' � 4�r n�-5 �' q 's , ` s� #� 4:", ,`��':�a` j�F�' s,, �+u=�v�... .ps Ss,'Pfr P Ei�vs` 8 -w� ��� �` i ��'+r#v r �`�•t`�" .r<+���r*s^. 'tr. 2 M 4'fi S "� � �; � f�'x��v t.. '�,.. { r`t '! ��" { %£ .,l ( •n � xt�!f`- q#„. r CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Higate Lift Station Elimination PROJECT NO. WWP-27-2109 July 2002 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS v '6 OR rr 0F WASy�� STS ,tee- x;; R 23166 1 rr. CITY OF RENTON 1055 South Grady Way Renton, WA 98055 aw ® Printed on Recycled Paper o WESTWATER CONSTRUCTION COMPANY rr EMERGENCY CONTACTS AND PHONE NUMBERS DON NEAL: PHONE: 253-631-2420 FAX: 253-639-9625 HOME PHONE: 206-631-1979 MOBILE: 206-730-5493 -------------------------------- TOM CAPLIS HOME OFFICE: 425-277-3137 HOME FAX: 425-254-8920 HOME: 425-271-6946 MOBILE: 206-730-5491 -------------------------------- DOUG NEAL: MOBILE: 206-730-9840 PATRICK CAPLIS: MOBILE: 206-730-5973 -------------------------------- BONDING AGENT: Dave Forsyth USI Northwest, Inc. 20415 72nd Avenue South Suite 300 Kent, WA 98032 r,. Ph: 206-695-3100 Fax: 253-867-5334 err r WESTWATER CONSTRUCTION COMPANY 31833 Kent-Black Diamond Road Ph: 253-631-2420 Aubum,WA 98092 Fax:253-639-9625 irr MINUTES OF MEETING OF DIRECTORS OF WESTWATER CONSTRUCTION COMPANY �r A meeting of the Board of Directors was held on September 9, 2002. All members of the Board of Directors were present at the meeting,those members being Donald A. Neal and Thomas J. Capiis. The following resolution came before the Board and the Board unanimously passed same: BE IT RESOLVED,that,the persons listed below have authority to sign contracts on behalf of Westwater Construction Company in accordance with Article XIII of the bylaws of said corporation. The signature of each person so authorized appears next to his or her name. Donald A. Neal, President Thomas J. Capiis, Vice President There being no further business to come before the board of directors, the meeting was adjoumed. Donald A. Neal, Chairman +■ Attest: Thomas J. Caplis, S creta +rr rrr IN 10 aw REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL t REGI ST. # EXP. DATE CC01 WESTWCC110KD 07/01/2003 EFFECTIVE DATE 05/04/1989 WESTWATER CONSTRUCTION COMPANY } 31833 KENT BLACK DIAMOND RD AUBURN WA 98002 nj err rr This is a true co t of the original document. Thomas J. Ca is, Vice President-Secretary Westwater Construction Company rr ■r +rr wr aw ft 06 CITY OF RENTON •• WWP-27-2109 Higate Lift Station Elimination 40 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy me Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Im Instructions to Bidders Call for Bids *Bid Bond Form r *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 ..w Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications WSDOT Amendments ,,, Special Provisions Standard Plans Geo-Technical Report 40 Regulatory Agency's Permits Documents marked as follows must be submitted at the time noted and must be executed by the Aw 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. �w * Submit with Bid ❖ Submit at Notice of Award CITY OF RENTON ap Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 4W a .r \\CENTRAL\SYS2\DEPTS\PBPW\DIVISION.S\UTILITIE.S\WASTE.WTR\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb rr w CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and we 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. 00 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. w CONCURRED IN by the City Council of the City of RENTON,Washington, this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL.: ,Nfayor Council President Attest: r� \ City Cler c:South KemonBIDSPEOMAB rr • CITY OF RENTON SUMMARY OFAA H1tICANS WITH DISABLLITIES ACT POLICY r 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 w employment opportunity to persons with disabilities,-when the City of Renton can reasonably accommodate the disability. This policy shall be basal on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City am of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as 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 thd Americans.With Disabilities Act and other applicable laws and regulations. (2) COOPERATION,WITH HUMAN RIGHTS ORGANIZATTONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for *persons with. disabilities in employment and receipt.of City services,activities and programs. (3) . AMERICANS WITH DISABILITIES ACT-POLICY- Me-City'of Renton Americans With Disabilities Act Policy will-be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the'duty of all City officials and'employees to carry out the- policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION = Contractors, subcontractors, consultants and suppliers conducting business with-the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities-and programs for people with disabilities. . Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. w CITY OF RENTON RENTON CITY COUNCIL: rir Mayor , Council President - vs Attest: j +wr City Clerk rr w do CITY OF RENTON ,o WWP-27-2109 Higate Lift Station Elimination SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Furnish and install approximately 1044 linear feet of 8-inch PVC sewer pipe including construction of 2 new 48-inch manholes, connections to the existing City sewer system and associated road and landscape restoration. Approximately 800 linear feet of the pipe will be in a Class 2 Wetland with excavations ranging from 6 feet deep to 15 feet deep. The work shall also include abandonment of the existing Higate Sewer Lift Station, and restoration of public and private properties to their original condition. ®w 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 it will be allowed for the completion of this project. me ON ow �w r�r 1W H:\File Sys\WWP-WasteWater\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb 46 N 30TH ST U—LD aw 2,7rH ST Zi 7. NE 20TH lw - NE 12TH Dui PARK VICINITY MAP r INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. Igo 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. I" No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 40 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. +wr 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 IMP 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 No as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. err 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. go 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. aw 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 *W 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 it fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. up 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. go 11. Payment for this work will be made in Cash Warrants. ,w 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. to \\CENTRAL\SYS2\DEPTS\PBPW\DIVISION.S\UTILITIE.S\WASTE.WTR\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb to W 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction a„ schedule for the project. 14. Before starting work under this contract, Contractor is required to supply information to the City of Renton on all wr 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" am 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. to 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The No 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. to 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. +w 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, to any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other ON contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages +w In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or 4W be alleged to exist,between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates is included within these specifications under section titled ow "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance 40 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 to \\CENTRAL\SYS2\DEPTS\PBPW\DIVISION.S\UTILITIE.S\WASTE.WTR\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb 1W No comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Transportation Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall ` control and guide all activities within this project whether referred to directly, paragraph b Yparagraph, or not. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and ""� "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. an B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 22. A soils investigation has been performed for this project and is included within this document. The rw 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. 23. The provisions of the Washington State Department of Fish and Wildlife Hydraulic Project Approval and the Department of the Army, Seattle District, Corps of Engineers Permit 2000-4-00377 are a part of the contract documents and as such the Contractor shall familiarize and comply with the permit requirements. 24. 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'? •r► Has bid bond or certified check been enclosed? • Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? +rr • Has the proposal been properly signed? • Have you bid on ALL ITEMS? • Have you reviewed the Prevailing Wage requirements? �r Have you certified receipt of addenda, if any? \\CENTRAL\SYS2\DEPTS\PBPW\DIVISION.S\UTILITIE.S\WASTE.WTR\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb d w CITY OF RENTON HIGATE LIFT STATION ELIMINATION WWP-27-2109 CALL FOR BIDS Sealed bids will be received until 2:30 p.m. September 3, 2002 at the City Clerk's office and will be opened and publicly read in conference room 511 on the 5"' floor, Renton City Hall, 1055 South Grady Way. The work to be performed within thiry (30) working days from the date of commencement under this contract shall include,but not be limited to: it Furnish and install approximately 1044 linear feet of 8-inch PVC sewer pipe including construction of 2 new 48-inch manholes, connections to the existing City sewer system and associated road and landscape restoration. Approximately 800 linear feet of the pipe will be in a Class 2 Wetland with excavations ranging from 6 feet deep to 15 feet deep. The work shall also include abandonment of the as existing Higate Sewer Lift Station, and restoration of public and private properties to their original condition. f„ 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 IN 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. No telephone orders will be accepted. No Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, io Renton,WA 98055 or(425)430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must No accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. go 11 oQz&,,� Bonnie L Walton, City Clerk to Published: Daily Journal of Commerce August 20,2002 Daily Journal of Commerce August 27, 2002 07_call.doc\ Mr w im BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of m $ 5% o f Total Bid Amt. which amount is not less than five percent of the total bid. Westwater Construction Company Sign here ter Know All Men by These Presents: to That we, Westwater Construction Company , as Principal, and Insurance Company of the West as Surety, are held and firmly bound unto the City of Renton,. as Obligee,in the penal sum of Five Percent of Total Bid Amount - Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Hizate Lift Station Elimination according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said im proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the in penal amount of the deposit specified in the call for bids,then this obligation shall be null and void;otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,the amount of this bond. im SIGNED,SEALED AND DATED THIS 30th DAY OF August _,20_ 02. Westwater Co ruc -on pany B Principal r Insurance Company g the West Surety 11ol ly Ul fers, Attorney-i n-Fact it Received return of deposit in the sum of$ err► irr \\CENTRAL\SYS2\DEPTS\PBPW\DIVISION.SIUTILITIE.S\WASTE.WTR\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb ww ICW GROUP No. 0004272 Power of Attorney Insurance Company of the West w The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies'),do hereby appoint HOLLY ULFERS,DAVID J.FORSYTH,STEVEN W.PALMER,GERALDINE C.STEWART,MARY A.DOBBS their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. IN WITNESS WHEREOF,the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January,2001. °°M►�ro„r `Q vvcug4d '� INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY gEpL INDEPENDENCE CASUALTY AND SURETY COMPANY a John H.Craig,Assistant Secretary John L.Hannum,Executive Vice President State of California County of San Diego } SS. On January 16,2001,before me,Norma Porter,Notary Public,personally appeared John L.Hannum and John H.Craig,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. NORMA PORTER .- COMM.#1257590 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY My Commission Expires MARCH 19,2004 Norma Porter,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and sen-1s,and such.facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,The Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this 30th day of Alu g U S t 2002 6 John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. rr CITY OF RENTON WWP-27-2109 rr HIGATE LIFT STATION ELIMINATION PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) 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, 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. kO 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, ib 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 bo aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM ire 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/envrmtal/envirpol/bh 6 as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of idder Firm / Y�r Pri Name, Z /-04' " f Signature Address: Names of Members of Partnership: L7A Q80rV� (fir OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at wu iole ! Subscribed and sworn to before me on this �� day of=I-/, 2 C - ' .LY1 Notary Public in and for the State o Washington y r,S �f � /f// C-�✓✓/t Notary (Print) � �f My appointment expires: 6-/✓�"�� Morms/envrmtal/envirpol/bh CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES HIGATE LIFT STATION ELIMINATION (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.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. lim 001. 1 Mobilization & Demobilization �pDDD. 40Z>Lump Sum $ 7`j.,, /1i �f?i.✓��[.+�7h'f per Lump SfAM (words) figures 002. 1 Trench Excavation Safet ste s A9 !� Lump Sum $fidZ per Lump Sum (words) figures 003. 1 Survey�taking, As-BuiltsLump Sum $ _------- r per Lump Sum (words) figures 004. 1 Traffic Cont I S � .rdDD Lump Sum $ ;�,z° i�,ys�ail per Lump Sum (words) figures 005. 1 Tem op�ry Erosi /Sediment /��Yr i Lump Sum per Lump Sum (words) figures 006. 1 LLandsca e Restoratio s lV �Lump Sum /'5 e&W uYS�.�✓� �� per Lump Sum (words) figures im 007. 1,044 TV Inspection of S, � wers Linear Foot $ � �Sg'� per Linear Foot (words) figures 66 008. 1,044 8" PVC Seer Pie Linear Foot $ G `i // �`f DD /9ZD9� oa per Linear Foot Cords figures 009. 2 48" Sanitary S p wer Wnhole Each $` i�Ge .?��.✓Jt./� ` ��°'►'l per Each (words) figures 010. 3 Connect ew Se to Existing Sewer Facility AD DD 3DDD Ql� Each $ //�C� iIYJ�Z�� -- ---. figures per Each (words) 011. 620 Removal-and Replacement / uit ble Foundation ,� Ton $ �7�G /��f ----- per Ton (words) figures 012. 700 Se Im orte Trenc Backfil ,? p0 Ton $ cC 0 figures per Ton (words) tr Page 1 r CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES HIGATE LIFT STATION ELIMINATION (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.) kw TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT F NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 203 Asphalt Clas B Patch Inc. C O 013. Sq. Yard $ T o ire- ' l�i�s per SquareYard (words) figures 014. 1 Replace Pavement arkings and Traffic Buttons r Dl� low Lump Sum $ /`�� ''�► �c� ���per Lump Sum (words) figures 015. 1 Abandon Existing Hi ate Lift St Lump Sum $ �i ,vs/.✓.J� �'s' per L mp Sum (words) figures 3�'� 5 • a 8.8% Sales Tax 6� Total 3yZ OZZ. 5� to wr Y�r I�r �r Page 2 CITY OF RENTON v1`tY O� • v FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE L Westwater Construction Company hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of Westwater Construction Company to offer equal (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. II Westwater Construction Company complies with all applicable (Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. II. When applicable, Westwater Construction Company will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Donald A. Neal Print Agent/Representative's Name President Print Agent/Representative's Title Agent/Representative's Signature S tember 6 2002 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. Contracts other than Federal-Aid FHWA CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this lQ day of 20��2 . by and between THE CITY OF RENTON, Washin on a municipal corporation f the State of Washington, hereinafter referred to as "CITY" and �OmWeinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within thirty [301 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 CAG-02-151 for improvement by construction and installation of. Higate Lift Station Elimination. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications,including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications,if any H:\File Sys\WWP-WasteWater\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb Contracts other than Federal-Aid FHWA 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made,this Contract, shall,upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials,machinery,appliances,equipment,plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall,without fault on its part,be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. H:\File Sys\WWP-WasteWater\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb Contracts other than Federal-Aid FHWA 6) Any notice from one party to the other party under the Contract shall be in writing and shall be 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 r Contract final execution, and shall complete the full performance of the Contract not later than thirty 1301 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. 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. L H:\File Sys\WWP-WasteWater\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb L Contracts other than Federal-Aid FHWA 11) The total amount of this contract is the sum of_$ 342,022.59 numbers Three hundred forty two thousand twenty two dollars and fifty nine cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "General Requirements" and this Contract Document. 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. ONTRACTOR CITY OF ON Cif%� ^' � President/Pkfta6a5m Donald A. Neal Mafof ATTEST -Secretary Thomas J. Caplis City Clerk dba Westwatier Construction Company Firm Name click one 13 Individual 13 Partnership ® Corporation Incorporated in Washington 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. HAFile Sys\WWP-WasteWater\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb r Bond #1884044 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned West-water Construction Company as principal, and Insurance Company of- the West corporation organized and existing under the laws of the State of Cal i fornid 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 $342,022.59 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 ,2002. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-02-151 providing for construction of Hieate Lift Station Elimination. the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Westwater Construction Company Insurance Company of the West Princi al Surety Signature Donald A. Neal Signature Holly U l f e r s President _ _ Attorney-in-Fact Title . Title Approved by Larry Warren 2/14/92 HAFile Sys\WWP-WasteWater\WWP-27-2109 Higate Lift Station Elimination\BIDSPEC.DOC\JDH\tb No. 0004272 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies'),do hereby appoint HOLLY ULFERS,DAVID J.FORSYTH,STEVEN W.PALMER,GERALDINE C.STEWART,MARY A.DOBBS their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. IN WITNESS WHEREOF,the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January,2001. a O�purf�„r 11tou 4 5 ' INSURANCE COMPANY OF THE WEST 3��opPOSir�o THE EXPLORER INSURANCE COMPANY o SEAL_ � �, INDEPENDENCE CASUALTY AND SURETY COMPANY rctiweY qt t.`� � John H.Craig,Assistant Secretary John L.Hannum,Executive Vice President State of California County of San Diego Ss. On January 16,2001,before me,Norma Porter,Notary Public,personally appeared John L.Hannum and John H.Craig,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. NORMA PORTER COMM.#1257540 p NOTARY PUBLIC-CALIFORNIA v SAN mss COUNTY � My Commission Expires MARCH i9,2004 Norma Porter,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attorney(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying. CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,The Explorer Insurance Comparry,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this day of September 2 9 0 Y1r John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached. For infomtation or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. r wl Client#: 22409 WESTWCON DATE .4COR�„ CERTIFICATE OF LIABILITY INSURANCE 09/09/02Y' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 'JSI Northwest ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR !0415 72nd Ave. S.,Ste 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. �ent,WA 98032 e 695.3100 INSURERS AFFORDING COVERAGE 2106 NSURED INSURER A: United National Insurance Company r Westwater Construction Company INSURER B: North Pacific Insurance Company I31833 Kent-Black Diamond Rd SE INSURER C: National Surety Corp Auburn,WA 98092 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LIMITS .TR TYPE OF INSURANCE POLICY NUMBER DATE MWDD/YY DATE WDD/YY A GENERAL LIABILITY L7165493 07/01/02 07/01/03 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $5.�000 T CLAIMS MADE a OCCUR MED EXP(Any one person) $5,000 X W A Stop Gap PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIM IT APPLIES PER: PRODUCTS -COMP/OP AGG s2,000,000 POLICY X JEC LOC B AUTOMOBILE LIABILITY C11119058 07/01/02 07/01/03 COMBINED SINGLE LIMIT $1000000 T X ANY AUTO (Ea accident) , r ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) 7 X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ C EXCESS LIABILITY XEK00075736462 07/01/02 07/01/03 EACH OCCURRENCE $5 000 000 X OCCUR Ll CLAIMS MADE AGGREGATE $5,000,000 DEDUCTIBLE $ 7_ X RETENTION $10000 $ WC STATU- OTH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Higate Lift Station Elimination: CAG-02-151 Contract.The City of Renton is included as an Additional 7Re: Insured with respects their interest in the above project. Insurance is primary and non contributory.Waiver of Subrogation Applies. CERTIFICATE HOLDER AD DMONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF, THE ISSUING INSURER WILL IAIL45 DAYS WRITTEN Planning/Building Public Works Dept. NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT, 1055 South Grady Way G' Renton,WA 98055 AUTHORIZED RE V ) ACORD 25-S(7/97)1 of 2 #M56923 6AR 0 ACORD CORPORATION 1988 �� -� illl ,.� �r� � �.�v� �wro�'s�rirEt� irr 7 7 IMPORTANT 7 If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. A statement 7 on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate 7 holder in lieu of such endorsement(s). 7 DISCLAIMER 7 The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. T T T T T T T T T T T 4C0RD25-S(7/97)2 of 2 #M56923 ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy NumberL��' '3 issued by It#,74-M NG,fQn1tL_ Insurance Company, is amended to include the following terms and conditions as respects Contract Number CAG-02-151 issued by the City of Renton (OWNER). r" 1. ADDITIONAL INSURED. The OWNER, their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or(b)products and completed operations of the NAMED INSURED, or(c) premises owned, leased or used by the NAMED INSURED. ar 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other o` insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSUREDS scheduled underlying primary coverage. In either event, any other insurance it maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. W11 CSI r9�0. 11CUl�dC�01dd/�1`t3�?Q i ffer lll. w ow 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or ow brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the some manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have ow been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, aw voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and (b)the CONSULTANT. go 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. go 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. ho/PZ Date Authorized Represpntative Signature ow H:forms/envrmtal/envirpoUbh e • Y City of Renton Human Resources & Risk Management Department Insurance Information Form „ Contractor/Consultant: Project Number: Staff Contact: Certificate of Insurance indicates the coverages and limits specified in Yes ❑ No contract? If no, explain below: Is the Commercial General Liability policy form an ISO 1993 Yes ❑ No Occurrence Form or Equivalent? (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?*0 ❑ Yes No CGL General Aggregate provided on a "per project basis” (CG2503)?* Yes ❑ No Additional Insured wording provided?* Yes ❑ No All coverage on a primary basis and non-contributing basis?* Wl'll L!}10 Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Severability of Interest Clause (Cross Liability) applies? Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* jl Yes ❑ No * To be Shown on certificate of insurance A Not required if ISO Occurrence form is 1990 or earlier, may also be assumed under contract. AM BEST'S RATING FOR CARRIER: CGL Auto '+ Umb A Xy Professional r This questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. 1W a Agency/Broker CompJated By (Type or P ' t Name) Address Completed By (Signature) ' `t>eW'6 4X lC � ZGYa5 ��Dc� Name of person to contact Telephone number NOTE. THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE FOR EACH LINE OF COVERAGE i9 .tea 1 t o tp' -- »t,' ���". '�r ° �4'' .1 r, 3t;"s u„: A e;° y e � 4 ' t 4r r ? ,,x, 11€ x��� v a n - j y -. 'tP»'cv . " r q T, T{�, r da, " y�'.,--n-Q.". rr".``q kf` ��ptit h C s0.` P - P � s a t. .,. #�' 2f,nr�.f r t'r y'"'''` :;^rr ", Y'r k,}k 'S -a P" ,# 5 .'? : " d���S,�`° tr• a , ,. �'4 ,'- a `, > ,¢� x Y� #s '� r Y',>* �a 7 *.4ss s % ' *''' v�:,,s, s r ,€ %` '.' y' r °' `? �;.� fr ,% " -"Yv � �''; � tY:rk�S x Pis#.> ,,{,x „�, X_. 11 ", ,o.y, d *<: $ -n' MFR 4'�0 a, 'Sf'r` I R`•^" x`k '.r "F IN g nA+? +±�,. k. 3`E: ,*t 4 �,:.:i �, „''>,e� _,,�U i^ 'n. :td` 4,x ,g i� F '� 4'i. - ` t, "',Y x� j' 1'; R k4$ F r"f d A--L. I F'� 'Pr'' *rr ji a U+.^ r -Y�.,��,, .� .:.. y -�«� r�#;', 5 f, ,' 3n .;ryB „> a:ar n ,' )` 3,F'."� �' �,,;�t�, f, �� t^"' # ' r t ^�« `� �, r4. :% `sx�'s _ p y*�,.s" t .y a)'€°= ,:''� , ,' `'"` a„ ,� , %. �_'S� ° r 3 ,-p=c ,ax'M k .,4 .s.3, _' °}fit ny' r �h " a. '''r r ayg ey _' *:.�,`,,'u#r:ti €{ -,� s,si.y^'g,' ,' rt j t #.F3 ,r%:Si}•.� ik�.. y, S"` r I'll „p{:. �", Y, r�,r ,. x 7_,.. y,5 .w -Yq ' a..j ixer,,a n..L.;;x t y �,.. x 'S+ ,r'' l'" ., .- km # a # 1 a " ,•? `„r, rt P rY"� ? zk,....i a n � s 3"h}a '` r G .K .,� ,ry ,s s h 6,11 s3. r iX r ?n T �^,r,: I •;k `�: f"` M�v."'z. ,=A� .!;+ t. sr tr„� r R �:,x s r $ i i:: _ `.1 ;' r v Xl;.. �g} .,-"'. °-c- k x» {, - 2' r qg - k "'�e ,'" d i r-. S a t 9 a :4 '€ `4T ,x.' } r. ;,;, z >t `1e^ kX ! 11CA-1y,:p,r !r p {` k,; r., t 4 r<. r .,�r IN,..rT; �,,,>... +t - s :y*;,rte. ._; a, ' . pct;f,r" 3a'ttc�. `~r, r .z a;8Y s t'#trc fx .;,a" m.'�' '�. ,�`'I 1�Wr C 4c".,:."'�`t� i !o-'� ,� d`a?k: .t'p�.;q","'�I -`,r::.' rk r r�, r •4�:?P a„, i. rr ^': ' ',a�a`y �ji - ! u. A -t I' :CF. �'. �s @.{°'.Ztl�tw I _, 4 r"a f *, x.a}�a ��' ,� i,'e Y,. - 7 i t ^r*"`� Larw"', .�+` t''�'.s `'yn - ,nsz +rxs:,-ear 1 a k a e=�° t .y.�f +:Z d,r,` * C. } �. g.x ', ar r r- �,',# a? - a $ , t '`r a J ,a� `.f,, 111.i `eta"4 kp'C`asI'6 i- "'�rt f ., 'f5 $ f:i 4� >'k� k FiP�:. k?r� "y t,�"ify3'`"h'Tr FX"g 3 F�. ? ,�, e -t.Et€ S.{•�:',� ..­'i':-11 11 _t , �c y ri v t < s s ' >t ,.',r Vs r�.y w 6� '4`ni c A� ,.. r cs; +7-� },4'� • r s e .t Y £' �, . ', I 1 M; M�.s , y `X^,TU,I s • y } k „s"R`a 7rls` "� `+y 4,; z�::, x i r'# ,y„ , "`;kg-:: ; a hi Win 7 9 ¢ a , tr r,tq `� # " f y t v•' C, , „ t fi r . I . .x, . Ir 21 ". �'* FM y � �£r :a 1s s� zy Jq .f rt�<. s5 n. z x'„ r# �t �`sr :°�";Y�: ;`,� � Ya°k ui`�r" �, s r, €Au €v Fy. / ='f s ,} t f x ss r �L` 1 a. "`�S )� r yr. �' u - q�� 1. , , , "x # *n Y. `�'1 t` p�Xt Ft,.'''1•w Ys -",,'� .#Y E� P.:tz K ;:` i ,�'' t }� `Fi'.�5< {z,t #�aS ,'S"7�' fi x �uw,! r i - ':° �£ S"' "" iv. Js y?, t '. s"a ':': , r'.uf vxr >~;,Y „, IE',,'- ,s ,j - , ""� F + a` � �r`,i .v m�? '1�,,. y �i f '.�st 1 _-r v s*� fi ; 4 ' .+wnka P`y"x ka v k.,"� € fP t Br"+ '' :. , 'h' a z+ 1 ,K sn�w T 4t.. �tz s ;.fi 1"w. P}' '" a ' tt { r, "-Nb+<i` it F}='" t v- ' � ,i',xr ;•,' „�, s „ :,,s , v f� r s°^ �_r.=`}-' r / A ,,r�€,• zi .t^ �4.,x..^� }. #,: 7 �"*r'.: t°.`fix. s '` { € ' rP:' y� a ''s �...,=s +rti;. 3 ur .f`,'t.+9 .'t�:$'S m ,.rr 11 'k4 a•Yr'S i sr a' Y # ,' �- r,!•,- nssv M, �` xa'r ,, ;,. r `.^" d*s `,,�r s *x aP° 'sv'.' :, c,= 5 x a SF" t• ,5 a 1, >t ➢ xr '`Sa�y." 27 s.S..11 sr," F a � 5 »�. , i k r `�t� M y s :T w y t„,r r :m .� �, ti, I '+ '' r ,r �$ „V tt t�-;:.,','r s F"4 x, ;: u' d s l`x * "" a p, T '-i foe'" r,T ^`.•,r y ^ �xxi 'i,r �'. ,Mjpq+t¢::, .yx ss J Y a`}ra. «a'`,��. ::r 4 a^s'{ i s,a�}S .,F""=a'�t 'Y�,S L " x T Ss`a - 3, +F2, .. t 1,±,'�, � '. t-sr y 3 4- {P, ,;w :.,Ef' a'� r `Yy. r k k r iu', i a 's,w. z : § �` a" j°dnt{. Y t < a .,:7 v* ; "x ,9saf t,. ~w ` r`- .F- Y':`; ,y+- 1 a,»?• t f F as A # `.- �a r e 1 3y b Y ++y `!,-kg:. fi 73 4 ' tkZ Py, }.�Y�`/'#' P, y9§ ,11:x x,G 4r f h krtl t S r `P` ±.,�Nlt ,k"D b t�n 11 °t , �',s ., "14 ,--, k 'X11 k",��'„ ,tF'�� P *P}, L 6 .�}Pu�S r .,�� #�3 ,�„�^',?�' ��r,'��i 1 �_� G /8^"". !r 1 �;{ems' ,. f "� r �.� ''3 , -' `; ;%'L"fit a u, '4`� .a € t S ^; � a' + a 3 3.. `9 s -g 3 ';. "x :� e .l•' w ��* 3` a s, r ;:11-1 11 `k�,€ " +` 4e -r ti"s ...'"kF ,? A t Y r -s m«. * ?#4 +Ee a +� t '` rf a;r tiat*s., a , n. .N�z{r y x , �'ii`' r ,, `'t. ;� ^r¢ r $x � 'I � ",°Y`-, r� f �4 rr. Aa s�rc' Fn.`{,�y. + � rKk� °s'fff�f t �. m� � f a..r�,:-"r ''�.� i } �, q7T€ Y��3._ � � r�, y , a Kr �': 'k t to::!« }P' "« `��x t't , F R.r 2 3k 'd Y' §:- ,'k '' a fx.." }} 4 > % u R ,1 �rr{+YP'� % b"11 rods L '' ,$ ,.. .5 X - .`.-r- °'�'d.. `1 3 s ., r xt;f r .' '" f : 's;= P t: a z '., a ,' q k=7 ;`, 'i �Ol +g � s �, , E�, ' ,_&,:.f"u ,_g ' st Y` �, �, *w . °� v - I 7.: i-15, r it. t t-' Sid! a 1,1 ° xn a¢ ,- t+v :� c i-4 ar°; - .; P -r^ R t F p:.;d;}t,`'e` i u ` V,t-%,-:�p�-� ffi ,. �rc .• l`v l r:.6xa.i:• � fr' F7^r i-r , V X xTr t �¢:,w(-,'� ,<,';� { _H x 9.. y ;�x !,r'.K.�{ , rY fi,L'„5 + r s �` =1 .;: s '�3`,�`� .�d , .'t ', f a " � �`, .� ""W #tu-s t, °°5t `" �! �-" -,a rta�s� ";` �Y � b��� 'r ,€it Y x'�`^ ,y s' +, i vs Y­ l,.0 a r, e t + rL ,� n` .. eP " t 3,�`s,`r+"� �` �`P ys 3} x 10 ar ✓ : �„ :b :,k �', b�` ,� P s �v � , - "_`"'' w f€ a z',x,,r u ¢i s 4 P' ° r;,,;� ? ;d s 1` , ` _ 1 d ,. v-�,, TT` , 1 r. g + � j"f `Wj's P 3rA P,,:. Gs "• uk 's s., �.:.,. `� «', e ," „fl r ' ;fi: t `zap" , 8 r :y,.i" X{°;R °h +x, , "' ,-E,"i. ' s't z e':p `a° r �. �& r =,, ;u'•C '.-: ,,.A, ,x, '' Rz�x .^S'. "''=v,�r°+, - °I ' 'sX'-! ,r s^ t� r*F' o- C .,', Zs t 4r2 y '� x r P,� � � Y: i ,kr <.a txa � `'' d ✓ ,: '4 4 '.�,<:. k r` a' s,r ..0 f:, .f� y_t , r, .c. "E* Y, ',.. ,, � " 1��,c"'' vim. k `u%#, zsr 's #,'>t�P y" 3r p ..^ ;*,'- +��'ti i .k` a K} r, t�l .-�,+.`'"k, J"' .ar d `r'i;A>°Y a w �" •w i ';-T r s, r rs. 7 :€.. } +. > ,t rcd�i� i sf "> cs •"I, fit •. IV T+'k ` ., v5' a,` 'sa.. ,`a.`',: €' a's"'>:" c Y. { t r" '' .�. ? s * fi� �, ,; ra �y ".-: 1 d ',_` v fu�` r >k' is .,xr '� +S 4 R s ` f ,.:- z , _,-A R' t , 'ak a y,.. 4fxs :'7 *�e k t k" vL- .�� 3 "=x# „ a. d" Y '?` J 'l'l + { Via'ya'�' ,,". ;, r,.. 't, �s}.'` sl ' =3a, �� -E was'. # "if :`� " ``� '' a `'c, t i ( � �' �M.;i i k­­, E ,,,t. 'kn r a x"'1 ) 2 s.-* w i +#` F L '€ n Fs° e s`.- �++ a r ' f r a« bra .z.` 4 1 ,ts t h ^C ".t`,n J+ `+'' s,�-' .`- i f r 't 11 i'k,;51 , ':� c � ,,..' �v $. it} 4 A^,.tg r 4 ^s ks € ° 0. ztyr`'. a ,, '�, sw-" g.l ,hA4a3" 'tz.•y:pes P" -Ei a ,. ^ { {,+ .k Tv far a s r r �z-,i6 § ..'� Mg;x"{ ,; l S e 4 _ vt ; t `, ., Y r :y`°r ,,;^ wig_< >� , , a� ,r ar ii, r i *; ^ b¢} s b' -*p a h*' � s nui ' 6 4s' •*Y,„,k+ss� ,i.a.. ✓ i r,;�f 'fit ",.b aF ;,lk rsg kr : *n F-';. .,4f 4-n ', Ct '.'a 'qA' •1. ,°v ..1 ,� ?s Y r,4, k, t Yay.:^' ., t.s ! - t}s�..,�_::�. y-�9tiE ,j t ,.x ,* �.e�a - r a * to'"'�' fi`tk''z -# rz , p 4 k;. "k`' E?'.� ,;s .! k i.,.,ry ,ti '4n x' s k,. t- r .'a5 ,r ¢ {�"� a ` °s r �, r r '� s '�s,.ark 4� ..�r''Lj `S t t f�„ �.;r ,.t- t _;t +z r�' ,.v _};� E.k .. RAY r tP TT,x ?y� �'°- z xl 'f x'+ x' `..` Y` �,�'t �r -o",'� c•,<::.,s� G"�h,a�+s +x^s`#y , cl � y s -s r . r'�a -�1 Y;, '. .{ ,��rs0. 1 y. t- a-k x .+,5 a r, ; '. x �' : . °�.k'"'•sz'r'i''+ t i k «['• rk .?v,F-,i'�' ;�' t<. Y v< ;1, j b `S's'z u ' ,n" ^a n F }' �;,:; 1'.•: , "�;. ., ;, `x rla#.,r.= ,". a t- {{-+-s� "` `s; r°Y I ill ,iyt"' ��, �,+� f�" v, � -�� ', .;3. X+, .€r.fz;.. ',, _ c� r',�n Y � �AA,`':.. � �•... L'' `'y�y i Y ty ?` 'V ,. y rat' # X 4'"' p` "`•'tf r" ,,rttYyh� 35 "".xr 'r'1 • ".r �',.x."t +: ,..:n h. x 3„;ra ;`..=I:",s } _3.a r i_= r ,F �... .'4_X '. x �;` '� ~e r,�:?zY+„.p x€�, �r n .+ f �f t M a +` € ,'i' A-P s +'� &'" r -s»i r • x,-zp4• `b,P F R : :J`c :m P F v t f -� ;,� { " n 1 s�'„ #� '�4s� "gyp'' ��fs t P,fts n t .j; .2 + r S .�d s i t , y* t ,;, p :i *� '# ,�' ti 'tnriy- t J,+ r6 s a, �Y t "-"'Aa x ,S ,: f s s; ' c "`s 111,1­11-111.n °i`s < 1-^'" 4 j a y�, J, -t x r 11+th I ;e .�a-"-L=., 7`' , ,�" +',� `^xr ""fir : i .t 4 x m > .r t 's ,.s - r:t'� r �` `�, r �.,.I'll� Y^s'�e } ' "`2�dv r.F.'� C t �" +t M1`a "t...,' rs"~<ia r Y'+ "' s 4,� 7 " • k �' 6Z, i �`k,X,„s sr'a J `'�. `` f rtr v ;#F' x ± s~ �,, #`�RW e Sys. , rTY ' `�. 3 'F° x a, ' a '� r.: a +�, 1 .-ir a d. r .. - A u rr `i', .'3,`.z'�# ;& _.; s �,h';„.u` r,s t i:; c, a r>_, # ,r s. , ' `" S+ '": , ,+: ` ,u m k s } 1, -�;.'.a { .v+ rs,,Q, a � s 3: r :1 t +, § r *§F s F ; v P ' C a S 4'{i a C } p� # ; "yta. r 10-E; ,r'„ ',h, Sf `:''r ? i 3 s ,� y,s,.J; t`a - .*�-'P� ,�' m r `r.. • � �' "}. y rr• a a <c y 'kr +c F«r s i deb,.. § .A r` 't f.. r` 4 a �? +, '" n � �x i s Rfjk!�,& 'h re r 'z,: �'E , T Tom?' ,}4Y�>�! ^ ra {;Rr „,# "€s t § s t ",� °t ,.Pv. #+' Ff« Y^�' _ ;, #,-P k' .y "} t- `. '4s '� ya s x }- aX°,k ;1 `s Pf .r' r r` '` k L` w l u" ,}v :'a 'k,, t ir. w";,r'` s:fi 4.� ^ Y _ rs"Imps s ,t v it 1'' x �� P,." T-.�. ' i.:$4 F`FF s :, f i Y, ,,� ,F`3.. zi!t L y *1 `t 3� :=t f t t t"�"a. �,3x� �, �a...: _' f°` '°' z;.'a a a,g r�' .a' , s ti a.€a a.' ",k r,..-,. `"�,, ''gX } , k, , i. 4 r il,"° '"�" - r , i 4 ' •sya y dP ;:� x . i i fi Y s E Y '`y. 1 � 11 " a t " t' A 43+",:. g,5ar �'` C # 7 Z�^P3 _....j-_"­�'# r v E', r u d x }f } ,�' r`s, r�.e a' �. 'ea� h 11 III, y y,.y " e L"�. 3 aK.- J s t } _ »7 5 n>* E c m '+� i t r"- x` HL'z. a t .r.21 t � ; f t ,& Ill , ;''^ ,k ✓s °` i , t fi Ya `ryas ' r i.. A 3.:ea ry rxr ax d a `�� i'^" x r v ,.p v fi 4 � y a ..''�JC xa�.+ ,�tX',C syr r. a%ry. ~*s M Y^' y t a° .s ^at. �' { ' " J a, h ` > ,„r '-` .� {' x wk fnt '4 .>� a a'{ x :r r"r x 4„y-"" t ",3, s r`g' :x.y % T ei� ;1s' ygTkd F 't "^ke n 7 �.;,•• Y § i =.,y 4N Rv A t a t �sz? rr ,j^ y{, : ",� "10 a'...,, L t r Y '€,.z r," h rt `' W S,"r,� ,x 7. 7;� >f x� a 41 D s,Y� 'S i•'f.Sh (">j'{ P-f t€ ; rr '. xy i '{ }� #' 4 ' `t� t sx .. a t", w t3 s"�k a'F rr;;ft '< ru s i at 4-ta ,{ ; t sad y"S?-°�a' 'i `s ,!� dthd ? .<T>: f` r� *, i f s x5 � `" Z, a 5 a C fah , ¢} k ,{ �J`, # X ``h a r ."x,. #T s s ,`` x ,�<,a`'3a set `Sr M `'t #� +xs r s 3 V .�«."r rr! za` . as 34. of E s` rs{f1',.3}'xs" t�` y•� t* '*j ,kr ;`.�"'` fh.: ri ,3s• ,i3 da"«a.t t 1.s>&4e s$ 3tX' x i s x 'f4 e€s � m, s`�" 4 6». PF rrr 1 jj a ":" sk 4 r - �' a+ rt r z. + 5M € ,"\ t ,vs Y'" * p< a ' +" . Y .q°.� #+ >,,° r x S "";P, '3 ? tfi '$ fir`, t F yea '� �g t�.x '�'� Cs P ° >`r 4 ,f}.V•` '`{:� �mfi'``'3 i ; x ,,#A U ,' 7' '� 5 { 'adhy 4 4'. • ,.c' a`k x9s,�r',r •,{ >y is �'ti �'" *'. px .`"X & '^}:'. -{ :},v ;# r :v X c bay.•.. u, ° + §1 r' �' ! i r. ''' a`i xh M1.x "k,,r y Y s'� ` p`#' z ..t qtr 'o ' v' ,,r fE` r 5..to �. $ rt r t Y'4 a ,+ Y 1 1 a j T'< x' s �` # `{;s r sA_ a r a �'tc �"€.s i R F t 0. t ?,a, ry ,� } _�4l? `,� ,x t ; v: r ;^,tea 3 _ti#}r 1' �, f z.` n +1 + ASS. , Y ? r se t _ a yfix..t I r 5 ��,�a�#, a v:. ,s a F m ,,,OI s h >; sr t r a-.: p v ::'��Y r_ �. i P" t a"r5` t 4 ;f --F t ':' » $ } 1P Y H?`si t `; h, id y7 F i Y K :t z 7x q�,y t, t jP. # . .,y g t a F T +• _,$, s -%S. �# r +, ;• F3' a ''$ ss"•e�i ri 1s;11-.` x i: '�!�x`* s*rt�`& r s':- 3,=+ 1 k of t A� 1 f 7 -N.=.r c y srr fez i .r`t a '�, f` f,� s y '' t* x '1. IoW r , t a 4"4� '',,t ,fie VE ,'. 7 s a f -7r+ a `" ' s1:'� ) i` ?,� .- v fi 3YU t a a ya, �, wY `. "'x s {` € ..` i s€ i r :r ` � 4. s. } F* sr 1 xt' °'"eY - „{z :t' 1 «h+ 1 `, Y !i• °,Y`,r ,- ?;: J r, b {'t'N c S 1 x ` X ,{,,"p � 'Y r i t �a ,"r# s4, `r�`!t' '" -` x A i "t >~ rt ".s�, ? ` s f 's f q x, Y `s - 1 t? s t ' b 1,s - r a?_ ; .f , b r �t ''y 7 6 y a' _ � r f_ ; h,"' a ,.ry± s x ' x at T 7 y w t'�r .+ & >fa : ,Ip s_• ..'r y.J' y P a "" �C. ', ,u,�54.,. Y :..I?v r '� �' rr. r'T F x �x f ; -3.p ,� It ` 'f 'u :*rts"� 4 9 a' 'Al"s .T r ? s.s r t r. 2>;, z Y y "i .P { > rye r t 3` t.6. :` .x a t`k''�'m'. ,�ri'a i Fa .t + r �•> k�s ,, X` t ,r -: 'S„� r y,, '+, o - '=,';p'�.,`+, �'j'`'/`^S i 'a 'yi'w r,i,, i x a y" '' a�w 7 $. t�,p ^'4 { TMe' .v Y.1 'Y S 1 3 s y,.` -s 1„ , ,, , 3;'.. `f , 'x xl gy r, ..',' +;E r 3' a EF s ;r #r r �'wa °' 4 "Y"11-1 s F r y �+ . vQ { �Fivwju, ,4 1-1 4 r 'x;4. '"{ s ` -a` �-C t c zP r� K a "Y s' w `� u r L " s"y };.y. e i>�� I ' i x -:r ? y v Y 4 h. t , N A •' ^ �" J: i a t +y x X` .: ' . !r' .' r f' t, ?; ~}'?...,y3`" �trS t c ,'' i ?'3 0 ,,sa; ,„ ,. { t< •e" -' 'a' u fi �' ,{ " s '�' FPS s: 'ter ;µa ; „� ?� , -"'.; " .�, .3r.?;.�,.?,,., ,d,{€<} r-v"`s ^.x,."e�, ..a n's„s �. 3a s,ry.=w 3t..is x s f a... ,.,_ ,4!", a's�.+ ,: :- ., ..J , ,b.. .,t ,..,,. M ki3`Y,"".-•"`Y,�.1 ,.>"iP v,-,.. ,., BENEFIT CODE KEY-EFFECTIVE 03-03-02 s s**s*s***s*ttt*s t*s t**tss ts*s*s ssss*s stss**ss*ss*ss*tt*ss tsssss*s*tttsss*ts*ss ttsss**s ist s*ssss*ssts*ssts*sssts*sssstsss 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 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. srr , C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ®rr G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TRAES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE ' HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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 TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO T MES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF T MES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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 5. 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 —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). Wr 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 wr CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE—HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. 'r' 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, w THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, ow 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). im 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). 00 C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). rr 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). 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) BENEFIT CODE KEY-EFFECTIVE 03-03-02 ft -4- b. Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORLAL 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). rrr NOTE CODES irw 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-S 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 TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$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. rr b State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-53W 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 Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code err ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.67 1 M 5D BOILERMAKERS ' JOURNEY LEVEL $38.71 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1 M 5A 40 CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 CARPENTERS ACOUSTICAL WORKER $35.31 IM 5D 40 BRIDGE,DOCK AND WARF CARPENTERS $35.15 IM 5D CARPENTER $35.15 1M 5D CREOSOTED MATERIAL $35.25 IM 5D MW DRYWALL APPLICATOR $34.94 IM 5D FLOOR FINISHER $35.28 1M 5D FLOOR LAYER $35.28 1 M 5D „r 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 10 SHINGLER $35.28 1M 5D STATIONARY POWER SAW OPERATOR $35.28 IM 5D STATIONARY WOODWORKING TOOLS $35.28 IM 5D ++ CEMENT MASONS JOURNEY LEVEL $36.15 1M 5D DIVERS&TENDERS - so DIVER $75.57 1M 5D 8A DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 16 5D 8L AN ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L BOATMEN $35.67 113 5D 8L ENGINEER WELDER $35.72 1B 5D 8L do LEVERMAN,HYDRAULIC $37.11 1B 5D 8L MAINTENANCE $35.23 1B 5D 8L MATES $35.67 1 B 5D 8L OILER $35.33 113 5D 8L MW DRYWALL TAPERS 1J 56 JOURNEY LEVEL $34.92 ELECTRICAL FIXTURE MAINTENANCE WORKERS to JOURNEY LEVEL $18.69 1 Pagel 40 KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code am ELECTRICIANS-INSIDE CABLE SPLICER $45.65 1D 6H CABLE SPLICER(TUNNEL) $62.70 1D 6H CERTIFIED WELDER $43.99 1D 6H r CERTIFIED WELDER(TUNNEL) $60.27 1D 6H CONSTRUCTION STOCK PERSON $23.33 1D 6H JOURNEY LEVEL $42.33 1D 6H im JOURNEY LEVEL(TUNNEL) $57.83 1D 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 up POWDERPERSON $31.13 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 so ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q rlr 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 ow ALL OTHER CONCRETE PRODUCTS-Carpenter $18,77 113 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 16 6S go ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18,24 113 6S rw ALL OTHER CONCRETE PRODUCTS-Welder $18.24 113 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 16 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S FENCE ERECTORS o° FENCE ERECTOR $24.62 1 FLAGGERS JOURNEY LEVEL $24.99 1M 5D so GLAZIERS JOURNEY LEVEL $35.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 11 5A HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $30.15 1M 5D Page 2 wre KING COUNTY Effective 03-03-02 ow" (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code so INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER r JOURNEY LEVEL $9.07 1 INLAND BOATMEN ASSISTANT ENGINEER $30.70 1K 5D to CHIEF ENGINEER $31.57 1K 5D COOK $26.58 1K 5D DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D *r DECKHAND $26.17 1K 5D FIRST MATE $30.80 1K 5D MASTER $33,74 1K 5D MATE,LAUNCH OPERATOR $28.83 1K 5D so MESSMAN $21.96 1K 5D ORDINARY SEAMAN $23.28 1K 5D INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY aw REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 +w TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS am JOURNEY LEVEL $35.15 IM 5D IRONWORKERS JOURNEY LEVEL $37.17 113 5A go LABORERS ASPHALT RAKER $30.15 IM 5D BALLAST REGULATOR MACHINE $29.67 1M 5D BATCH WEIGHMAN . $24.99 1M 5D to CARPENTER TENDER $29,67 1M 5D CASSION WORKER $30.51 1 M 5D CEMENT DUMPER/PAVING $30.15 1M 5D ,w CEMENT FINISHER TENDER $29.67 1M 5D CHIPPING GUN(OVER 30 LBS) $30.15 1M 5D CHIPPING GUN(UNDER 30 LBS)__ $29.67 1M 5D CHUCKTENDER $29,67 1M 5D or CLEAN-UP LABORER $29.67 1M 5D CONCRETE FORM STRIPPER $29.67 1M 5D CONCRETE SAW OPERATOR $30.15 IM 5D "m CRUSHER FEEDER $24.99 1M 5D CURING LABORER $29.67 1M 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $29.67 1M 5D +0 DITCH DIGGER $29.67 1M 5D DIVER $30.51 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $30.15 1M 5D DRILL OPERATOR,AIRTRAC $30.51 1M 5D as DUMPMAN $29.67 1M 5D FALLERIBUCKER,CHAIN SAW $30.15 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $22.67 1M 5D ww construction debris cleanup) FINE GRADERS $29.67 1M 5D Page 3 tw KING COUNTY r Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code war FIRE WATCH $29.67 1M 5D FORM SETTER $29.67 1M 5D GABION BASKET BUILDER $29.67 1M 5D go GENERAL LABORER $29.67 1M 5D GRADE CHECKER&TRANSIT PERSON $30.15 1M 5D GRINDERS $29.67 1M 5D GROUT MACHINE TENDER $29.67 1M 5D o' 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 go HIGH SCALER $30.51 1M 5D HOD CARRIER/MORTARMAN $30.15 1M 5D JACKHAMMER $30.15 1M 5D fo LASER BEAM OPERATOR $30.15 1M 5D MINER $30.51 1 M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $30.15 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, r 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 POTTENDER $29.67 1M 5D POWDERMAN $30.51 1M 5D POWDERMAN HELPER $29.67 1M 5D POWERJACKS $30.15 1M 5D RAILROAD SPIKE PULLER(POWER) $30.15 1M 5D RE-TIMBERMAN $30.51 1M 5D RIPRAP MAN $29.67 1M 5D ' SIGNALMAN $29.67 IM 5D SLOPER SPRAYMAN $29.67 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $30.15 1M 5D 1rr 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 1 M 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 VIBRATOR $30.15 1M 5D WELDER $29.67 1M 5D WELL-POINT LABORER $30.15 1M 5D rir LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $29.67 1M 5D PIPE LAYER $30.15 1M 5D Page 4 KING COUNTY Effective 03-03-02 wr► (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code are - 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 LATHERS JOURNEY LEVEL $34,94 1M 5D ww MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) +r FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 rw PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 Ar PAINTERS JOURNEY LEVEL $28.63 2B 5A PLASTERERS low JOURNEY LEVEL $35.63 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8,42 1 PLUMBERS&PIPEFITTERS `o JOURNEY LEVEL $44.76 1 G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 IT 5D 8L rr BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36.05 IT 5D 8L 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 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 " BELT LOADERS(ELEVATING TYPE) $35.69 IT 5D 8L BOBCAT $33.59 IT 5D 8L BROOMS $33.59 IT 5D 8L artr BUMP CUTTER $36.05 IT 5D 8L CABLEWAYS $36.49 IT 5D 8L CHIPPER $36.05 IT 5D 8L COMPRESSORS $33.59 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $33.59 IT 5D 8L CONCRETE PUMPS $35.69 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 IT 5D 8L CONVEYORS $35.69 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $35.69 IT 5D 8L Page 5 w 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 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $37.49 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $33,59 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $35.69 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $37.99 IT 5D 8L ATTACHMENTS ow CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $36.05 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $36.49 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 ■r 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 5D 8L im DERRICK,BUILDING $36.49 IT 5D 8L DOZERS,D-9&UNDER $35.69 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $35.69 IT 513 8L ow DRILLING MACHINE $36.05 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $33.59 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $35.69 IT 5D 8L FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 8L to FORK LIFTS,(3000 LBS AND OVER) $35.69 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $33.59 IT 5D 8L GRADE ENGINEER $35.69 IT 5D 8L Ub GRADECHECKER AND STAKEMAN $33.59 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $35.69 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $35.69 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $36.05 IT 5D 8L HYDRALIFTSBOOM 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 5D 8L MIXERS,ASPHALT PLANT $36.05 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $36.05 IT 5D 8L ow 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 to 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 to 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 Page 6 KING COUNTY Effective 03-03-02 rw (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 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 SAWS,CONCRETE $35.69 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) ' SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $35.69 IT 5D 8L SCREED MAN $36.05 IT 5D 8L SHOTCRETE GUNITE $33.59 IT 5D 8L SLIPFORM PAVERS $36.49 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 IT 5D 8L SUBGRADE TRIMMER $36.05 IT 5D 8L 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 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $35.69 IT 5D 8L aw TRUCK CRANE OILER/DRIVER(100 TON&OVER $36.05 IT 513 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 Yw TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $43.46 1G 5A 10 RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS do JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $36.15 1M 5D RESIDENTIAL DRYWALL TAPERS 0" JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 to RESIDENTIAL GLAZIERS JOURNEY LEVEL $24.84 2E 5G RESIDENTIAL INSULATION APPLICATORS +rw JOURNEY LEVEL $17.60 1 Page 7 rw KING COUNTY w Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code rr RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.87 1G 5A RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $43.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $26.23 1.1 5A so RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 16 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) to JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $32.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $39.68 1.1 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) N" JOURNEY LEVEL $42.48 1 B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON - $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $24.74 2B 5A HOLE DIGGERIGROUND PERSON $13.18 2B 5A Mwt INSTALLER(REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $24.74 2B 5A SPECIAL APPARATUS INSTALLER 11 $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 rIti 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 k KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note r�r Classification WAGE Code Code Code TERRAZZO WORKERS 8 TILE SETTERS JOURNEY LEVEL $32.83 1H 5A TILE,MARBLE 8 TERRAZZO FINISHERS FINISHER $26.66 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $33.48 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $34.06 1T 5D 8L w DUMP TRUCK $33.48 1T 5D 8L DUMP TRUCK&TRAILER $34.06 1T 5D 8L OTHER TRUCKS $34.06 1T 5D 8L so TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 No WELL DRILLER $17.68 1 rw 1w ww wr w� or rw rrw Page 9 of BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 1 of 4 Im State of Washington DEPARTMENT OF LABOR AND INDUSTRIES +w Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 .w Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the rw hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. rr BUILDING SERVICE EMPLOYEES Effective 3/3/02 ww Benefit Code Key aw Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN AND SPOKANE JANITOR $7.82 1 ..w SHAMPOOER $7.98 1 WAXER $7.98 1 WINDOW CLEANER $10.96 1 Counties Covered: ASOTIN, COLUMBIA, ISLAND, SAN JUAN, SKAMANIA AND WAHKIAKUM JANITOR $6.90 1 SHAMPOOER $6.90 1 +. WAXER $6.90 1 WINDOW CLEANER $6.90 1 Counties Covered: BENTON JANITOR $7.74 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $8.67 1 Counties Covered: CHELAN w JANITOR $7.29 1 SHAMPOOER $11.14 1 WAXER $8.14 1 "" http://www.Ini.wa.gov/prevailingwage/iwages/20021/BUIL.htm 04/02/2002 BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 2 of 4 06 WINDOW CLEANER $9.14 1 Counties Covered: CLALLAM JANITOR $8.47 1 SHAMPOOER $8.97 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 r Counties Covered: CLARK JANITOR $10.61 1 SHAMPOOER $12.55 1 WAXER $12.55 1 WINDOW CLEANER $16.49 1 Counties Covered: COWLITZ JANITOR $10.04 1 SHAMPOOER $12.55 1 WAXER $12.55 1 WINDOW CLEANER $15.89 1 Counties Covered: ' DOUGLAS JANITOR $7.29 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $9.14 1 Counties Covered: FRANKLIN AND KITTITAS JANITOR $7.29 1 SHAMPOOER $11.14 1 WAXER $8.39 1 wr WINDOW CLEANER $9.14 1 Counties Covered: GARFIELD AND WHITMAN JANITOR $7.24 1 SHAMPOOER $11.14 1 Apr WAXER $8.14 1 WINDOW CLEANER $8.14 1 Counties Covered: GRANT JANITOR $7.24 1 „ SHAMPOOER $11.14 1 WAXER $8.89 1 http://www.lni.wa.gov/prevai lingwage/jwages/20021/BUIL.htm 04/02/2002 BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 3 of 4 WINDOW CLEANER $9.14 1 Counties Covered: GRAYS HARBOR JANITOR $7.25 1 SHAMPOOER $11.25 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 Counties Covered: JEFFERSON, KITSAP, LEWIS, MASON AND PACIFIC JANITOR $8.47 1 SHAMPOOER $8.97 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 Counties Covered: • KING JANITOR $13.45 2F 5S r TRAVELING WAXER/SHAMPOOER $13.95 2F 5S WINDOW CLEANER (NON-SCAFFOLD) $17.54 2F 5S WINDOW CLEANER (SCAFFOLD) $18.53 2F 5S » Counties Covered: KLICKITAT AND SKAGIT JANITOR $10.00 1 SHAMPOOER $6.90 1 WAXER $6.90 1 WINDOW CLEANER $6.90 1 Counties Covered: OKANOGAN JANITOR $7.24 1 SHAMPOOER $10.00 1 WAXER $8.14 1 WINDOW CLEANER $9.14 1 Counties Covered: PEND OREILLE JANITOR $6.90 1 SHAMPOOER $8.50 1 WAXER $6.90 1 WINDOW CLEANER $9.00 1 Counties Covered: PIERCE JANITOR $9.37 1 SHAMPOOER $10.08 1 WAXER $10.08 1 wa http://www.Ini.wa.gov/prevallingwage/jwages/20021BUIL.htm 04/02/2002 BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 4 of 4 WINDOW CLEANER $13.22 1 Counties Covered: SNOHOMISH JANITOR $8.73 1 SHAMPOOER $9.23 1 WAXER $9.23 1 WINDOW CLEANER $13.48 1 it Counties Covered: STEVENS JANITOR $7.82 1 " SHAMPOOER $8.50 1 WAXER $7.98 1 w� WINDOW CLEANER $10.96 1 Counties Covered: THURSTON JANITOR $8.47 1 SHAMPOOER $10.32 1 WAXER $8.97 1 WINDOW CLEANER $10.84 1 Counties Covered: ` WALLA WALLA JANITOR $7.14 1 SHAMPOOER $11.14 1 WAXER $8.14 1 WINDOW CLEANER $9.14 1 Counties Covered: WHATCOM JANITOR $7.00 1 SHAMPOOER $6.90 1 WAXER $6.90 1 WINDOW CLEANER $8.50 1 Counties Covered: YAKIMA JANITOR $7.14 1 SHAMPOOER $11.14 1 WAXER $8.39 1 WINDOW CLEANER $9.14 1 http://www.ini.wa.gov/prevailingwage/"wages/20021BUIL.htm 04/02/2002 FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/3/02 Page I of 2 so State of Washington DEPARTMENT OF LABOR AND INDUSTRIES ®` Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia,WA 98504-4540 W Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. AW FABRICATED PRECAST CONCRETE PRODUCTS Effective 3/3/02 go Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 dw Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: aw KING ARCHITECTURAL AND PRESTRESSED $11.05 1 CONCRETE - All Classifications ow ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S Carpenter ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1B 6S "W ALL OTHER CONCRETE PRODUCTS - $18.24 1B 6S Fabricator to ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S Maintenance +w ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B 6S we http://www.Ini.wa.gov/prevailingwage/jwages/20021/FABR.htm 04/02/2002 FABRICATED PRECAST CONCRETE PRODUCTS - Effective: 3/3/02 Page 2 of 2 ALL OTHER CONCRETE PRODUCTS - Wet $17.99 1B 6S Pour ALL OTHER CONCRETE PRODUCTS - Yard $17.99 1 B 6S Patch Counties Covered: PIERCE ALL CLASSIFICATIONS $10.00 1 Counties Covered: SPOKANE LABORER $6.90 1 MACHINE OPERATOR $10.33 1 Counties Covered: WHATCOM CARPENTER $11.43 1 CONCRETE FINISHER $12.53 1 LABORER $8.43 1 REBAR $14.60 1 Counties Covered: YAKIMA CRAFTSMAN $8.65 1 LABORER $6.90 1 PRODUCTION WORKER $7.15 1 http://www.lni.wa.gov/prevailingwage/iwages/2002I/FABR.htm 04/02/2002 INDUSTRIAL ENGINE AND MACHINE MECHANICS -Effective: 3/3/02 Page 1 of 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES aw Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia,WA 98504-4540 at Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the Am hourly rate of fringe benefits. On public works projects,workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. to .w INDUSTRIAL ENGINE AND MACHINE MECHANICS Effective 3/3/02 w Benefit Code Kpy go Prevailing Overtime Holiday Note Classification Wage Code Code Code `w Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, KLICKITAT, LEWIS, LINCOLN, MASON, OKANOGAN, PACIFIC, PEND OREILLE, PIERCE, SAN JUAN, SKAGIT, SKAMANIA, SNOHOMISH, SPOKANE, STEVENS, THURSTON, WAHKIAKUM, WALLA WALLA, WHATCOM, WHITMAN AND YAKIMA MECHANIC $15.65 1 Ow im °�"` http://www.lni.wa.gov/prevailingwage/jwages/20021/INDE.htm 04/02/2002 METAL FABRICATION (IN SHOP) -Effective: 3/3/02 Page 1 of 3 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts ' The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. METAL FABRICATION (IN SHOP) Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code w Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 1 ' PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 http:H www.lni.wa.gov/prevailingwage/iwages/2002I/META.htm 04/02/2002 METAL FABRICATION (IN SHOP) -Effective: 3/3/02 Page 2 of 3 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $22.72 1 J 6U LABORER $16.57 1J 6U LAYEROUT $23.06 1 J 6U MACHINE OPERATOR $17.08 1J 6U PAINTER $19.65 1J 6U WELDER $21.54 1 J 6U Counties Covered: COWLITZ FITTER $22.39 1 B 6V LABORER $17.62 1 B 6V MACHINE OPERATOR $22.39 1 B 6V WELDER $22.39 1 B 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $7.45 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 o` WELDER $15.48 1 Counties Covered: No KITSAP FITTER $26.96 1 LABORER $6.90 1 "" MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 ' LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE '"" http://www.lni.wa.gov/prevallingwage/jwages/20021/META.htm 04/02/2002 METAL FABRICATION (IN SHOP) -Effective: 3/3/02 Page 3 of 3 16 FITTER $15.25 1 LABORER $9.25 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 ► LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $7.98 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 ,, Counties Covered: THURSTON FITTER $21.29 1R 6T LABORER $13.52 1 R 6T LAYEROUT $23.22 1 R 6T MACHINE OPERATOR $16.43 1R 6T WELDER $19.34 1R 6T Counties Covered: "' WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 http://www.ini.wa.gov/prevailingwage/`jwages/20021/META.htm 04/02/2002 SHEET METAL WORKERS -Effective: 3/3/02 Page 1 of 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES aw Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the 4W hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. arr dw SHEET METAL WORKERS Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL (FIELD OR SHOP) $31.33 1 B 5A Counties Covered: aw BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $34.29 1 B 5A Counties Covered: CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL (FIELD OR SHOP) $39.68 11 6L Counties Covered: .. CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $38.60 1B 5A Counties Covered: ON JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 1 Counties Covered: as SAN JUAN, SKAGIT AND WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $35.65 11 5G WW '"' http://www.Ini.wa.gov/prevallingwage/jwages/20021/SHEE.htm 04/02/2002 SIGN MAKERS & INSTALLERS (ELECTRICAL) -Effective: 3/3/02 Page 1 of 2 va State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit , rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. rrr+ SIGN MAKERS & INSTALLERS (ELECTRICAL) Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: CHELAN, DOUGLAS, GRANT AND OKANOGAN JOURNEY LEVEL $24.63 1 Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $19.29 1 Counties Covered: CLARK JOURNEY LEVEL $19.27 1 Counties Covered: COWLITZ AND WAHKIAKUM �* JOURNEY LEVEL $16.88 1 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON JOURNEY LEVEL $18.04 1 Counties Covered: ► ISLAND, SKAGIT AND WHATCOM JOURNEY LEVEL $16.03 1 Counties Covered: ` KING SIGN INSTALLER $23.36 1 http://www.ini.wa.gov/prevailingwage/jwages/20021/SIGE.htm 04/02/2002 SIGN MAKERS & INSTALLERS (ELECTRICAL) -Effective: 3/3/02 Page 2 of 2 SIGN MAKER $16.84 1 Counties Covered: KITSAP JOURNEY LEVEL $20.58 1 Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: PIERCE AND SNOHOMISH aw JOURNEY LEVEL $26.17 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 1 R �r+ «r �" http://www.]ni.wa.gov/prevailingwage/jwages/20021/SIGE.htm 04/02/2002 SIGN MAKERS &INSTALLERS (NON-ELECTRICAL) -Effective: 3/3/02 Page 1 of 2 16 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 at PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts "o The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTITAS, WALLA WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 Counties Covered: CHELAN, DOUGLAS AND OKANOGAN JOURNEY LEVEL $16.14 1 Counties Covered: err CLALLAM AND JEFFERSON JOURNEY LEVEL $12.15 1 Counties Covered: CLARK JOURNEY LEVEL $29.02 1H 5A Counties Covered: COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16.74 1 Counties Covered: GRAYS HARBOR, MASON AND PACIFIC JOURNEY LEVEL $18.04 1 Counties Covered: ISLAND AND WHATCOM http://www.Ini.wa.gov/prevailingwage/jwages/20021/SIGN.htm 04/02/2002 SIGN MAKERS &INSTALLERS (NON-ELECTRICAL) -Effective: 3/3/02 Page 2 of 2 JOURNEY LEVEL $26.55 1 Counties Covered: KING SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 Counties Covered: KITSAP JOURNEY LEVEL $9.27 1 Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: LEWIS, SKAGIT AND SNOHOMISH JOURNEY LEVEL $29.67 1 M 5D Counties Covered: PIERCE tl„ JOURNEY LEVEL $15.31 1 Counties Covered: SAN JUAN "" JOURNEY LEVEL $9.75 1 Counties Covered: SPOKANE JOURNEY LEVEL $8.00 1 Counties Covered: THURSTON JOURNEY LEVEL $14.04 1 �,*t„•//,.,,,,,,, i,,; .,,, 1 NT(;N ht", na/m0Ml N Department of Labor and Industries SrATt STATEMENT OF INTENT TO Prevailing Wage �� `= PAY PREVAILING WAGES (360)902-5335 m www.lni.wa.gov/prevailing wage �'� ���°y Public Works Contract do $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for convection(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or Private) irrt APPROVII& I2M WiLL,BE MAILED TO THIS.ADDI2ES5 Address Contractor,company or agency name,address,city,state&ZIP+4 ' City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work will be performed City where work will be performed Bid due date (m/d/y) Date contract awarded (m/d/y) i! Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? C] Yes C]No L3 Yes QNo 101 Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. Hourly Pay fringe benefits of workers wr err Yllt #0 Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no _____..,_,..__.�__...,...�_.,...,._•_...._.__._.._________.-___.___._.___._.-._-_.._____.__..__.. less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address Phone number :ry .. . • __ ) Check Number. Amount w APPROVED: Department of Labor and Industries Issued By: +r`r By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROV I,- send white copy to Awarding A"ne, Canary copy-L&I Department of Labor and Industries R��n,T�p AFFIDAVIT OF WAGES PAID Prevailing Wage > (360)902-5335 _ �r Public Works Contract www.lni.wa.gov/prevalingwage ayt'°'° 25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name contract# •Fill in all blanks or form will be returned for correction(see back). •please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) xK z ?h Address Contractor,company or agency name,address,city,state&ZIP+4 sill City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed(m/d/y) Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#hrs Rate of Rate of hourly registration#,trade,dates of work on project and stage of progression) of Workers I worked-ea trade Hourly Pay fringe benefits xo go I }1 3 I to i AV Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract $ 1 hereby certify that the above information is correct and that all trrl workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature rill Email address Phone number" k Number: Amount 1?iork I& 111 s '" Check Department of Labor and Industries Issued By: .rl By Industrial Statistician rtttt F700-007 000 affidavit of wages 2-02 After APPROVAL send white copy to Awarding Agency. Canary copy-L&I .r .rr CERTIFICATION OF PAYMENT OF PREVAILING WAGES s Date: Project CAG No. do This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period +r from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. ar Company Name do By: rr Title: wo im AV rw d rr do do M d ffo sA rr ON a • � rn k x;,r,5Y•.' "� ,f � r t-Y ua r'.; } i. f♦ �. ' ? _.,.r 'S j`i t ; �, a a � rf r � yxta r'�. � k � ... A .t..; . `iy; «c•. .phi. ,s $+^ .t`g y, p„ x r I t� •t§-�.,�x'i�»'tt' �,p � .3 � �'t'24���.»*$ �F;�����k' a t... '�" �tt:��. #'s°'�, fr}., €$�y?'j�.t rr,x r�'C �',s sw �,. »„-s�;,, �.�, s*max. `; {'a ,E �. �•'i t "�'a :' � �., ° 4 "11w� ``r ,�}.'+.' .X*' .. °' •-'" ;'A+ k .,� sr 1+i.^::± K��.�, 'ek,,4^dn+ A s,` '1 x ,.,� AAv 2x ,� s'3 Ss t.� x'�;Ca�'� a"-a,.: r,s,' � f OE , }r'"• v -7 ` + 'Yr`r §r:.." >>z ''>'Y +"" xx y,�' st. S r f I Jb x w WS tg r-~."r. } _:: ai a- <E a .. r W '}"` S 'i # OWN t „'°�. 'C ,g'„ ri +�.r g, i'a sriy s. ,y"" :.,F• ! t x afi a.,.;r aY" 4"` r�.,.,, A a' x �t !. 'k,>. d}b"» .'Sy Yfir. °,� s'r s •ti s, rc „ 3- $;� �,4 ;f&fit t a t µ h a 4 : x ' S¢ raR a a F 2 ,;'t' r`' • .. a ,�E.fix # xvr j ?:t s'k* r3 1 °} - r v.ct` .sc�^ i .t,», ^"t., s° ,y fi r"x. v'#';:.xM 'a,'f' x'" t ,x rr ` a •,* x a.t .:: x"' Rt�t"gc't x u "°• a,^,:t �< .§y k ��.*', t x. ,x r, s- tt..•, t' .v 1.: ,"'< 'x ,r't l` s.: .}Al",e.�• ya �" i*, "�i"k '}r..,.✓ »'�t �` . I,rY�t e"k�Yi � 1 x P t s, � t rty � � v T e ' 3 y � +' t k:;z{` �" ' '#& ,,�•> iti f�+y,�pNA, Wlx,' Hi -'fit ;1 NX Yti, ,. ... < ., p try". # ' `` '' �s ;°<3' '. axf*§ a `E „ dt < -:�.. L.ry' x` ',P.f'r`•t `''';tJr„ 1r y* ,f. A n - t `'.•r.&. �"-`; " :':_ .; 'r<> .t: a ' y } z.,.,� 7 r1 5 z;t a - -"'rl '4�r v. � @•� �; 4 x'stt' :'it t s '".E p;r o-{':''s �, r ,a�,.t, ^ ys .�,,;• hl -�'<�. <.4� :� •�. fir` �.4 '. �a� y"`�'.��tidl vw �"x'C i�N `x. '" '";$: � •x �� '';�•�<r 'f .�,• 4 a ",;L`+„`�#k`'�`' ,t "k �c�',.n C,} d' ` 'T' Y;rt, 'r ,s +�" E,.,' 4,: +` ., 1f .v'"•, a.S k"t,; .> - a •,a t.� §,u '"Fi + "' r i ' ` Ix'.... Ml I "}* .:"�` '� E �'_.� �,' xrd '� � `��"` a• rim A �� '�£ x ,A t .���, `�; x n .�:a �, �t'�"`ka..��<;'. �' s � ' ,, y�` _.�$• r+�i`k� .�+�'� �.�,xv' �3}` �iS �sr .�. ta,• �;}. `S�� - 'Y,t, ,.t 't K ,. � *n £ ,{* � �k �`; '�s.,; ;�.VA,. $ s i �����+'�',y, *a` g: .��", _. •,. '���z.. '�� �.;, �,,,t r*�:F. � sfi� '" „��„ 5 �r r�� `�r� �t a „ k� �j ��`��-sue }'*"s`t,a�`.t '�:,; }�4- �k' £' 1 i r t a 5 'xt' �`.�� J.� '�',`.�$�.'t. �tnfi 't# ' �_. � +� �` >, •� �£:*} ''?'}d �: � s �' '�'# a� rr, �, ? 9�� aey '' �. �%- �t' .Y 4*r :. .t �•..r`�� 'tt,�� ,s ',; y A,t" .x r;'. ;Y a :�.' �.'t 4sd' r"k'� �< >, x �5�,`=�� 3se . .'� � '� � �,;,x ri Y�R'r, &r,�'¢,1 r..5 � �'•;:; '`.*`" � } x #t "'Jd ,,,. .y"��e,,r:a �"#��':i�'� ;�:::I a d�,r�',< ;..'rta $„ :; i a' `r � x.a ar } '� � t�.e« `t,•v«s a "t.Y q . r , ,5: -n'hf e hx-•.r ». F �' a: 4. `f L5 a ws a s k h t r +,i`' § {,at ?+t k4yr ' ' r P twlT u"�3 a tl .s z �'r K s r •2s' °wx 'r r ,..,•.i,�• ,{ b4 xa.-. �� } .{t ` a as_ i+G,MINI �S '•`s_ zt+x,'br".'r v t 6 "s, t ;! >,= 'i J'• 3r"� A'�a_. '? a;zsi•, t tjs2" ,^ +1`°`., 7 1p,t, ,.x 'vi rs, r s i * ? t� xira ' Ya l - aft xk ;I rt. a t �g o-i' c uT �";zt M fi ', a?r v �" t x,,;,k. :: ;3 # ,,* �a, S°� a' ' •a �" s , #,', ';x ,� a1kg� ,,�ek A ,�b, ,.r t {, -, ,kx;xis n � .:s u,•g:. .� . .d ,a'.a #✓., �c � „+ . 'a, *„` ?'.A e t s"+ ai ">i, �' 'a �zi' a k •' t,5. yy; r�,��, �,`' §v f'fix1 F hr .` 'sr t "y;t. F,gc g -`x` :ttx: far'in t�tv 5 .; }� �' t z `t s:a * s: a°• > r € ,W §'} zc ^� e'Y.' 4wc X s�,,5, t S' * ,? r l < y» ,k r ✓r a->< r a fi L .` ,tif.r s r-'t'4, ' *,a 'a#g a t S p Tt, ,`�.. "s e,e• � ' kre"t {`°:" ,r s1 .'`ss x 7"Sl`-: `+'a' `g+' `' '«< ru''+?, e s,�;'-4 '# y".k' Y '"� •.r § a , ' '>'F r sm ,a �: `g. ^''# 't.S..•:'''� „t Y �_ Y ''; C `-'`F� x ✓&.f I f +, f 4�.*y Lh p .& �y .r,s. t .° Lye.t y S .'dt ,ate+•x's`"s z tf x ,-� A 4 '�r x mA w a ti.w ;. .? ^a x"t#j t' 4R az " "�° 1 t * Y` 1 , t 1 fC" .fi *+ s sfi £t�- ;t '` R r `u,C' -Yr a 2 i 9 r ' :r1 A 1 ­$.1 Y �A'-� �'�' -^�� ,- s<x �°a ,.,R k�#r "4.SP�5"'`.:.. {{. d `4 9 '`µkrwr yP ."?[ 7,;." 9 S" }#f L''kR#3 7 `13i ''A` ::: iKi Y�F IA'I J",.i&'k n' 'S.?'.cl t, z 1 'Y:, •t .,bJ.� >wy, ,�*�•r'` vlll`,v" :. "'�',` s,:> i' s•,Ti 1f ; y, 4° # y s;: .,e » ( s ' i dr1, s UM hc�, x*fiSx, r§ ., '•`, R t .�i T u' .5x 3 ' r " i-song yt ,r --: t;+*y•a. �.i < �*:�°,,.',rt f .tl SAG r,n... r-rr v t4 �t i .?a g af, arrx } t.F , s a t ryr� E a x r ` b /# ', , •ta 'rei,t,.r. r a � ,� - + , 'N„ac !},1� s�.5}. �. „ rQ;<: 1: t * & ,rA t .a, .f'p �" ?4, }i # r ' a�;"t pA F $ `� r i t i ° > * fZ .� , , a. .^" it E4v�• 'x a, ."-i+� 's r%! s"" r $ c, t '",t ..,t` -'pr,., ', yds'"+.•a t. r a t `;'�� m �`a ��'?�«« �'�".�&�',� ,a, r" t v�.:.g ky, „f '�•*- ,-.x t r*.;'�5t�ae �: '�{ ?.St s�<„� �g`?:}1 ,x aµ:.,,'„'j ..R'rrx-t },.'�3 u'��.�•�'^ S ,,r4azA s'„ Ee_:s� y P1<. to ^;rt alt✓ ' "„ t :r3 w.t C ,. r 5 ,a 51 a<'�k:. >f Y^'t x; *�*`S*v�.� '?+rt: � � '`? C. •�f y �� " �..' �.y� � •� :�* �e ' r it'�, ,,., �^ ,+ t .,s ^,Fj4' { ! a t'�xt mow .y, ;?. ,��r e, F a',:;# 5 +$ . �...s``, ;�,' dt: ,� y. aF..,- .�s� ; x` ,�> •r : .?�,.:.y s "+� .,, e*' K,d i„s :y.. s Mb -ev mom" '' pr ;'�x' ?�'�,''' S .E a b" x < Ir,+° r`t *E `fir I•S .'f 't^4 #,t. x`r: x y r. Blimp x�:� ' .'x§ rn'7t �k. 1 ft `:•J itt ... 4� � 'r'g t +'✓` r< S a r e a a :' C a s"^ v' ,2C 4 �• ,_t=a'" y' r 2` x } y a 'x a ?fit 45 ,"a +f r"Vol tt x W. S g w; t tk xF t Berk'a.t a u; 7 d, ' F , ; �". . 7 n "rs „ # d lost, NJ '• `. a SAW ZIN' K Pill aa.,. 2., t .�i!`.. x 4 s't•`�, t 7�- j s tr' -t '' „�;x }' -Oft § �' .r., it. S � r' t�, +E`x x't Y,`t A SxY i a! "& 3#- a:, tr ia'; },lze 9z}!�; r h t t• ':7r'� t 1..u': 3 ,n: t} y,<x b $ * pt'' { a ""'''�”rl a A� ia"1 Raw ",,,k `a t ` n a s' fi( `sf�"' � A �- z � � {x yv..r- f" J J.: 1 f Y' ♦♦ 'x k 1` °# - ��,4� �^ -�+�}�a� ��'.:sF T w'L,;:.��y xr r* � 5'a•C P�.:., �a xr'k:f �£E sxs,�* .'`'� k,;£, x ki. t Fr.>t # }, �%.., �u ✓ r:;r 3 Y t a y x A> s�. .h o ' '�{ � f 4 -t' :� � .-,; �t tk�f,g�s��y,<�� x�mr�`•.`��^t �?a r ,v>✓ �' 4 »x ,''a` r f,I'E{ c �'�+ ^.�, i '�zs; � a�'}v� ��.:.. ,fit !� � �".,'.�,.t a n �, w.s[.r�i.'"`�",��' .< ..�., ,��'.a �.. n'3»"-"�./r'� ..iRx€.t..���. }�5. ..��fi;.+ ..,.' .:.,�t�?.. ., �. F�`.�,t..'4'yF; ,#�'l.ry: ,. .� .�., ..g . t'�xr t� f xf"t.,r. .a,.._. am7. �4,.x.s`;.c�. �''�"r,�..�.� h"•r.�g.,„�. w CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. ' WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. his is dclotc44 All replacement text or text being added is shown as underlined I type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following Ow the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. .rr (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. r" (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. go Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit go 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 to examined and copied by any interested party. t- Page-RS-i w Revision Date:May 19, 1997 .r Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i .rf Division 1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions..........................................................................................2 1-03 Award and Execution of Contract......................................................................................2 ,rw 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 1-07 Legal Relations and Responsibilities to the Public..................................................................7 WON 1-07 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 wwr 1-11 Renton Surveying Standards............................................................................................19 Division 2 Earthwork...............................................................................:.:.......................................22 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment.......................................... ...22 ................................. 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation..........................................:.........................................................23 rrr2-09 Structure Excavation......................................................................................................23 Division 3 Production From Quarry and Pit Sites and Stockpiling................................. 3 No supplemental specifications;were necessary........................................................................25 r Division 4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 ar Division 5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................:...............................29 to 6-12 Rockeries....................................................................................................................29 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30 rr7-01 Drains........................................................................................................................30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes,Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains....................................................................................34 �wr 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 wsr 7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases.................................. .....................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical .............41 ..................t............................. 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 w t- Page-RS-ii Revision Date:May 19, 1997 to Division9 Materials...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures,Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials..............................................................................51 wr9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEX TO WSDOT AMENDMEN'l'S......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 +w mrr 'rr are Aw wr *w Aw wo +rr r to t Page-RS-iii Revision Date:May 19, 1997 ra 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to e the Department of Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) ' General Requirements odjfications to the standard specifications spocifacatierrs and supplemental specifications that apply to an individual project. The special provisions may describe work the WW 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply The SECTION I-01.1 IS REVISED BYADDING TAE FOLLOWING: Contractor shall include all costs of dome this work within the bid prices. 1-01.1 General(RC) State(RC) Whenever reference is made to the State, Commission The state of Washington acting through its representatives_ Depa.**^ An of Transportation Secretary of Transportation, Tae State shall also refer to The City of Renton and its authorized Owner Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) emloyees and duly authorized representatives for all contracts The component parts of the contract which may include, but administered by the City of Renton. are not limited to the Proposal Form, the Contract Form, bonds w insurance certificates, various other certifications and affidavit,the SEC77ON I-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, working Drawings the TSE FOLLOWING: Standard Specifications, the Standard Plans. Addendum and .. 1-01.3 Deruddons(RC, APWA) Change orders. Dates(APWA) - Act of god(RC) Bid Opening Date(APWA) 'Act of God' means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and ,,,a, cataclysmic phenomenon of nature. A rain windstorm,high water reads the bids. or other natural pheaoarenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. No be construed as an act of god. Confrad Fxecudon.Date(APWA) Consulting Engineer(RC) Tire'date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) _ air Agency. The date stated in the Notice to Proceed on which the Contract Day�� time begins. Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC) Documents,shall be understood to mean working days. The date by which the work is contractually required to be Or F4ual(RC) completed The Cow= Completion Date will be stated in the Where the term "or equal" is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the rrr engineer,shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Fwal Acceptance Date(APWA,RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accents the work demonstrations or other information required to obtain the as complete-per contract requirements. err approval of alternative materials or processes by the Owner shall Material(APWA) be a Airtly borne by the Contractor. Any substance specified for use in the construction of the Owner( Q project and its appurtenances which enters into and forms apart of The City of Renton or its authorized representative. Also the finished structure or improvement and is aepable of been-so Aw referred to as Contracting Agency used and is furnished for that Utu Pte- Plans(RC) Matedalman(APWA) The contract plans and/or standard plans which show location. A person or organization who furnishes a raw material, character, and d'unensions of prescribed work including layouts, supply corninodity equipment or ntanufactuted or fabricated "a" profiles,cross-sections,and other details. product and does not perform labor at the Prof Site:a suPplr. Drawings may either be bound in the same book as the Notice ri Award ice from encv to the balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Ag are apart of the Contract Documents regardless of the method of successful Bidder signifying the Contractin e�a„n,'c Ac tanct "a' binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) AoPr�cv or Engine generally used in specifications refers to drawings bound either The written notice from the Contracting +crr with the specification documents or included with the Plans or the to the Contractor authorizing and directi 'I the Contractor to City of Renton Standard Plans. proceed with thi Work and establishing the date on which the Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other ' g+ authorized representatives. The chief executive officer to the t- Page-SP-1 Revision Date:May 19, 1997 iw 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract ift 1-02 Bid Procedures and Conditions within S (five) years from the date of submission Failure label such materials or failure to timel res nd co so after notice of ter SECTION I-02.1 IS DELETED AND REPLACED BY THE Wiest for public disclosure has been given shall be deems a FOLLOWING: waiver by the submitting vendor of any claim that such materials are, in fact,so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION I-02.12 IS SUPPLEMENTED BY to _ FOLLOWING: `DING THE Bidders shall be qualified by experience financing equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals ApwA Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RQ FOLLOWING' a. The bidder is not prequalified when so required; tin 1-02.2 Bid Documents(APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as.to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING 3. A bidder is not pmqualified for the work or to the full SENTENCE I, PARAGRAPH TO READ. extent of the bid; 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS. ur sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, "WA) bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicableLwill be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form(APWA) All bids will be based on total sum of all schedules of prices The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates,Additives,or Deductives if such be to the advantage of or special provisions. The City reserves the right however to . the Contracting Agency. The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION I-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLFJIM NIED BY ADDING THE FOLLOWING: FOLLOWING. 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract, bond form and all other forms requiring All prices shall be in legible figures execution, together with a list of all other forms or documents P g gores and(woo-words)written in ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be 1_ A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award- places to the right of the decimal point), each unit price shall also determined by the Contracting Agency be written in words; where a conflict arises the written words shall prey SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(l) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract(APWA,RC) 1-02.6(l) Proprietary Information (RC) Within 20 10 calendar days after receipt from the Ciry of the Vendors should, in the bid proposal identify clearly any forms and documents required to be completed by the matenial(s) which constitute '(valuable) formula designs Contractortlta-a4vard-data, the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. 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 11I1i 1-04 Scope of the Work 1-05 Control of Work date,the Contracting Agency may grant up to a maximum of 24 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE f additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes Raj' The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state• In addition, the reduction alternatives, but will evaluate such proposals by the ow 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 SECTION I-04.11 IS SUPPLEMEWTED AS FOLLOWS. license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup RAC or number a WadunZon State Contractors registration number, or both the Bidder shall insert such information in the spans 3. All salvage material as noted on the plans and taken from provided The Contracting Agency requires legible copies of the any of the discarded facilities shall,at the engiiheer's discretion be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost ■r Enginm as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. SEC77ON 1-03.4 IS SUPPLBIKENTBD BY ADDING THE The contract° for"Finish and Cleamip,_inmp sum,- shall be full compensation for all work, equipment and materials aw FOLLOWING TAO THE FIRST PARAGRAPH: required to perform final cleanup._ N this pay itan does not appear 143.4 Contract Bond(AIM A) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further S Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work . sign official statements (sole proprietor or ter)• If the w Contractor is a corporation the bond must be signed by the SEC77ON 1-05.3 IS REVISED AS FOLLOWS: president or vice-president,unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working DrawtW_(EQ- . corporation(ie corporate resolution.power of attorney or a later The•Contractor shall submit supplemental working drawings aw to such effect by the president or vic"resident). as required for the performance of the work.-The drawings shall be 1-04 Scope of the Work on sheer '74 by 36�inches or on sheets with ' dimensions in multiples of 8-12 by 11 inches. rr SEC77ON 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING. THE: FOLLOWING: FOLLOWING.- 1-04.1 Intent of the Contrail C 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sun work accomplished If the project calls for lied Contractor supp surveying.-the Ow to date The 's calculations and decisions m shall be final Contractor shall provide all required survey work, including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5;1-11 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Erigineei. nhethod of calculating lump sum paymexNS is provided elsewhere in SECTION 1-05.5 THE VACANT SEC77ON IS REPLACED BY the motions. THE FOLLOWING: SBCI7ON 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes(RC) rrr 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surve)ing, the Special Provisions Specifications,and Addenda Contractor shall provide all required surve3' wont u�l M!H&such (RQ work as mentioned in Sections 1-05.4 1-( 1-11 and elsewhere Airy inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Fngmeer�All costs +err for the survey work shall be included m "Contractor Shed by following this order of precedence(e.g., 1 presiding over 2, 3, Surveying."per lump sum. 4,5,6,and 7;2 presiding over 3,4,5.6.and 7;and so forth): I. Addenda 1-05.5(1) General(APWA,RC) r 2. Proposal Form The Engineer or Contractor supplied sur„ Or will provide 3. Special Provisions e s 4. Contract Plans construction stakes and marks establishing lines slopes.and a as stipulated in Sections 1-05.5(l) and 1-05.5(Z�and will °full 5. Amendments to the Standard Specifications , wed 6. Supplemental Specifications. such work n 1-11. The Contractor shall asstmne ful 7. Standard Plans responsibility for detailed dimensions elevations and excavation 6.8. pp Standard Specifications slopes measured from the Engineer or Contractor sulte° surveyor furnished stakes and marks. Page-SP-3 Revision Date.May 19, 1997 40 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish cede Prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-0_ 5.5(3) Bridge and Structure Surveys (APw.. provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retainine ne H, supplied surveyor adequate time for setting stakes. Contractor shall retain as a wa Part of Contractor o 'is he Stakes, marks: and other reference points including existing experienced team of surveyors under direct su ision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that fired field carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the inteaded Ian charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all sury s uired to amumentation that were not to be disturbed but were destroyed or complete the structure,except the following primate,curve control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer. deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines of alterations or rewnsauction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances control points set by the Engineer still exist, or unless other 4. Monuments .and control points as shown on the satisfactory m6staatmm evidence to prove the error is furnished Drawings. the Engineer.Three consecutive points set on line or grade shall be The Contractor shall establish all second ITY survey controls the minimum points used to determine any variation from a straight both horizontal and _vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be Placement Of all protect elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the tan C__ontractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all,surveys required other than . 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +-01 foot(between su ive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructm Elevations+-.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work the Contractor shall make standard field book and in a format set by the Engineer,per Section available to Me Engineer aU field books including survey 1-11.103). These field notes shall include all survey work information,footing elevations cross sections and quantities . Performed by the Contractor's surveyor in establishing line grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion d_ imensions 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 Surveying(RQ If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supphed the standards of the Engineer, then the Contractor shat!, upon the Surveying the Contractor shall supply the survey work required wr► Engineer's written request, remove the individual or individuals for the protect The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an exnerienc ed team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4. 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies and omissions to the plans that which comprise the improvement or be included in the bid item for Prevent the Contractor and/or Surveyor from constricting the tree 'Contractor Supplied"Surveying' per lump sum if that item is Project in a manner satisfactory to the Engineer. All errors included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. ttfli 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall famish to the Contractor one time only,or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed all principal from harm. The Contractor shall inform the Surveyor of the lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points 00 completion of the Work.These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built I. Slope stakes for establishing grading records for the project The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built t+iiY 3. Centerline finish grade stakes for pavement sections records for the project, wider than 25 feet,and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As- utilities such as water, sewers, and storm drains (with offsets 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to`provide at Contractor expense a surveyor to On alley construction projects with minor grade changes the provide all As-Built records and other work as duetted by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade Alleys Engineer-supplied surveying from moneys owed to the Contractor. ° 1- Page-SP-4 Revision Date.May 19, 1997 1-05 Control of Work 1-05 Control of Work r�r Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this riots.rinli ish wus h required for the full and complete survey work required to the Contracting Agency's right to pursue arty other avenue for rrw complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's lump sutra price for'Contractor Supplied Surveying.' failure to perform the Work as required. 1-05.5 Contractor Provided As-Built Information SEC77ON I-0S.10 IS SOPPLEMENTED BY ADDING THE C FOLLOWING: w It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RCZ prior to the backfilling of the trenches by centerline station,offset, and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by ' crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly. noon written order by locate by centerline station offset and elevation each manor item of the Contracting gam'• return and m accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions.either correct such Work or if such Work I 1 Major items of work shall include but not be limited to: has been mated by the Bmineec, remove it from the Project Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work all without Horizontal Bends Junhaion boxes Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights tit Standards Hydrants Major Changes in Design Grade pnxnpdy comply with the written order to correct defective and +iw Vaults Culverts Signal Poles,Electrical Cabinets. unauthorized Work or if an emergency exists the Confima nv After the completion of the wort covered by this contract.the Age'reserves the tight to have defective and unauthorized Work contractors surveyor shall Provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 wwr field book(s) containing the as-built notes and one set of whtte "Owner's Right to Correct Defective and Unauthorized Won3c.- prints of the project drawings upon which he has plotted the rates . The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under any taw prints of the project drawings upon which he has 0940 the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). umu dionized work discovered after one year but prior,to the . This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing,or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement, a" item'Contractor Supplied Surveying.' The Contractor shall warrant good title to all materials, supplies, and equipment purchased for or incorporated in the TM VACANT SEMON I-0S.8 IS REPLACED BY.• Work. Nothing contained in this paragraphe however:shall defeat 145.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work(AP WA) recover under arty bond green by the Contraaor for- their protection,or am rights under any law permitting such persons to If the Contractor fails to rernedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Engineer,or fails to perform any part of the Work required by the The provisions of this shall be inserted in all Contract Documents the Engineer may correct and remedy such subpar and material connects, and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons .,,;--3, materials for the Work rrw the Engineer may deem 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 sentences of the If the Contractor fails to comply with a written order to fourth of section 1-08.9 is deleted and replaced by die remedy what the Engineer determines to be an emergency following: Sw situation the Enguieer may have the defective and unauthorized 1-05.11 Final Inspection(APwA) Work cornered immediately,have the rejected Work rernoved and replaced or have Work the Contractor refuses to perform rri completed by using Contracting Agency or other forces. M 1-05 11(1) Substantial Completion Dow be Stg emergency situation is any situation which in the opinion of the When the Contractor considers the work to be substantially Engineer a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify die Engineer and rtxl might cause serious risk of loss or dairhage to the public. the Engineer establish the Substantial Conplehon Date. To be wr Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions mast be attributable to correcting and remedying defective or unauthorized met: Work or Work the Contractor failed or refused to perform, shall 1. The Contractin A e must have full and uncestri ted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and Engineer from monies due or to become due the Contractor.Such safety>tandpoint• of tetnpotal direct and indirect costs shall include in particular, but without 2 Only minor incidental work, replacennent limitation, compensation for additional professional services substitute facilities or correction or repair work remains to reach required, and costs for repair and replacement of work of others physical completion of the work. ific items of work wr destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the spec 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 completion. The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. 'w attributable to the exercise of the Contracting Agency's rights t. Page-SP-S 40 Revision Date:May 19, 1997 1-05 Control of Work = 1-05 Control of Work If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing, and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer intended use, the Engineer, by written notice-to the Contractor The costs for power, gas, labor, material su lies and will set the Substantial Completion Date If after this inspection everything else needed to successfully complete operational teS. the Engineer does not consider the Work substantially complete and shall be included in the various contract noes related to the stem ready for its intended use, the Engineer will by written notice so . _ being tested, unless specifically set forth notify the Contractor giving the reasons therefor. Form. "" D1Q Il/lt Upon receipt of written notice concurring in or denying Operational and test periods when required by the u substantial completion, whichever is applicable the Contractor shall not affect a manufacturer's or warranties furm•s�d shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical ► Completion. The Contractor shall provide the Engineer with a SECTION 1-05.12 IS Derr AND REpLgCED WII'g THE revised schedule indicating when the Contractor expects to reach FOLLOWING: s_ubstantial and physical completion of the work. 1-05.12 FInal Acceptance(APWA) The above process shall be repented until the Engineer The Contractor must perform all the obligations under a establishes the Substantial Completion Date and the Contractor ie considers the work physically complete and ready for Final Contract before the Completion Date can be established. A Certificate of Completion for the Work issued Agency will establish the Completion Date and ce t itifv the Work as 1-05.11(2) FSn i`Ltspwtion Date(APWA) complete. The Final Contract Price may then be calculated The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice established and the Final Contract Price calculated: shall request the Eratineer to schedule a final inspection. The 1. The physical work on the ymiect must be complete Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must famish all documentation required Contractor will then make a Final Inspection and the Engineer will by the Contract and rewired by law, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as completerrt Inspection reveals the Work incomplete or unacceptable. The A Ccrtificete of Completion for the Wonic,-jj9p9L by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the cbnmctoes cortinw until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected. from unilaterally certifying the Contract complete so the Engineer ff action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 7 days afar receipt of the Written Notice listing the deficiencies SECTION I-05.13 -IS SUPPl.7tAmNTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH TO READ. whatever steps are necessary to correct those deficiencies pursuant , to Section 1-05.8. 1-05.13 Superintendents,Labor, and Equipment of Upon Correction of all deficiencies, the Engineer will notify Contractor(APWA) the Contractor and the Contracting Agency, in writing of the date Whenever the Contracting Agency evaluates We Contractor's upon which the Work was considered physically complete That gwqualifcation pursuant to Section 1-02.1,the Contracting Agency � date shall constitute the Physical completion date of the Contract will take these performance but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. imports into account. SECTION I-05 IS SUPPLLEALUTED BY ADDING THE 1-0_ 5.11(3) Operational Testing(APWA) FpILOW1NG NEW SEG"170NS: It is the intent adf the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power(APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements and shall mechanical equipment, steeet lighting distribution electricadistribution or s3 systems;buildings;or other similar work it may be desirabl e bear Work. the costs for power and water necessary for the performance for the Engineer to have the Contractor operate and test the Work of for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements(APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, ag _ or under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period,the Contractor shall correct any items oblations contained in any of the documents comprising the of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment 0 electrical as unofficial information and in no way binding upon i controls, meters, or other devices and equipment to be tested Contracting Agency, ualess subsequently put in writingL, during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical t= Page-SP-6 Revision Date:May 19, 1997 No 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misuWerstOW tax liability. The Contractor shall include all Contractor-paid taxes in the ► SECTION 1-06.02(1) !S SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some casts however FOLLOWING: state retail sales tax will not be included. Section 1-07 2f3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. Acceptance The Contracting Agency will pay the retained percentage only UNLESS STATED if the Contractor has obtained from the W ;ngt�pp State STATED OTHERWISE IN THE SPECIAL PROVISIONS STATISTICAL EVALUATION WU_L NOT BE of Revenue a certificate CAL that all contract_ USED BY THE CITY OF RENTON. related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State sir fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) . FOLLOWING. WAC 458-20-171, and its related rules, apply to building .rr 1.07.1 Laws to be Observed(APWA) repairing, or improving streets,roads, etc., which are owned by a municipal corporation, or Political subdivision of the state or by The Contractor shall indemnify,defend and save harmless the the United States, and -which are used primarily for foot or tw Contracting Agency Cm IWft any agents officers, aihd vehicular traffic. This includes storm or combined sewer systems employees) against amt claims that may arise because the within and included as a part of the street or road drainage system Contra(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include err In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices or other contract amounts, including those that the The Washington State Deparunent of Labor and Industries Contractor pays on the purchase of the materials, equipment or shallbe the sole and paramount administrative agency responsible supplies used or oorisame$in doing the work. tit for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973(WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Protect Site office, or WAC 458-20-170 and its related rules, apply to the other well known place at the Project Site all articles r>ecessary for constructing and repairing of new or existing buildings or other '0f» -ding first aid to the injured The Contractor shall establish, structures upon real property This includes,but is not limited to. Vublish,and make known to all employees Mures for ensuring the construction of streets, roads highways, etc., owned:by the immediate removal to a hospital or doctor's care. persons, State of Washington;water mains and their appmtMM25s;S 44M Y inducting employees who may have been injured on the Protect sewers and sewage disposal systems unless such sewers and Sine Fliipkivoes should not be permitted to work on the Project disc. systems arc within,and a tart of a street or road drainage Site before the Contractor has established and made known system; telephone telegraph,electrical power distn'bution lines•or procedures for removal of injured penons to a hospital or a other conduits or lines in or above streets or roads. unless such YIYr doctor's Care. power lines becomes art of s sued or road lighting SY�: and wc.a aiaaw aia....v p... The Contractor shall have sole responsibility for the safety installing or attaching of any article of tangjble personal property►in efficiency and adequacy of the Contractor's phutt appliances,and or to real property,whether or not such personal pt�rri bed methods and fbr any danuge or irdury resulting from their failure, y part of the Malty by virtue of ingallatlon. aw or improper maintenance use or operation. The Contractor shall For work performed jn such cases the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full:contrad pwiax Site an including safety for all persons and property in the price. The Contracting Agency will automatically add s sales performance of the work 'this requirement shall apply tax to each payment to the Contractor. For this reason. the `m odiously and not be limited to normal working hours. The Contractor shall not include the retail sales tax m the unit Bid Item required or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Role 170, with review of the Contractor's performance does not and shall not, be the following exception. intended to include review and adequacy of the Contractor's safety Exception- The Contracting Agency will not add in sales tax i4w measures in on,or war the Project Site. for a payment the Contractor or a subcontractor snakes on the purchase or rental of tools machjnery equ'pnient or consumable SECTION 1-07.2 -IS DELETED AND REPLACED BY THE supplies not integrated into the project. Such sales taxes snahh per r FOLLOWING. included in the unit Bid Item prices or in any 'other contract 1-07.2 State Sales Tax(APWA) amount. 1-07.2(4) Services (APWA) so 1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax_ Sections 1-07.2(1) through 1- other services (as defined in State Deparmmeitt of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). err contact the Washington State Department of Revenue for answers to questions in this area The Contracting Agency will not adjust I, Page-SP-7 sir Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public 16 SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbid; W11en TI7LE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less or have more than 10 i-07.5(2) State Department of Fish and Wildlife" pest increase in turbidity when the background turbidir.,is more than 50 NTU for other classes of waters refer to WAC 173-201_ (APwA, $A) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical yrone*w Of sdi, le the contract requires, the Contracting will measure and a demonstrating the scattering and absorption of light , ,,M tMr ro9 ng Ag Y pay - "M by for it at unit contract prices. But if contract items do not cover Suspended material as expressed in Nephelometne'ltiub,dity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. 09.4 thmug Discharges to a State waterway caused by aggre are aching or. drainage from aggregate pit sites, and stockpiles or dewat U of pits and excavations shall not increase the existing turbidity of, receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated hef FOLLOWING NEW SECTION: being discharged into stream or other State waters ar Turbidity may be removed by the use of lagoons or holding ponds settling basins 1-07.11(11) City of Renton Affidavit of Compliance overflow_weir, polymer water treatment dischargine ro orr,,,,,yi surfaces by percolation evaporation or by passing thro rah gravel ti► Each Contractor.--Subcontractor, Consultant, and or Supplier sand or fiber filters. shall complete and submit a copy of the "City-of Renton Fair 2._ Erosion Control: Temporary erosion control shall be exercised by mWm'rcing exposed areas and slopes umil perma++e•� Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. meal es are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering dun be placed over exposed ground area to protect from rain erosion. SECTION I-07.13(l)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain situations may include netting mulching with binder and seeding 1-07.13(1) General(RC) Should rutting and erosion oocur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins manholes and be damaged thereby. c_ulverts and other pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains streams or State constructed while these conditions exist,unless by special means or waters. Chlorine water may be discharged into sanitary sewers or pry acceptable to the engineer, the contractor shall be able disposed on land for perculation.Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosulphate Water shall be periodically tested for chlorine residual. SECTION I-07.14 (AP WA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for t REVLSING ALL REFERENCES TO 'STATE, COAiMISSIO 9 washing vehicles and equipment shall not be allowed to enter.storm SECRETARY" OR "STATE" TO READ "CONTTtACT ING drains,steams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SEC77ON I-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the groin_d FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. +a► SAPWA R_Q 5. Oil and Chemical Storage and Handling: Handling and If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place adiacent to orders, temporary water poAution/erosion control work will be waterways. The storage shall be made in dike tanks and.barrels measured and paid for pursuant to Section 3-0 .41-04.1 through with drip pans provided finder the dispensing area. Shut-off-and hung sum item for "Temporary Water PollutionlErosion lock valves shall be provided on tanks Shut-off nozzles shall be the the lump provided on hoses. Oil and chemicals shall be dispsed.only during daylight hours unless the dispensing area is properly ted If no pay item appears in the contract for 'Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control' then all labor, materials tools and Fencing shall be provided around oil storage Locks shall be equipment used to complete the work shall be considered incidental provided on valves,Pumps and tanks. to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair shall be made. or relocation work is required the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line Sanitary sewer flow this temporary work shall include, but is not limited to the shall be pumped out collected and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for djF4 aMe The tiw 1. Turbid Water Treatment Before Discharge: existing sewers shall 'be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer; for Lake Class Receiving Waters addition, the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and W over background conditions; for Class AA and Class A Waters Page-SP-8 Revision Date:May 19, 1997 ire 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public de posited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contzactor and Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfilled, in their original way washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting AQ_ en_cy`and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any worts done on treatment plant. casements or rights-of-way. Damage to existing structures outside of easement areas ,iw,, 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their ori ginal condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expcnse of the contractor. franchises required for the project The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him Pte. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make accessary repairs, the contractor. +ww with the right of access to such lands. Tine contractor shall not shall so inform the Contracting Agency, The Contracting Agency unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide with no liability to the I The contractor is responsible for identifying and iww Contracting Agency. any additional land and access thereto not doannenting am damage that is pre-existing or cxased by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in cooStruction facilities or storage of materials. He shall construct accordance with the ail' of ReNoni Trench Restvnuios a[I access roads,detour roads or other temporary work as required Regubvnents, which is available at the Public Works Department by his operations The contractor shall confine his enurement, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building 200 Mill Avenue South. shown and described and such additional area as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BYADDING. A. General. All constriction work under this contract on casements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities(APWA,RC) confined to the limits of such easements,right-of-way or franchise. addition to the other requirements pursuant m RCVff All work shall be accomplished so as to cause the least amount of In to disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties,the Contractor shall: be left open during weekcnds or holidays and trenches shall not be 1 call the utilities underground location center for field open for more than 48 hours. location of the utilities; i. B Sttudures. The contractor shall remove such existing Call Before You Dig structures as may be necessary for the performance of the work and, if shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all adsttng structures which may be damaged as a result of the work under this contract.. 1-8004!4-5555 C. Easements. Cultivated areas and other surface and improvements. All cultivated areas,either agricultural or lawns,and 2 not begin excavation until all known tmderground err other surface improvements which are damaged by actions of the facilities in the vicinity of the prof excavation have been contractor shalt be restored as nearly as possible to their original located and marked. condition. Location and dimensions sbown on the Plans for existing Prior to excaivation on an easement or private right-of- facilities are in accordance with available Wbrma"M im way, the contractor shall strip top soil from the trench or uncovering measuring, or other verification if a utility is known construction arcs and stockpile it in such a manner that it may be or suspected of having underground facilities within the area of the replaced by him, upon completion of construction. Ornamental proposed excavation and that utility is not a subsen'ber to the trees and shrubbery shall be carefully removed with the earth Q A give utilities underground location center then the Corutrac0or surrounding their roots wrapped in burlap and replanted m their individual notice to that utility. original positions within 48 hours. if, in the prosecution of the work, it >�e�d—� All shrubbery or trees destroyed or damaged, shall be interrupt existing surface drainage. . dV replaced by the contractor with material of equal quality at no utilities similar underground structures, or 1 thereof. the additional cost to the Contracting Agency. In the event that it is contractor shall be responsible for and shall take all necessary necessary to trench through any lawn arcs, the sod shall be precautions to protect and provide temporary services for same. carefully cut and rolled and replaced after the trenches have been The contractor shall at his own expense repair all damage to o backfilled The lawn area shall be cleaned by sweeping or other such facilities or nexures due to this construction COMM — such n to the means,of all earth and debris. satisfaction of the City except for City owned facilities which Wi The contractor shall use rubber wheel equipment similar repaired by the utility department at contractors expense or ay to the small tractor-type backhoes used by side sewer contractors for the contractor as directed by the City. all work,including excavation and backfill,on easements or rights- of way which have lawn areas All fences,markers, mad boxes,or t- Page-SP-9 a* Revision Date:May 19, 1997 1-07 Legal Relations stud Responsibilities to the Public 1-07 Legal Relations and Responsibilities to t the Public SECTION I-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at e th FOLLOWING. option of the City. 1-07.18 Public Liability and Property Damage The Contractor shall obtain and maintain the minimum (0 Insurance(RCZ insurance coverage set forth below. By M ui mg minimum insurance, the City of Renton shall not be deemed or n,,,M.. have assessed the risks that may be applicable to the State Amendment to 1-07.18 is not used. Renton uses the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits r b SECTION I-07.18(1)IS.REPLACED WITH THE FOLLOWING. coverage. ��vauer 1-07.18(1) Genera!(RC) Coverage shall include: The contractor shall obtain and maintain in full force and (1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be witten on an occurrence basis effect, from the Contract Execution Date to the Completion Date and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG25o3- company0es) or through sources approved by the State Insurance ..e.al Commissioner pursuant to RCW 48. Aggregate to apply per protect if applicable) The Contractor shall not begin work under the Contract until ' Explosion,Collapse and Underground Hazards the recmired insurance has been obtained and approved by the 0 Products/ComPleted Operations Contractual Liability ' (including AMendat iilwt Contracting Agency. .Insurance shall provide coverage to the ""'—des Endorsement GYi 0043 or equivalent which includes Contractor, all subbontractors Contracting Agency and the defense coverage assumed under contra Contracting Agency's .consultant. The coverage dW1 protect • Broad Form Property Damage against claims for bodily injuries personal injuries including • Inds Contractors accidental death, as well as claims for property damages which •_Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by'anyone directly or indirectly employed by (2) Automobile Liability including all ether of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hived Vehicles term of the Contract for work are in full force and effect during the (3) Workers Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration paecs(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work commences Failure . Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material P wry breach of contract and shall be caused for immediate termination of V professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability (e.architectural ow SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering advertising or computer programming) the 1-07.18(2) Coverages(RQ CONTRACTOR shall maintain professional liability As part of the response to this proposal covering wrongful acts, errors and/or omissions of the the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed qty of Renton Insurance IrnformatYon form the course of operations under this Contract. _which details specific coverage and limits for this contract All coverage provided by the Contractor shall be in a form (6) The Contracting Agency reserves the right to request and/or and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on Agency. The City requires that all insurers work performedC.e.pollution liability) 1) Be licensed to do business within the State of Washington CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents employees and volunteers as Additional Liability and Pollution coverage are acceptable when Lured(ISO Form CG 2010,or equivalent) The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Lnjurances prior proof of professional liability coverage be provided for rip to commencement of work. The City reserves the right to request to two(2)years after the completion of the proiect copies of insurance policies if at their sole discretion it is de=ed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above page(s) for each insurance policy affecting coverage(s) shall: required by the Contract Prior to the date work commences 1) Be on a primary basis not contnbutory with any other 4) Possess a minimum A.M.Best rating of AVII(A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred) If any insurance carrier OF NLI MN. Possesses a rating of less than AVIL the City may make an 2) Include a Waiver of Subrogation Clause exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the tt insurance coverage provided by the insurance company(ies) terms 4) Policy may nit be non-renewed canceled or materially conditions, and the Certificate of Insurance Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Notification these requirements will be considered a material breach of contract shall be provided to CrrY OF RENTON by certified mail. t- Page-SP-10 Revision Dale:May 19, 1997 im 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public AM REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the 07.18(3) 'LIMITS'WITH THE FOLLOWING: company, its agents or representatives 1-07.18(3) Limits (RC) c. Amend the cancellation clause to state: 'Policy may LIlVM REQUIRED not be non-renewed,canceled or materially et>a.+s.ed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is providedf constmed to relieve the contractor from liability in excess of to the City% Notification shalt be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only. instead of We Commercial General Liability cancellation language specified above, the Citv wilt accept a rw Geneal Aggregaft• $2.000.000*' written agreement that the consultant's broker will provide the Products/Completed Operations $2.000.000`{ required notification. Aggregate Each occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS. _ '•" Personal/Advertising Injury 1S ,000,000 m 1-07.20 Patented Devices,Materials, and Processes Fire Damage m Fire)e(A One re) $50,000 Medial Payments(Any One Person) $5.000 SAPWA) Stop Gap Liability 1$ ,000.000 The Contractor shall assume all costs arising from the use of "m • General Anregate to amlY per Dmiea (LSO Form Ct:r'2503 eu eAtiivalent) patented devices,materials,or processes used OA or incorporated in ISO Fit may vary based gu project risk the work, and agrees to indemnif}r: defend, and save harmless Automobile Liability The Contracting AgenW, and their hrir Bodily inhMLjEropSia Damage 15 .000.000 duiY suthoriud agents and employees from all actions of airy tEwl ) nature for. or on account of the rise of any patented devices, woriaere Compensation materials.or processes. ik ry gen -age A Variable (Stow Washington Labor and industries Number) SECTION I-07.22 IS Si1PPl.EMENTED BY 2=FOLLOWING: Umbrella Liability 1-07.22 Use of Explosives(APWA) Each Occurrence Limit 1$ , ,000 General Awynte $1,000.000 Explosives shall not be used without specific authority of the +Tarr Operations $1,000.000 Engineer, and then only under such restrictions as may be required . re to by the proper authorities Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such loud laws, rules and Each Occurrence/b rident/Claim $1.000.000 regulations that may apply.The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License: The City may require the CONTRACTOR to keep The Contractor shall obtain comply with. and pay for such pe***+its and costs as are necessary in coniumction with blasting professional liability coverage in effect for up to two(2)years after operations. Completion of the project. The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of in writing in the event am general aggregate or other aggregate the Work,the Contractoes insurance shall contain a special clause limbs are reduced At their own expense the CONTRACTOR permitting the blasting. will reinstate the aggregate to comply with the mriumam limits and 1-07.23 Public Convenience and Safety reguirments as stated in Section 1-07.18(3) and shall furnish the SECTION 1-07.23(1) IS SUPPL81t�NTED BY ADDING THE QTY OF RENTON a new Certificate of insurance showing such FOLLOWING PA (l) IS SE r coverage is in force. SSGTION 1-07 I8(4 IS REPLACED WITH TEE FOLLOWING 1-07.23(1) Construction Under 7YaW C SUPPLBMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for Controlling dust and JNSUR.4NCE'. mud within the project limits and on . street which.is Within 20 days of award of the contract the CONTRACTOR utilized by his extaipment for the titration of the Protext. shall provide evidence of .insurance by submitting to the The contractor shall be prepared to rise wattrrne trucks, CONTRACTING AG13NCY the following; and other pie== Of equrpmeat�tietlhie� power a.,wF... 1) City of Renton Insurance information Form (attached necessary by the engineer to avoid ert'acmg a °O0• herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the proiect, and no coin nsation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. 07 18(2) and 1-07 18(3) as revised above. Other requirements arc as follows: Complaints of dust mud or unsafe practices and/or property damage to private Ownership will be transmitted a Strike the following or similar wording: "This to the contractor and prompt action in cotre stin g them w1111 wr Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder"; b Strike the wording regarding cancellation notification me to the City "Failure to mail such notice shall impose Page-SP-11 iW Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress meta SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY MNGING ALL FOLLOWING: REFERENCES TO 'COMMISSION THE SE CRgI^ARy" pR 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY. Street right of way lines, limits of easements, and limits of SECTION 1-07.27 (APWA) IS REVISED By ALL REFERENCES TO "STATE" OR BANGING construction permits are indicated on the Drawings. The BEAD "CONTRACTING AGENCY." �61 � � Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING.• brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Prelitnin Whenever any of the Work is accomplished on or through cry Matters (APWA) property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1)Preconstivction Conference(AEWA) obtained by the Contracting Agency from the owner of the private - The Engineer will furnish the Contractor with up to 10 conies property. Copies.of the casement agreements are included in the of the Contract Documents. Additional docomeuts May be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Bwinoef. undertaking each part of the Work the rContra nor shall carefully Whenever easements or rights of emtry have not been acquired study and compare the Contract Documents and dieck and verify rre prior to advertising,these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall prompty report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict error or discxepanc�v which the acquired until the Engineer certifies to the Contractor that the right _Contractor may discover. [tier of way or easement is available or that the right of entry has been After_ the Contract has been executed but prior to the received. If the Contractor is delayed due to acs of omission on the Contractor begmmng the Work a preoonstnrction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other achy or right of way, the Contractor will be entitled to an mterested parties as may be united. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruaion conference will be: be a breach of contract. 1._ To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and ' parties associated or affected by the Work- Private property where private improvements must be adjusted._ 3. To establish and review procedures for progress payment The Contractor shall be responsible for providing without notifications,approvals,submittals etc.• expense or liability to the Contracting Agency,any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control;and conshuaion facilities, storage of materials, or other Contractor 6. To discus such other related items as may be pertinent to needs. However, before using any private property, whether the Wort. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals:and reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Proiect Schedule. acing for the owner of the private property affected stating that permission has been granted to use the property and all necessary 1-08.1(2) Subeonhacting(APWA) permits have been obtained or, in the case of a release that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number,address and date of computing this percentage however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subWntmcted the Completion Date will be established. work on items the contract provisions specifically designates may to be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing Each request to s to ubcontract shall be on the form the Engineer provides. If the Engineer requests the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work requires. Each subcontract shall contain a provision which requires o the subcontractor to comply with Section 1-07.9 and to furnish all certificates, submittals and statements required by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of any contracting firms the subcontractor proposes to Page-SP-12 Revision Daft:May 19, 1997 tU as 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors Collexively these lower tier Permission to work between the hours of 10:00 o m and 700 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10.00 m and +w total amount subcontracted to a subcontractor. When a 9:00 a.m, on weekends or holidays may also be suhiert tp noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are aw 1 Furnishing and driving of piling,or received from the public or adjoining property owners regarding 2 Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. go subcontractor:. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record equipment, experience, through Friday may be given subject to certain other conditions set IN and ability to perform the work Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions 1 Relieve the Contractor of any responsibility to caM out the may include but are not limited to:reguiiri k9 the Engineer or such cum, assistams as the Engineer may deem necessary to be present during 2 Relieve the Contractor of any obligations or liability under the Work-, requiring the Contractor to reimburse the Comraaing am the contract and the Contractor's bond Agency for the cost of engineering salaries paid Contracting 3 Create any contract between the Contracting Agency and Agency employees who worked durini;such times:caisidering the the subcontractor,or Work performed on Saturdays and holidays as working days with 4 Convey to the subcontractor any rights against the regards to the Comma Time;and.considering multiple work shifts +w Costarring Agency. as multiple working days with respectx to Contrail Time ever The Cog Agency will not consider as subcontracting: though the multiple shifts occur in a single,24-hour period. (1)purchase of said, gravel crushed stone crushed slag, batched Assistants may include, but are• not limited to, survey crews; m,nnrl from the Contracting Agency's material testing lab; concrete aggregates, ready mix concrete off-site fabricated pe- " anwaval steel other off-site fabricated items and any other inspectors and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer such work necessitates their presence. plants:or(2)delivery of these materials to the work site in vehicles 1-08.1 Reimbursement for Overtime Work of go owned or operated by such plants or by recognized independent or Corthwting Agency Employees(APWA) commmercial hauling companies. However. the State L&I may determine that RCW 39.12 Where: the Contractor elects to work on a Saturday, Sunday, n0ies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work-shift on a regular as above in accordance with WAC 296-127. if this should occur, the working day, as defined in the Standard Specifications, such work proyisiorrs of Section 1-07 9 as modifi ed or supplemented,_shall shall be considered as overtime work. On all such overtime-work 22&- an inspector will be present, and a survey crew maY be required at The Contractor shall certify to the actual amounts tad to any the discretion of the Fncineer. The Contractor shall reimburse the i+r Disadvantaged, 14linoritY or Women's Business Enterprises firms Contracting Agency for the full amount of the straight trine plus that were subcontractors marrufacxurers regular dealers, or overtime costs for employees of the Contracting Agency regwred service providers on the contract. This certification shall be to work overtime hours. yaWied with the Final Application for Payment on the form_ The Contractor by these Specifications does herediy amliorize ow provided by the Engineer, the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor_be removed. SECTION -1-08.4 IS DELETED AND REPLACED BY TSS The Contractor shall comply with this request at once and shall not FOLLOWING. employ the subcontractor for any further wort:tinder the contract. 1-08.4 Notice to Proceed and Prosecution of the Work j_W.jM Hours of Work(APWA) APWA Except in the case of emergencv or unless otherwise approved X&a bas been by the Contracting Agency the i[oimal straight time working hours Notice to Proceed will be iven after the for " contract shall be any consecutive 8-hour penod between executed and the contract bond and evidence Insurances have 7-00 a m and 6.00 p m of a WorlLmo day with a rriaiorruun 1-hour been approved and filed by the Owner 'The Contractor shall not 1W hnch break and a 5-day-work weds The normal straight time 8- commence the Work until the Notice to Proceed has been give°pY hour working period for the contract shall be established at the the Engineer. The Contractor shall commeria construction preeonstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to the work. Proceed Date The Work thereafter shall be P �� Nw If a Contractor desires to perform work on holidays, vigorously, and without unauthorized in terruption uaUl physical or 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 shg porovat of day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior perm ssion to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from No 8-hour period between 7.00 a m and 6:00 p.m. is not required. the Contractual •obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is to requesting permission to work. t- Page-SP-13 +o Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 16 SECTION I-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION I-0S.11. FOLLOWING. 1-08.5 Time For Completion (Contract Time) (APWA, 1-08.10 Termination of Contract (APWA) SECTION I-08.10(1)IS SUPPLEMENTED BY REVlcnvn ALL REFERENCES TO 'STATE TREASURER DEPART ,., The Work shall be physically completed in its entirety within TRANSPORTATION" IN THE LAST "r the time specified in the Contract Documents or as extended by the SEN!'ENCE PARA Engineer. The Contract Time will be stated in "working days". GRAPHS TO READ `CONTRACTING AGENCY.' shall begin on the Notice To Proceed Date and shall end on the SECTION 1-08.11 IS A NEW SECTION: Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment(RC) on which the contract specifically suspends work, or one of these holidays: January 1. The contractor alone shall at all times be risible for the Monday of adequacy,efficiency,and sufficiency of his and his subc,.,rr,.., emorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the nght to matie use November 11.Thanksgiving Day, the day after Thanksgiving,and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall be a work on the site of the work. botiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant aid.wuipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and maid for accordingly. on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility ocmm on a Saturday, the two preceding working days shall be at any tune, for the security of the site from the time contractor's observed as holidays:--Whea'Chrismtas day occurs on a Sunday, operations have commented until final atanoe of the work by + ► the two wonting days following shall be observed as holidays the engineer and the Owner. The contractor shalt employ such When holidays other than Christmas fall on a Saturday the measures as additional fencing, barricades and watchmen service ring Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day.The Contract Time has been established to allow provided keys for all fenced,seamed areas. for periods of normal inclement weather which from historical records, is to be expected during the Contract Time and during 1-08.12 Attention to Work(RC) which periods, work is anticipated to be performed. Each wir wive working day,beginning with the Notice W Proceed Date The contractor shall give his personal attention to and shall supervise and ending with the Physical Completion Date shall be charged to the work to the end that it shall be prosecuted faithfully, the Contract Time as it occurs except a day or part of a day which and when he is not personally present on the work site he shall at is designated a nonworking day or an Engineer determined all tunes be represented by a competent superintendent who shall ter unworkable day. have full authority to execute the same and to supply materials The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal stowing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for Contract Time for the preceding week' (2) the Contract Time in the faithful observance of any instructions delivered to him or to worldrig days; (3) the number of working days remaining in the his authorized representative. Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable. the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule.If the Contractor SECTION I-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hairs a day and 4 days a week(a 4-10 schedule) FOLLOWING: - and the fifth day of the week in which a 4-10 shift is worked would , ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities(RC) week will be charged-as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date ttiu of each report in which to file a written protest of an alleged graven to the Lispect°r °n.-the project at the time of delivery of materials for each truckload delivered. Pay quantities will tie discrepancy in the Contract Time as reported. Otherwise the pared on the basis of said tally rickets delivered to the Inspecxo; report will be deemed to have been accepted by the Contractor as eon' at the time of delivery of materials. Tickets not receipt by the The requirements for scheduling the Final will not be honored for payment.nal Inspection and Where items are 'fled to be paid by the ton the following establishing the Substantial Completion Physical Completion and Sya„will be used Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the rr E_ ngineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to as omp Sy each truckload of material delivered to the project The tickets shall bear at least the following information: W 1. Truck Number: 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source). 4. Net load weight(stamped at source) S. Driver's name and date. Page-SPR14 Revision Date:May 19,1997 tail 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." wrr 8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE The Contractor shall submit a breakdown of costs for each FOLLOWING. Jump sum Bid Item The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) anti equipment for each item The summation of the detailed unit prices for each item shall add up to the lump sure Bid. 'Me unit 1-09.9(1) Progress Payments(APWA) price values may be used as a guideline for determining progress Progress payments for completed work and material on hand paaymew or deductions or additions in payment for ordered work wr dianges The detailed cost breakdown of each lump sum item shall will be based upon progress estimates Prepared by the Ka; meer, A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstructron meeting.- Within 3 days after the progress estimate cutoff date(but not wo SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contactor shall submit to the ALL REFERENCE4 ISO `MATERIAL RECEIVER' TO READ Engineer for review an Application for Payment filled out and 'B1VGIIVEER" signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date.The Application for Payment shall be Aw accompanied by documentation supporting the Contractor's FOLLOWING: Application for Payment. 1-09.3 Scope of Payment(APWA,RQ If payment is rexpiested for materials and equipment not incorporated in the work,but delivered and stored at approved sites ow Unless modified otherwise in the Contract Provisions. the Bid pursuant to the Contract Documents.the Application for Payment Items listed or referenced in the'Payment"clause of each Section sW1 be accompanied by a bill of sale, invoice, or other of the Standard Specif tons will be the ody items for which documentation warranting that the Contractor has received the won will be made for the Work described in or gx=fied materials and equipment and evidence that the materials and r in that particular Section when the Contractor performs the yuipment are covered by appropriate insurance or other gwified Work.Should a Bid Item be listed in a'Payment"clause arrangements to protect the Engineer's interests therein. but not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30 ON by the Contractor and the work is not stated-as mcluded in or days after the Contractor commences the Work.,and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract.pec Section 1- Completion Date. Progress estimates made.during progress of the 64.1,then payment for that Work will be made as for Extra Work Work are tentative and made only for the purpose of determining an pursuanit to a Change Order. progress payment The progress estimates are subject to change at The words'Bid Item," "Contract Item,"and'Pay Item,"and any time prior to the calculation of the Final Payment .per similar terms used throughout the Contract Documents are Section 1-09.9(4). synionymous. The value of the progress estimate will be the sum of the 1W If the -payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form the estimated appear elsewhere in the Proposal Form or Specifications percentage complete multiplied by the Bid Fortes amount for each Pluralized unit Bid Items appears in these Specifications are Lump Sum Item. wrr changed to singular form. 3 Materials on Hand 90 p of invoiced cost of Payment for Bid Items listed or referenced in the'Payment" material delivered to Job site or other storage area approved by die dause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required specified, or 4 Change Orders entitlement for approved extra cost or or described in that particular Section Payment items will generally completed extra work as determined by the Engineer• be listed generically in the Specifmatiors, and specifically m the Proms payments will be made m accordance w� the bid form When items are to be "furnished" under one payer progress estimate less: item and`installed" under another payment item, such items shall 1 Five(5)percent for retained pere:entage. aver be furnished FOB project site or- if specified in the Special 2 The amount of Progress Payments pr—%?0Ug made. Provisions delivered to a designated site. Matenals to be 3 Funds withheld by the Conttractin° Age for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work petformc shall not be evidence re AV until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contra are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed• Contracting Agency storage site when provided for m the Paym�will be made by warrants issued by the Contra Aw Specifications Payment for material -furnished," but not yet Agency's fiscal officer, against the appropriate f rnd soutcc for the incorporated into the Work may be made on monthly estimates to project Payments received on account of work performed the extent allowed. subcontractor are subject to the provjsions of RCW 39.04.250• SECTION 1-09.8 (APWA)IS SUPPLEMENTED BY REVISING 't" ALL REFERENCES TO "HEADQUARTERS' MATERIAL Page-SP-15 +m Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and p tins ayment 1-09.9(2) Retainage (APWA,RCI 1-09.9(3) Contracting Agency's Right!R Wttr,1. Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amu, - �.0 fa earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained ursuant wA 60.28 and S- percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250 RCW 39.12 and RCW 39 76 the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to.withhold. the State with respect to taxes imposed pursuant to Title 82 RCW due or deduct an amount from my anent or which may be due from such Contractor, and (2)the claims of any Contractor which in the Engineer's opinion, ma due the ws person arising under the Contract. cover the Contacting Agencys costs for or to to _Monies reserved under provisions of RCW 60.28 shall at the following situations: d the option of the Contractor,be: 1. Damage to another contractor when there is evidence +wit 1. Retained in a find by the Contracting Agency thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or ch bearing account in a bank, mutual savings bank or savings and es to public authorities or municipalities which the Contractor loan association(interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer 3. Placed in escrow with a bank or trust cpMWy by the for purposes not connected with the Work(Section 1-05 6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16 escrow the Contracting Agenicy will issue a check representing the 5. For-overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage,or Interest on the bonds=and securities may be paid to the Contractor b. Lade of constivctioo progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress sdiedule which The Contractor shall designate the option desired an the indicates the Work will not be completed within the Contract Time When calculating an anhnppated time overnm the Fngineer will at make allowances for weather delays approved unavoidable delays least 10 working days prior to the first progress payment for the and suspensions of the Work, The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services. brokerage charges or both and finther agrees to of days the Contractor's approved progress schedule in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract des in securities. The Contracting Agency may also at its Time. twr optim accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12 RCW 39.76. and a. Failure of the Contractor to provide the Fmguieer with a ► R_ CW 60.28)provided the following conditions are met: field office when required by the Contract Provisions 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey, stakes . been obtained from the Washington State Department of Revenue markers etc or to provide adequate survey work as required by (RCW 60.28.051). Section 1-055. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls Intent to Pav retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employees of claims to with a sum determined by the Contracting Agency the Contactor or subcontractor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07,9. attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07 10 `r► _minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10 the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L.&I a "Request for Release"form in order The Contactor authorizes the Engineer to ad as agent for the dfor the Contracting 'Agency -to obtain a• release from that Contactor disbursing such funds as have been withheld pursuant to I* epartment with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds if the Engineer elects to do so will be Washington State Employment Security Department and any made only after giving the Contactor 15 calendar days prior applicable Contacting Agency department or organization are written notice of the Contracting Agency's intent to do so and if notified of Contact completion in order to obtain releases from prior to the expiration of the 15-calendar day period those departments or agency organizations. 1. no legal action has eommericed to resolve the validity of the claims,and 2. the Contactor has protested such disbursement- Page-SP-16 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment rri A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract r payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signns the Final payment made under the terms and conditions of the Contract. The Progress Estunate constitutes the final acceptance da1C (Section t Contracting Agency shall not be liable to the Contractor for such 05.12), payment made.in good faith. 1-09.11 Disputes and Claims ®r+ If legal actions instituted to determine the validity of the claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION I-09.11(2)IS REVISED AS FOLLOWS: written settlement agreement of the parties. 1-09.11(2) Claims (APWA) ' Failure to submit with the Final Application for Payment Fuel 1-09.90 final Payment(ArwA) Upon Acceptance of the Work by the Contracting Agency the . ch information and details as described in this section for an claim shall operate as a waiver of final arnou nt to be paid the Contractor will be calculated based y pe ur upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: i to the Contracting Agency of all claims and all liabilities ' of the Contractor, other than claims in stated amounts as may be 1-09.11(3) '11me limitations and Jttrisdidion ecifically excepted in writing by the Contractor, (APWA) 2 for all thjngs done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; with the laws of the State of Washington.The venue of any daims 3 for every act and neglect by the Contracting Agency;and or causes of actions arising from this contract shall be in the 4 for all other claims and liability relating to or arising out Superior Court of the county when the work is yetforme& Of the Work. For convenience of the parties to this contract, it is mutually A payment(monthly,final retainage or otherwise) shall not agreed that any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting 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 Acceptance of the the Contract ; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and wa the Comractini; Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. from tecoverinr damages setting penalties or obtaining such other It is further mutually agreed by the'parties that when anY remedies as may be permitted by law. calms or causes of action which a Contractor asserts against the Before the World will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court the Contractor shall i1w the Enginax, of amounts.paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to auy records minority (MBM or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating y articka +g in the Work Such affidavit shall certify the amounts the claims or actions. paid to the DB MBE,or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit arti tw that die Contractor has not extended any loans, gratuity SECTION . 1 09.13(1) (RC) is SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSMN COUNTY" Specifications. WITH THE WORDS"KING COUNTY." U the Contractor fails refuses or is unable to sign and return SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING: the Final Progress Estimate or any other docanhents required for the final acceptance of the contract the Contracting Agency 1-09.13(3) Procedtnes to Pursue Arbitration(RQ reserves the right to establish a completion date and unilaterally The findings and decision of the board of arbitrators-shall be accept the contract. Unilateral acceptance will occur only after the final and binding on the parties unless the aggrieved party within Contractor has been Provided the opportunity, by written request 10 days challenges the findings and decision by serving and filing ,�„ from the Engineer, to voluntarily submit such documents. If a petition for review by the superior court of ]p Cot voluntary compliance is not achieved formal notification of the Washington The grounds for the petition for review are limited to impending unilateral acceptance will be provided by certified letter showing that the findings and decision: from the Engineer to the Contractor which will provide 30 calendar 1 Are not responsive to the questions submittcd� ,,, days for the Contractor to submit the necessary documents. The 2 is contrary to the terms of the contract i any component 30-calendar day deadline shall begin on the date of the postmark of thereof; 2. the certified letter from the Engineer requesting the necessary 3 Is arbitrary and/or is not based upon the aPPGcable_facts documents This reservation by the Contracting Agency to and the law controlling the issues submitted to arbitration. The dw unilaterally accept the contract will apply to contracts that are forth jn completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its do h-e by sciting — are terminated in accordance with Section 1-08.10. Unilateral wasting their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. *V any way relieve the Contractor of the provisions under contract or i- Page-SP-17 �r Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices pieces of equipment, or services which could. such procedure, not be us ally anticipated b a rudent contractor for the The costs of such arbitration shalt be borate equally by the City maintenance and rotection of traffic then a new itern or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations contractor's filing of the protest or action is capricious or without consideration of payment for these items are that for reasonable foundation. In the latter case, all costs shall be borne covered by other vay items in the bid sal sire not are not by the contractor. specified in the Special Provisions as incidental and the accumulative cost for the use of each individual charinelizi 1-10 Temporary Traffic Control device piece of equipment, n or service must excxed in total cost for the duration of their need. In the event of d' SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipatr� t„, ,me contractor. The cost for these items will be by a greed =uucrii FOLLOWING; established by the Fagineer or by force acxount Addir'„ce :.rim 1-10.1 General = required as a result of the Contractor's modification to Mv. .--sue When the bid proposal includes an item for"Traffic Control," control plan(s)appearing m the contract 7--shall not be Covered to the b the the work required for this item shall be all items described in provisions in this paragraph _Section 1-10,including,but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades flashers decreases by more than 25 percent an equitable ad*usttnent will be construction signing and other channelization devices considered for the item Traffic Control-to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the Special• Provisions specify furnishing maintaining, and payment in a different manner for that SECTION I-I0.2(I) TRAFFIC CONTROL SUPERVISOR IS device: REVISED AS FOLLOWS 2. Furnishing traffic control labor,equipment and supervisory 1-10.2(1)Traffic Control Supervisor R (SA) personnel for all traffic control labor; 3 Furnishing any necessary vehicle(s) to set up and remove SuPcP';&QrT=—TVle Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(I'CS)duties devices: for the project. The TCS shall be certified inas-a worksite traffic con tro ganizations';4CA -a the special 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic The TCS shall assure that err control devices, unless a pay item is in the bid proposal to gei#'e;M all the duties of the TCS are performed during the duration specifically pay for this work-and of the contract. 5. Furnishing labor, material and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up removing and replacing of the construction devices are not functioning as required.171re TICS may signs and the ft-Afrc control devices destroyed or damaged mike minor revisions to the traffic control plan to d_uring the life of the project. accommodate site conditions as long as the original intent 6. Removing existing signs as specified or a directed by of the traffic control plan is maintained and the revision the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. uistalliag as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. -The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor and subcontractors shall be by the TCS is mandatory. submitted at or before the preconstruction conference and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police. fire 911 and ambulance services to 1-10.2(2) TI'aM Contml Plans(RC) notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods 6.30 a.m. to 8.30 a.m., c_orrec t 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) Congmctlon Signs dunng periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" appears in the proposal then well as any other appropriate signs prescribed by the Engineer,�or, all work required by these sections will considered incidental and required to conform with established standards will be furnished 40 their cost shall be included in the other items of work by the-Cerusicg Co�„rrtracxor. Page-SP-18 Revision Date.May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards Zz- wr 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 contract rice increases or decreases by more than 25 percent. Accruibcd 1 ethcr_costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum unit contrast price shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for any om pilot car operation. Any necessary flaggers will be paid under the SECTION 1-10.30 IS REVISED AS FOLLOWS. item for traffic controUaboF. 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum vain contract price hall be full Construction Zone pay for all costs for the labor provided for performin g those construction operations described in Section 1-103(1) and as authorized by the Engineer 'rr « _h th- -A.11 other. acGG&GaeLAafficFG within th- limits Of The Lump Sum unit contract price paaeL-awca-shall be full pay for all cats for performing the asw work described in Section 1-103(3) and Section 1-103(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of MOM-coquol. Class A signs,and ultimate return of all Contracting Ageney- "a' Cw actor-Furnished One-Way Piloted Treic Con&W. The furnished ' Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area Any necessary flaggers shall be furnished by the �Al 'Me Lump Sum unnk contract price P"-42Y­sh;al1 be full pay for all costs involved in finishing the person(s)assigned as the "Traffic Control Supervisor" dadne an 1i _' °r- DELETE SEC77ON 1-10.4 AND REPLACE WITH: All costs for the vehicles)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum unit contract price for"Traffic Control Supewsie�." ,00 No specific unit of measurement will apply to the lump sum item of"Traffic Control" payment fo;4kc 141n,+ Pam-item "XCMPQ;W .'L XFaffic SECTION 1-10.5 IS REVISED AND SUPPL.EMENIED AS " '�" FOLLOWS: 1-10.5 Payment(RC) be paid, +sr+r Payment for all labor, materials, and equipment described in b. Fa��cat fa;the FmaiRiAg 50 Pcmcnt Gf the 1.010;M4 Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when dicy are-included in the proposal: -_ccQ;A-.Acc-with thc4otal J0 'Traffic Cootml,"kunw sum .rr The lump sum contract price shall be full Pay for all costs not " covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price -'shall be full furnishing irnstalliug maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-103(2)�t°n�s}°€ conformance with accepted standards and in such a manner as to maximize safety,and minimize disruption and inconvenience to the babas* bpu lie.. +ssrr Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a When the initial warning signs for the beginning of the project and the en re d of construction signs a installed 1-11.1(1) Responsiblllty for surveys under the w and approved by the Engineer, 30 percent of the All surveys and survey reports shall be Prepared amount bid for the item will be paid. direct supervision of a person registered to practice land survey>g under the provisions of Chapter 18.43 RCW. b Payment for the remaining 70 percent of the amount All surveys and survey reports shall be prepared in accordance bid for the item will be paid on a prorated basis in with the requireipents established by the Board of Regtstratnon for accordance with the total lob Progress as determined Professional Engineers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. �r 1. Page-SP-l9 Revision Date:May 19, 1997 an 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector js used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes. coordinate base: The North American Datum of 1983191. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjuncdoa with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncwre o f two . awv or Control Network monuments. The source of the coordinate values more boundary fines. A monument is usually set at such ant is to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corners location on the around The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which the closure requirements of WAC 332-134460. The control base marks or accurately references. likes for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Wu muni Standard A corner or other survey point established by or u,,,tri the Detail Requirements for ALTAIACSM Land Tine &nv iointly supervision of an individual per secti on 1-11.1 1 and an established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Lana pTIce classification in future editions of said document. The and its successor the Bureau of Land Managetiient including Mwr angular and linear closure and precision ratio of traverses used for section subdivision comers down to and su incudin onc- rvey control shall be revealed on the face of the survey drawing, sixteenth cornets; and as shall the method of adjustment. . Any permanently _momimented botnidary right of y The horizontal component of the control system for surveys alignment,or horizontal and vertical control points using global positioning system methodology shall exhibit at least 1 established part in 50,000 precision in line length dependent error analysis at a by ant govt agency or private surveyor.including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Sutitommittee Standards for GPS control surveys eon• as defined m Geamanc Geodetic Acacracy Standards do Specdkwions for Using GPS Relative Positioning Tedmiques dated 1-11.1(6) Control or Base Line Survey(RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall con sjst of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the proeect site a tie to both shall be made. The betwknark(s)used observed for staking or 'as-builting" while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of M exist within 3000 feet of a proiect, one must be set on or near two of these perhnanent monuments shall be existing monuments Me proiect in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the protect. Source of elevations Base Line Survey shall occupy each monument in turn and shall (benchmark)will be shown on the drawing,as well as a description satisfY all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale retrains legible. applicable quarter section. If recording of the survey with the King County Recorder is hose surveys dependent on retraceinent of a plat or short plat required, it will be prepared on 18 inch by 24 inch molar and will shall reveal the controlling monuments, measurements and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic molar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific 1-11.1(4) Meld Notes (RC) requirements of the project the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. ttttt bound field book with waterproof pages. In cases where an Nearctic data collector is used field notes must also be kept with a If recording is not required the survey drawing shall be Prepared on 22 inch by 34 inch molar, and the original or a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each Photographic mvlaz thereof will be submitted to the City of Renton._ point The survey drawings shall meet or exceed the regujnments of �1t► WAC 332-130-050 and shall conform to the Cjty of Renton's Every point located or set shall be identified by a number and Drafting Standards American Public Works Association symbols a description. Point numbers shall be unique within a complete shah be used whenever possible and a legend shall ideiitifY all lob. The preferred method of point numbering is field notebook symbols used if each point marked by a symbol js not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No.348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listing should Upon completion of a City of Renton project either the field include the point number designation (corresponding with that in notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point and northing, used by the surveyor will be given to the City. For all other work casting and elevation (if applicable) values all in ASCU f_oi surveyors will provide a copy of the notes to the City upon request. on BM PC compatible media. Page-SP-20 Revision Date:May 19, 1997 11i1 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.10 Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing nib Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in t-r r 1.5. rwr satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of beach marks shall be referenced by a permanent marker at the corner point ner ,- meet or exceed the standards specifications and procedures of third 11.2(1). In situations where such markers are imoracticat or in order elevation accuracy established by the Federal Geodetic danger of being destroyed,e.g., the front corners of lots a witness " Control Committee. marker shall be set. In most cases,this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners sha11 be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record e¢ •'ram +r in lead on the extension of the lot side lutes have been set in the 1-11 1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb-* In all other cases the corner shall meet the requirements of section 1-11 2(1) aw Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11 1(S) shall meet All points occupied or back sighted in developing, radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topogrft falls with in a paved portion of a right of way or other area the ,N shall meet the requirements of section 1-11.1 herein. monument shall,be set below the ground surface and contained The drawing and electronic listing requirements set forth in within a-lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface,per section 1-11.?.f3). In the case of right of way centerline monuments all points of rrr 1-11.10 Radial Topography(RC) curvature(M.points of tangency(PT),street haerseetions,center Elevations for the points occupied or back sighted in a radial points of ad de sacs shall be set. If the point of intersection, PI, uVojpqftc survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclostm not to exceed 0.1 feet or Federal Geodetic Control of way,a monument can be set at the PI instead of the PC and PT air Committee third order elevation accuracy specifications, OR 2) of the curve. triBOOOmetrie leveling with elevation differences determined in at For all non corner monuments set while tinder contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision ch=k not to exceed 0.1 feet. of property a City of Renton Momhment Card (furnished'by We city) identifying the monument; point of intersection(PI) point of 1-11.1(10) Station—Met Topography-(RC) tangency (PT) point of curvature(PC) ono-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument street lion etc., complete with a description of sus determined by spirit leveling and shall satisfy Federal Geodetic the monument,a minimum of two reference points and NAD 93/91 Caatrol Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. of 1-11.1(11) As-Built Survey(RC) 1-11.2 Materials All improvements required to be"as4xdlt' (post construction survey) per City of Renton Codes TITLE 4 Building Regulations 1-11.2(1)- Prope-ty/Lot Corners(RC) and 1112E 9 Public Ways and Property, must be located both Corners per 1-11 1(5)shall be marked in a permanent manner Wo horb=Wly and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in h durable metal wrvey. The'as-built'survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification:munber The spocfrc nature of improvemahtc being "as-built' The "as-built" survey for all the marker used can be determined-by the surveyor at the time of subshrrface improyemmts should occur prior to back filling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) rr All'as-built' atuvevs shall satisfy the requirements of section Monuments per 1 11 1(S) shall meet the requirements as set 1-11 1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of +rr section 1-11.10) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover "as-built' drawings which includes a statement.certifying the - M_ aterials shall meet the requirements of section 9-22 and City accuracy of the'as built'. of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in Mw section 1-11.1(6) herein shall be observed for all 'as-built" surveys. eta! cur t- Page-SP-21 Revision Date.May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be corn -t—ed `i manually orb means of electronic data rocessm cier Earthwork use of the averse end area method. Chan i ' b es to the work as directed by the Engineer that would alter rho,. shall be calculated b the Engineer and submitted to nines for his review and verification. �Contractor 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicate in Obstructions the Plans unless ordered by the Engineer shall not be id for. All work and material aired to return these areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer shall provided FOLLOWS. by the Contractor at his sole expense All areas shall be excavated filled and/or backflled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plane r @l a Curbs (R ) and baclfilled areas, fine grading shall be>:m dur+no die and the compaction of the final layer. In cut sections In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final sac (t7 inches of cult �� ding shall: _al gradino 1. Haul broken-up pieces ' shall product a surface which is smooth and even, without abrupt changes m grade. to some off-project sits. _ Excavation for stubs and gutters shall be a way- ccomplished by hmsc,cf cutting accurately to the cross sections grades and elevations S. When an area where pavement has been removed is to be shown. Care shall be taken not to excavate below the specified excava opexied to traffic before pavement patching has been completed grades. The contractor shall maintain all ions free from darim_entai quantities of leaves brush sticks trash and other temporary mix asphalt. concrete patch shall be required debris detrimental final acceptance of the Work. • Temporary patching shall be placed to a minimum depth of 2 Following remm ove! of topsoil or excavation to grade and inches immediately after backfilling and compaction are complete before placement fills or base course the subgrade under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed-in excavation. If to keep the Contractor free from standing water, Coned :let Acceptable excavated native soils shall be used for fill in the as a separate item in the proposal,they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at moisture achieve the spec'd'iexi included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment�R 1 native materials from becoming saturated with water. The 2. "Saw Cutting',per lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials If the 4. "Remove Curb and Gut ter" per Lineal Foot. Contractor fails to take such preventative measures any cats or S. "Cold Mix",per Ton delay related to drying the materials shall be at his own expense 6. "Remove Asbhalt Concrete Pavement,"per square yard If the native materials become saturated, it shall be the responsibility:of the Contractor to dry the materials to the 7. "Remove Cement Concrete pavement,"per square yard 8. "Remove existing "per optimum moisture content If sufficient acceptable native soils are All costs related4o'the removal and disposal of structures and not available to complete construction of the roadway embankment, Obstructions Lions including saw cutting excavation, backfilling and Gravel Borrow shall be used. temporaiy asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project,all portionstYi other items unless designated as specific bid items in the proposal of Section 2-03 shall apply as though a subgrade trimmer were specified. 2-03 Roadwa If sufficient acceptable native soils as determined by the y Excavation and Engineer,are not available to complete construction of the roadway + Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans Suitable measure work perfotrned unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation, and unsuitable foundation excavation - by the f Page-SP-22 Revision Date.May 19, 1997 2-04 Haul 2-09 Structure Excavation low 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 ,,,,w provide truck tickets for each load removed. Each ticket shall have the truck number,time and date and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.S IS REVISED AS FOLLOWS: 2.06.5 Payment(RC) 1w 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum 00 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 shall apply. If he orders excavation more than 2 feet below subgmde, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE provided is Section-1.04,4 Item 3 of this payment section. In this FOLLOWING: 1 case,all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation, haul and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating. loading, placing, or otherwise disposing of the materials including buried logs and stumps. aw material. . . 2-09.3 Construction Requirements 04 shall apply, excep; M660 the pay km haul- In. chat Gas* iTlre unit contract price per cubic yard shall indude haul. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS. cur 3. "Unsuitable Foundation Excavation".per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC) The unit contract price per cubic yard for "Unsuitable Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. limits shall be included in the unit contract price for structure excavation..Class A or B. _c ;ncludj%haul in The unit contract price per ..Ad haul dw M-terlal to a disposal 649, 4he Swe will pay as pro;ddoel in Rection 3.04 44or.loading and Imling 2he State will cubic yard gall include haul. do 7. " " p4re pe; If the contract includes structure excavation. Class A or B. rJ-11 Jas full pay for. -11 matedal, labor., t including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= "a otherwise all such disposal costs shall be considered incidental to Zhe Eagime;will be the sole judge 4 the a=W quap&ier,needed U.4aso embaak=aws -r4 macs 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 ar costs for embankment compaction shall be included in other bid FOLLOWS. items involved. 2-09.4 -Measurement(RC) 2-04 Haul Gravel backiill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS. installation of the pipe or paid for as other gravel bacldill unless a specific separate pay item is included in the contract for gravel 2-04.5 Payment (RC) backfrll for pipe bedding. P"Ofit will be M-19 fg; &be following bid SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS " FOLLOWS. All costs for the hauling of material to from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment No of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B",per cubic yard. am "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard- The unit contract price per cubic yard for the bid items listed as i through 4 above shall be full pay for all labor, materials. I tools, equipment, and pumping or shall be included in the unit bid price of other items of work if 'Structure Excavation" xcavates r Page-SP-23 so Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation *Structure Lure Excavation Incl Haul" are not listed as pay items in the contract. 'Shoring or Extra Excavation Class B",per square foot. t The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation. it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. 'Gravel Backfill (Kind) for (Typc of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton,the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for ptrr�oses where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be indtrded in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. t�itr to t- Page-SP-24 Revision Date.May 19,1997 rrr 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases .. 3 No supplemental specifications were 4 No supplemental specifications were necessary necessary + No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. 64 ar a� rw rrt w �r rr aw +II wr Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete pavement 16 Division 5 (2) F4,12419""490� Surface Treatments and Pavements ttt camplm-ieWhen a sample from uncom cted mix is needy �e 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can �,e ob�ir,� e accordance with WSDOT Test Method 712. in gflo$&, 4he sample to W taken. without the 40 SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS ling vehicle. FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a 10t-ism defined as 1. General. Acceptance of asphalt cement concrete shall be total quantity of material or work produced for each iob mix as-provided under-statistical-eF a nonstatistical acceptance. formula Only one lot per JMF is expected to occur.. far. Determination of-atad"ical-e;; nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes(asphalt concrete pavement Classes A.B. E, F. and G) shalkviil be evaluated for quality of gradation on-a expeGuel to acomir. - - ^I,°^^ •e daiiylet basis by the Contractor. This gradation analysis shall be Me ncp""a,,,.,.Pdar. The JMF trft based on WSDOT Test Method 104 and the results delivered to the in Section 9- Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance Enj veer. s to the JMF without prior written approval of the with Section 9-03.8(t7A.2._aW A-asphalt content shall be tested at Enguteer. 'Mlf the Eamineer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent tt gradation samples at the stockpile to confirm the gradation testing Fiew lot *411 done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes greater than 1/4"and t2%for sieves smaller than the No. 10,then rnmple per. sublot. W-41 ft rainim-u-M. of five subloti pe:-1-cr, a 00 the coats of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data are-within the ranges listed ahoy , then Sampling and testing for nonstatistical acceptance shall be tuft the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one will gencie, .u.�.n,r f ^xes sp ^ a *:^ ^^�, e •„ D sample for each sublot .of 400 tons or each day's production, b-sed am sampler,taken fr4m,the cold fe@4L whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.--efall .M is administemd imide; the pro*kionr of Section 5-04 $(1) fo (3) will be;,s@AfQr,—bccafm;x,A,he fou; boum after the begipaing of the next paving shift 2be a the pr-oposal ilunntities for. Enginecip will also pr-avide, by noon of the ---- Welt 4116 PFOPQGQI qllniltitigr f9r. 911W GlUr of ;A;X IF$ lerr th�n have been pr.0,14'r.8A D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance of asphak-cerrteRt will use the Nuclear Asphalt Gauge Procedure; WSDOT Test 2. Aggregates. Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary, 40 equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Quick requirements of Section 9-03.8(2), Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted fey Procedure;WSDOT Test Method 723-T. teste-based on t E. Reject Mixture heir-conformance to the requirements of Section 9- E. Rejection to Contractor. The Contractor may. prior to 02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any asphalt cement changes, a new job mix formula (JMF)shall be such new material will be sampled, tested, and evaluated for evaluated and approved. acceptance. 43. Asphalt Concrete Mixture A. Sampling (2) Rejection -0y Engineer Without Testing�itlreu�- A. sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch load, or section of roadway 25 tons of mix produced in each production shift. ! Page-SP-26 Revision Date:May 19, 1997 161 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement s:iatscisl that appears defective in gradation or asphalt cow" SECT70N 5-04.03(10)A IS SUPPLEMENTED BY ADDING ' content. Material rejected before placement shall not be THE FOLLOWING: ■wr incorporated into !91" pavement. Any rejected section of 5-04.3(10)A General(RC) compacted avement shall be removed. [ Contractor shall not use vibration when compactin¢on a No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the street where A.C. Lane (Transite) is in place (refer to (_iw of w rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Phan to identify locations of rejected material tested,a minimum of three representative samples A.C.lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. „i 5-043(10)B Control (SA) the ccati-69-c-1 -GreptanGe specifi—don It the C= for.the Fej Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04 3(8) The specified level of relative density shall be AN dm 045, campsmation fQr. the s*j@GWA mix 9411 be at CXV 0 (CF-P) of noc less tMn moben vxah-wed :A ­0Z 'glee *.,;tb 921..0 percent of the for. Placement -ad MM-04m, -GaasA cxxptanoe of the initially reference maximum density rejected;; x material will we the acceptance sampling and &Jacked-705._The reference maximum density shall be determined testing methods N the material does not fall within the job mix as that devel in the job mix formula fornnnla tolerances of Section 9-03.8(QA,the mix will be miecxed . and all costs associated with sampling testing and removal shall be . If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the rob mix formula Contractor at the Contractor's expense. The.specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average acatisdGd remain subject to the compaction adrostment of Section 5-04.3(10) eualuatiaA-of three € e nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations (3) A RaWal Sublot In addition to the determined by om_ ,,..,r..,, ..,ew,,,n within each density lot qtr Ug&,The Engineer w'u a copy of the results of all acceptance testing performed in the field as soon as the results are avails)I y :7;00 the MGMing Of the Rem Pavement compaction below 89 percent of the reference maximum density shall not be accepted Relative densities falling between 89 percent and 92 percent shall be subject to the price adiustments of Section 5-- r 04.5(1)B. Acce-M.Go of pavcmG CRP so --card-lace with Se"-a;i 146 1. four. additional raiRdona wwqA" M-inim-um, FeWWO A@"G;Vy evaluadan-mul-a-- For compaction lots falling below a CPF_of 1.00 pay-facie and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. When the Contracting Agency noquests cores and the be produc-A;avnsve;the Composite Pay Pacto;(CAR fo;- '09 i" after.paving level of relative density within a sublot is less than 92.0 peicetit. tThe cos-cQnwaWng AgenGy shAl be F94pbuVA4 for tita-coring rrr and testing shall be borne by the Contractor When the Conte Agency requests cores and the level of relative density within as sublot is greater than 92.0 percent the cost for r^nnZ and testing shall be borne by the Contracting Ageney._sxpsns aw At the start of paving, if requested by the Contractor, a compaction test section shall be constructed. as directed by the err Engineer, to determine the compactibility of the mix design- Page-SP-27 im Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ib Compactibility"shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE pRICE a ig yen quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (92t percent of the reference maximum density THE FOLLOWING:SECTION 5-04 5(1)A IS DELETED AND REPLACED g �. If a compaction test section is.requested, a Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compaotibility. the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of Contractor does not request a test section, the mix will be asphalt concrete pavement produced and having all constituents falling �� considered compactible. the limits of the job mix formula shall be accepted at the unit t Asphalt Concrete Classes A, B. E, F. and G constructed contract price. If the constituents of the mix fte outside the under conditions other than listed above shall be compacted on the !units of the Job mix formula, the mix shall not be ate•»+er r basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS MW compaction train, required to attain the maximum test point FOLLOWS: density,shall be used on all subsequent paving. 5-04.5(1)B Price Ad'ustments for Asphalt Concrete Class D and preleveling mix shall be J Quality AC at compacted to the satisfaction of the Engineer. Compaction gg In addition to the randomly selected locations for tests of the For each sublot a Compaction density, the Engineer-may also isolate from a normal lot any area Factor will be that is suspected of*- ing. defective in relative density. Such determined—based on the relative density of the tests The Vo isolated material will-'not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. Ilse isolated area will then be evaluated for price adjustment in accordance with this n, considering it as a separate_attblotlet. SEMON 5-04.5 IS REVISED AS FOLLOWS: Relative Density Compaction Pay Factor rune 5-04.5 Payment (RC) (average of three tests) 'Mist and/or Driveway Asphalt Conc. A preach Cl. 292.0 1.00 per ton. item,-when included in the contract, includes asphalt 91.5 . 0,99 so paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 Jets Mix Compliance Frice Adjustment,"by r-dcudatien. 90.0 0.85 lob Mix-Compli-ace ft;re " 89.5 0.80 tart sA;,,c .,:,,,:d for. ae., s 89.0 0.75 i tut■ 1 Page-SP-28 Revision Date:May 19, 1997 6-12 Rockeries 6-12 Rockeries rrr Division 6 and have a stable appearance. The rocks shall be careNLI ^laced by mechanical equipment and in a manner such that the loneitudinat Structures axis if the rock shall be at right angles or peroend;nda� t„ the rockery face. The rocks shall have all mchnm¢ faces slopin` err 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 mann.- that there will be no movement between the two. After setti a wrr 6-12 Rockeries course of rock all voids between the rocks shall be dunked on the back with quarry rock to eliminate any void sufficient to pass a2 6-12.1 Description(RCS inch square probe. " The work described in this section regardless of the type of 6-12.3.1 Rockery Backfill(RC) materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the Plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall en and the cut or fill material. The backfill material will be placed in lilts to an elevation approximately 6 itches below the course of 6-12.2 Materials(RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock Individual Pieces of rock shall be course will be removed before suing the next course, sound and resistant to weathering. When broken into Pieces 6-12.3.2 Drain Pipe(RC) weighing 50 to 150 grams and tested for soundness with sodium . A 4 inch diameter Perforated Pvc Pipe shall be placed as a sulphate in accordance with aashto t104 the loss through a one- footing drain behind the rockeries as shown in the standard plans inch sieve after 6 cycles shalt not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) Ito stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard sound, durable and free from material and to suspend any work that is being improperly done, wea&ered portions seams,cracks and other defects. subject to the final decision of the engineer, All rejected material Th_a rock density shall be a minimum of 160 pounds Per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the 6-12.4 Measurement (RC) site. "a The rock wails shall be constructed of one-man rocks, (85 to rocks. (300 300 pounds) each 10" in its least dimension; two-math Measurement of the finished rock wall for Payment will be de from the foot to 600 ponds) each 13' in its least dimension; dwce- n rocks made grade to the top of the wall and rounded to u ma the nearest square Yard. (800 to 1,200 pounds) each 16" in its least dimension; four-man rucks(1.500 to 2,200 Pounds)each 18'in its least dimension The 6-12.5 Payment(RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item 'rock retaining w� rock in walls over 6 feet in height, per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements(RCS the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required- to c�mPlem � aw as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth below subgrade in rr excavation sections or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction- shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. r 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 4W r_ Page-SP-29 Revision Date:May 19, 1997 rr 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in iNll Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel or aluminum referred to in Section 7-02 it shall be understood that refer ".s 7-01 Drains also made to PVC. once is SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-01.2 Materials Rte` 7-03 Structural Plate Pipe, Pipe Arch, Arch, Drain pipes may be concrete,zinc coated (galvanized)Asphalt and Underpass Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.21S REVISED AS FOLLOWS: steel_ with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials RCS option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following used. k•- sections: SECTION 7-01.3 IS-REVISED AS FOLLOWS: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment I 9.05.6(8) 7-01.3 ConstrnEtion Requirements_RCQ Corrugated Aluminum 9-05.6(8). PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS: jointed with snap-on, strew-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment _ PVC underdrain pipe shall be jointed using either the flexible dastomeric seal as described in Section 9-04.8 or solvent cement as payment will be made in accordance with Section 1-04.1, for descrtlled in Section 9-04.9, at the option of the Contractor unless each of the following bid items that are included in the proposal: otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe_ Gage In. Diam.", per linear IPE or ABS drainage tubing underdraia pipe shall be jointed with foot with Asphalt Treatment I. air Str. Plate Pipe Arch Gage Ft. In.Span", snap-on. screw-on, or wraparound coupling bands, as per lit"St.St. foot with Asphalt Treatment I. recommended by the manufacturer of the tubing. "St. Str. Plate Arch Gage Ft. In. Span", per SEC77ON 7-01.4 IS SUPPLEMENTED ADDING TEE linear foot with Asphalt Treatment L FOLLOWING: "Structure Excavation Class B",per cubic yard. "Strutture Excavation Class B Incl.Haul",per cubic yard. 7-01.4 Measurement R� If no bid item for Structurd Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul is included in the schedule of Class B"or"Structure excavation Class B including haul"as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS_ SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials (RC) 7-04.2 Materials(RC) Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in seWons: 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 eF Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) W Steel End Sections, Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) t Page-SP-30 Revision Date:May 19, 1997 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING. 7-04.3(1)B Pipe Bedding_(RC) 7-05.3 Construction Requirements(RQ Pipe bedding for PVC sewer pipe shall consist of clean, gramilar pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6' under the exterior walls of the ladders. pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade CZ 7-04.3(2)A Survey Line and Grade(RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specificatio ns. existing structure shall be raised or lowered to the required ff SECHON 7.04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: Sr irr . 7.04.3(2)G Storm Sewer Line Connections C� I;gpg AC affFQ*SA by&h@ All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pmpapufactured tea connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall M approved by the Engineer. Any other method or materials be constructed to a point approximately eight indies below the propoLed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may 1; SECTION 7-04.4 IS REVISED AS FOLLOWS. be easily found upon completion of the street work. After placing 7-04.4 Measurement-(99 the gravel or crushed stone surfacing, the manholes and manhole castings 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 da feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adiustment, the void. of linear feet will be measured from the center of manhole to around the manhole shall be backfilled 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 as catch basins and similar type structures. thoroughly compacted. In cement concrete pavements Manholes catch basins and SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final ad_lustmesrt shall be rur 7-04.5 Payment Q made and cast iron frame be set after forms have been pieced checked In placing the concrete pavement extreme care shag be The unit contract trice per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way r the kind and size specified shall be full pay for all work to In asphalt concrete pavement Manholes shall not be ad'each complete the installation including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding.-is manhole shall be carefully relocated from references previously included in the Schedule of Prices, pipe bedding. as shown in the established by the contractor. The pavement shall be cut in a ■W standard plans, shall be considered incidental to the pipe and rho restricted area and base material be removed to Lg removal of additional payment shall be made. the cover. The manhole shall then be bro„ot,t uu nipper jmd " utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks W be considered incidental to and included in the unit contract prices and wedged up to the desired grade The 9M1}1�t comae pavement for other items. shall be cut and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron fran►e pin rm two feet. The base materials and crushed rock shall t removed and Class 3000 or Commercial Portland Cement Con«ere shall be placed so that the entire volume of the excava•�^^ '�.enlaced rip to within but not to exceed 2 inches of the finished Pavement surface. On the day following placement of the concrete the eds;e of the asphalt conerete�pavement and the outer edge of the castmQ shall be painted with hot asphalt cement Asphalt Class G concrete spats then be placed and compacted with hand tampers and a patching ow roller. The complete patch shall match the existing Paved for texture density,ajud uniformity of grade. The joint Page-SP-31 +rr Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS. hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. tutu The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe, iron frames for new and old inlets to be adjusted to grade will be Adiustments of new structures and miscellaneous items such 1116 established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unu contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be ads manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items ti� as valve boxes shall be measured by Adjust ExistW protects using curb and gutter section, that portion of the cast iron - • per frame not embedded in the gutter section shall be solidly embedded each which shall be full-pay for all labor and materials includinv L- in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame. The existing per each. concrete pavement and edge of the tasting shall be painted with hot SECTION 7-05.S IS REVISED AND SUPPLEMENTED AS asphalt cement. Adiustments in the inlet structure shall be FOLLOWS: f t constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment_( Z and Plastered. "Ad1 24-nhol-Existing per each. Monuments and.=st iron frame and cover: Monuments and The unit contract rice VW montiment castings shall be adjusted to grade in the same manner Existing _p Pa each for 'Adjust as for manholes. � � " Shall be full pay for all costs necessary to make the adjustment including restorati on Valve box castings:Adiustments of valve box castings shall be on of adjecent area in a manner acceptable to the Engineer. r made in the same manner as for manholes. "Structure Excavation Class 11%per cubic yard. it SECTION 7-05.3(2)IS REVISED AS FOLLOWS. 'Structure Excavation Class B Incl.Haul per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Eaosting Manholes(RC) considered incidental to the cost of the inlets and shall be included ` Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be-broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water,and the work will be considered incidental and its 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)C. Debris resulting from breaking 'Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject 'Connect Structure to existing pipe,"per each. to the approval of the Engineer. The ring and cover shall be IMF salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS. FOLLOWING: irti 7-08.3(1)C Pipe Zone Bedding IQ(SA) 7-05.3(3) Connections to Fadsting Manholes It ' Hand compaction of the bedding materials under the pipe Where shown on the plans,new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material tltii contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid. the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. 'Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans,additional structure channeiing will be required. further compensation shall be made. aiti A 'Connection to existing' item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: connection of a new line to an existing structure, or the connection of a new structure to a existing line. No 'connection to existing' 7-08.3(2)E Rubber Gasketed Joints�tCZ .will be accepted at the location of new installation, relaxation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced VAN 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 equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation IN 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 till 1- Page-SP-32 Revision Date:May 19, 1997 rr rr 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after Iaying. All o in in Contracting Agency. the pipe line shall be closed with water tight expandable tyvle sewer awr Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each days operation or whenevS-Le—pRe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap. wood a othP� damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER tray !MS the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short tuns which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades deity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall w gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight aai SECT70N 7-08.3(2�l IS AN ADDED NEW SECTION: �'� � Aga m alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement 748.3(2),T Placing PVC Pipe C the pipe shall be placed with the minor axis of the reinforcement in In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position. rrr pipe shall be laid beginning, at the lower end with the bell end Immediately after the pipe joints has been made proper gasket upgrade Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6"below the bottom of the pipe to 6" above the top of pipe manufacuirer to verify proper gasket placement. the pipe. When k is necessary to connect to a•sumctare with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THS 'W mudded joint a rubber gasketed concrete adapter7collar will be used FOLLOWING: at the point of connexion. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of .a Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11_ saddle secured to the sewer main with stainless steel bands. When Sin4iaeeF-in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or wr The Contractor shall transfer line &W, grade into the trench reinforced concrete cast or ductile iron pipe, the existing train where they shall be carried by means of a lser beam using 50 foot shall be core drilled. minimum intervals for grade staking Any other procedure: shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall have an 'O' ring tubber gasket meeting ASTM 0-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal.in cb- 4ppens the b-aw beards AG not 1; up, the work chall-ba PVC pipe connection shall consist of tee nipple and ceriplers as err approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. err SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-08.4 Measurement(SA) 7-08.3(2)B Pipe Laying(RC) Gravel.backfill for foundations, or gravel back ill for Pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations,shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard,including haul,as specified in 2-M or by the TON. looking for ponding of 1/2' or less which indicates a satisfactory .Concrete for plugging existing pipes will be measured by the condition At manholes when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely ,w larger size pipes)shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Compuraaon for elevat ion,unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe finings etc shall be carefully handled and protected Excavation of the trench will be measured as structure against damage impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, When excavation equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. be placed directly on rough ground but shall be supported in a below grade is necessary,excavation will be measured to lirnrts manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be Harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER Such damaged lining or coating accordance with Section 2-03. shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as rw installed. specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fining prior to installation to insure that there are not damaged portions of the MM Any defective damaged or unsound pipe shall be repaired or r replaced All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. r Page-SP-33 Revision Date_May 19, 1997 7-10 Trench Exe,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water]Mains to SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations",per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS. "Gravel Backfill for Pipe Zone Bedding", per cubic yard=or Ton. 7-11.3(4)A Ductile Iron Pipe_(gQ "Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B",per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If 'Structure Excavation Class B Incl.Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter try to pipe installation and no further compensation shall be made, lengths are required, the Plans will indicate maximum lengths that 'Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I incidental- the manufacturer's printed recommended deflections. SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: 7-10 T Water rench Mxc.,, Bedding, and Backfill for 7-11.3(4)$ Polyvinyl Chloride(PVC)Pipe(4 inches „ and Over) C Polyvinyl Chloride (PVC) Pipe shall not be used for water SECTION 7-10.4 IS REVISED AS FOLLOWS: mains and appurtenances. 7-10.4 Measurement THE TIT7.6 AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on 7_11.3(6) Laying Ductile Iron Pipe and�ittutgs with maximum trendy width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Polyethylene Encasement_T Z Where shown, in the , 41be Contractor shall by ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (: moment shall be installed in accordance with AWWA C105. �► The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, .and cubic-Yard. valves, with 8 mil. polyethylene plastic in accordance with Section 2-U unit conwacs prire per. cubic yard for. " 4-5 of ANSI 21.5 or AWWA C105. 10 ReplaosraeAt of Unsuic-ble Ghall be full pay for.W! work The polyethylene wrap shall be tube type and black color. to Famw1ce AmM.-igable material and r-splace and compact suitable Any damage that occurs to the wrap shall be repaired in accordance Payment for "removal with ANSIIAWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run-Gravel for Trench Backfill", per cubic yard or ton. 7-11.3(7)A AND 7-I1.3(7)B HAVE BEEN DELETED AND The unit contract,price per cubic yard or ton for 'Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfdl" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe KQ furnish, place; and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material* . per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" shall be full compensation for excavating and disposing of the 7-11.3(9)A Connections to E�dst p Mains(RC)0 unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform due oottnedton material per Section and replacing during times other than normal working hours. The Contractor shall not operate arty valves on the existing systemitlieta- . Water system personnel will operate all valves on the existing system for the contractor when required• No work shall be performed on the connections >udess a representative of the water department is present to bg)ed the Wi work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will :done b 19 forces as provided below: City Installed connections: Page-SP-34 Revision Date:May 19, 1997 rr 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. awl dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: _Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, without first making the necessary arrangements with the Engineer follows: in advance, 1. The quantity of water lost from the main shall not exceed +ern A two-week advance notice shall be required for each the number of gallons per hour as Iested in the followithg connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 10001 of pipeline*-in GPH The Contractor shall provide all saw-cutting removal and disposal of existing surface improvements excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials shoring de-watering. foundation PSI 6' 8' 10" 12' 16" 20" 24' material at the connection areas before the sdtedttled time for the 450 0_95 1.27 159 1.91 2.55 3:18 3_82 connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1_80 2_40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1212 1.40 : 1.69 2.25 2.81 3.37 planks including but not limited to the required fittings, couplings 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99 a� pipe wools, shadde materials to complete the connections. The 250 0.71 095 1.19 1.42 1_90 2.37 2.85 Contractor shall provide and install concrete blocking. polywrap 225 0_68 0_90 1.13 1.35 1_80 2.25 2.70 the piping at the connections bacldll and surface restoration at the 200 0.64 0.85 1.06 128 1.70 2.12 2-55 locations shown on the plans for the connections to the existing *If the pipeline under test .contains sections of various rw water trains. diameters, the allowable leakage will be the stun of the competed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(11)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall'not exceed the FOLLOWS: number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test(RC) L= P A hydrant meter and a back flow prevention device will be .wr used when drawing water from the City system. These may be is which obtained from the City by completing the required forms and I-= Allowable leakage.pipeline tested making required security deposits There will be a charge for the N= No.of joints in ahe length the tested water used. Before applying the specified test pressure air shall D = Nominal diameter of the pipe is inches nw be expelled completely from the pipe valves and hydrams. If P = Average test pressure during the leakage test,psi permanent air vents am not located at all high points,the contractor shall install corporation cocks at such points so that the air can be aw exrelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)1 SHALL BE REVISED AND expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure Applied. At the conclusion of the pressure test. the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and"Poly-]R i1;g (RC) 1W The trains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be gu0"22Lt under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or-contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.ff $be end furnish the water necessary to fill the pipelines for testing purposes of the mftip the main cannot be "poly-pigged". then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2-5 fps in normal system operation. the main. The test shall be accomplished by pumping the main up to the The 'Poly pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS 21b/cu-ft density foam with 90A durotneter ur i►e ary and then pumping the main up to the test pressure again. During rubber coating on the rear of the 'Poly-pig" only The 'Poh'-ptg the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water for pumping up presmm on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried m the a in err accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drahnage system of suitable size such that accurate volume measurements can be or any water waV. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a to positive displacement water meter with a sweep unit hand Page-SP-3S ■o Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH. Tiebolt: ASTM A242, type 2, zinc plated or .-� 7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7.5/8 for 2 and 3 mechamcai tomtc 91;- 4 to 12 mechanical joints, ASTM A325, type 3D except. .or Dry calcium hypochlorite shall not be placed in the pipe as tensile strength of full-body threaded section shall be increased to 400 w laid. lbs. minimum for 5/8 minimum 60 000 Ibs. mmum for 3/4' heat ctrl SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753:3/4" for-14' to 24- In *cal 7-11.3(12)K Retention Period (RC) 1omts. same ASTM specification as SST 7. SST 77. 3/4- same as Treated water shall be retained in the pipe at least 24 hours SST_7, except 1 eye for 7/8 rod. same ASTM st>ecifir�r;.,., io but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8- and 3/4" least 25 mg/l. ASTM A563, grade C3,or zinc plated. S8: 5/8"and 3/4- SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS. A563, grade A,zinc plated or hot-dip galvanized rich Tiecoupling:used to extend continuous threaded rods and are 7-11.3(12)N Final Flushing and Testing(RC) provided with a center stop to and installation, zinc plated or hot Before placing the lined into service,a satisfactory report shall dip galvanized SS10: for 5/8' and 3/4" tietods ASTM A563 rr be received from the local or State health department or an grade C3. S10:for 5/8'and 3/4'tierods,ASTM A563 grade A. approved testing lab-on samples collected from representative points in the new---System. Samples will be collected and rierod:continuous threaded rod for cutting to desired lengths bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12:.5/8' and 3/4" diameter • ASTM AM type 2; ANSI B1.1. S12: 5/8' and 3/4' diameter SECTION 7-11.3(M HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher. round flat washers, zinc plated or hot-dip 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17:ASTM A242,F436. S17:ANSI B18.22.1. Installation: Block(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Reston tog to prevent ioint separation. Tiebolts shall be installed to lr standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4'nuts. Install tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods dueaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. around joints. The forms shall be stripped prior to backfilling. Joint r+esttaint(shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the rfrrrr plans. The dead-man block shall include reinforcing steels, shackle Pipe Diameter Me ember of Rods Required qui rods,installation and removal of formwork. Ti Blocking shall be commercial concrete (hand mixed concrete .._2 8" is not allowed)and poured in place. .3 .................... SECT ION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10"...........................................4 12"...........................................6 7-113(15) Joint Restraint Systems (RC) 14'...........................................8 im General: 16............................................8 Where shown on the-plans or in the specifications or required by 18............................................8 the engineer, joint restraint system(shackle rods)shall be used. all 20"...........................................10 joint restraint materials used shall be those manufactured by star 24............................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8-rods 43216, unless an equal alternate is approved in writing by the 36 ..........(24-7/8"rods) . ... .. ......... engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated,superstar'SST'series. Huh strength low-alloy steel(cor-ten),ASTM A242 superstar supplied with slots for 'T' bolts instead of holes a fiangod valve "SS"series with a flange by mechanical ioint adapter shall be used instead, so Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts. ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is required to be restrained, tai ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 AqiLiogm- shapes. between fittings Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maxjmum- Pi used in continuously restrained nuns shall be mechanical joint i and tiebolts shall be installed as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains rr Where poly wrapping is required all tiebolts, tienuts, 7_12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no.300-m.or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS. tiecoupiings tierods and tiewashers may be galvanized as specified 7-12.3(1) Installation of Valve Marker post(RC) crr in the preceding paragraph or plain and painted in the entirety with Where required, a valve marker post shall be fa koppers bitumastic no. 800-m,or approved equal. famished and Tiebolts tienuts tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be plate at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with r payment shall be made. 18 inches of the post exposed above grade. �tw��tt�€ SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: paint ia " color. relocted by the .■ 7-11.4 Measurement(RC) Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION: ar included as separate pay items. If not included as separate pay _. items in the contract, theft thrust blocking and dead-man blocks 7-12.3(2) Adjust P)dsttng Valve Box to Grade(R Z shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same mariner as and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include,but not be limited trains will be per each for each connection to existing water to,the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made to ► accordance with the applicable portions of Section 7-12. 7-11.5 Payment(RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to Pipe for Water Main and Fittings In. Diam.', per remove such debris, leaving the valve installation in a frilly wr 1'uteal foot. operable condition. The taut contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of_Pipe for Water Main In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade. all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings.backfilling, concrete thrust blocking, installation FOLLOWING. of polyethylene wrap cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement r insertion and removal of poly-pigs temporary thrust blocks and blow-off assemblies testing flushing, disinfecting the pipeline, Adiustment of existing valve boxes to grade shall be measured d acUe. rods abandoning and capping existing water mains. per each if included as a sMarate MY item in the COntract: if not a removing miscellaneous pipes, removing and salvaging existing karate pay item but required to complete the wodt, then value rtr hydrant assemblies and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and.Dead-Man Blocks% per cubic measurement for hydrant assembly and will not be included in this yard- measurement item. The unit contract price bid for 'Concrete Thrust Blocking and _. Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-I2.5 IS DELETED AND REPLACED WITH TSS materials equipment for the installation of the concrete thrust FOLLOWING: blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering haul and disposal of tmsuitable materials, Box,'per eadL mea 7Jbe unit contract price per each for the valve of the spec conc me reinforcing steel shackle rods and formwork. If this size shall be MI. pay for all labor equipment and maternal to item is not included in the contract schedule of prices, then thrust blocking and dead-man blocks shall be considered incidental to the furnish and instal! the valve complete in p on the water lace matte installation of the pipe and no further compensation shall be made. including trenching, jointing bioo of valve Pai> 'Connection to Existing Water Mains',Per each. disinfecting hydrostatic testing cast-jinn valve box and extensions The unit contract Price per each connection to existing water �ttiquired valve nut extensions adjustment to final grade to mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault "per eacn• materials required for the connections to the existing water mains. The unit contract price per each for the 12 gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water maw including trenching jointing, blocking of valve by-pass assembly, .r cast-iron casting and concrete es te nsr as cover ladder rung - required,adjustment to final grade. '16 inch and larger Butterfly Valve and Concrete Vault " per *W each. t% Page-SP-37 k, Revision Date:May 19, 1997 7-14 Hydrants 7-14 tilt Hydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4" shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only and material to furnish and install the valve complete in place on outside right-of-way). "are ft the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE it to final grade. FOLLOWING. "Blow-off assembly,'per each. The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants shall be for all, labor, equipment and material to complete the •rnis work shall conform to Section 7-14.3 1 itutallation of the assembly per the City of Renton Water Standard ( )• All hydrants shall be rebuilt to the approval of the City(or replaced wi��, Detail,latest revision. hydrant). All tubber gaskets shall be replaced with new gaclrntc f 'Air-Release/Air-Vacuum Valve Assembly,' per each. tyoe The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same assembly shall be for all, labor, equipment and material to SEC77ON 7-14.3(4) IS SUPPLEMENTED BY ADDIIVG TgE complete the installation of the assembly including but not limited FOLLOWING. to, excavating, tapping the main, laying and jointing the Pipe and fittings and appurtenances, backfitling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants try disinfection,ureter box and cover,at location shown on the plans, All hydrants shall be rebuilt to the approval of the Ci (or and per City of Renton Standard Detail,latest revision. replaced with a stew hydrant). All rubber gaskets shall be replaced 'Adjust Existing Valve Box to Grade(RC),' per each. with new gaskets of the type required for a new installation of the The conaact bid price for "Adiust Rxisting Valve Box to same type. Grade" above shall'be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS: tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents: including all incidental 7-14.5 Payment Rte' work. If not included.as a separate pay item in the Contract, but. required to complete other work in the Contract,then adjustment of Payment will be made in accordance with.Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: aid no futher-compensation shall be made. "Hydrant Assembly",per each. 06 The unit contract price per each for"Hydrant Assembly"shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliarygate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as WaFke;P06t• specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made.T 7-14 Hydrants p2id 7-14.3 Construction Details " n8 Faistin Hydrants",per each. _R Z The unit contract price per each for "Resetting FAisting Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS. shackling, blockingipainting, and guard posts and reconnecting to the maim.The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed portion of the hydrant-shall be painted with enetwo field coats. The ._Guard posts shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shal I be identified by covering with "Moving.Existing Hydrants-,per each. a burlap or plastic bag_approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed 'in accordance with AWWA Hydrant" shall be fall pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a Rea Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and sward posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe coririecting the hydrant to the project,all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6'. 8' AND 10" piping in trenches 3 - 1R feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee(MJ x FL),6'gate valve(FL x MJ), 6" DI spool(PE x PE),5- 1/4" MVO fire hydrant (MI connection), 4" x 5' Stour adapter, } Page-SP-38 Revision Data.May 19, 1997 US .r� 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING. a tion C 7-17.3(2)H Television Ins SECTION 7--15.3 IS SUPPLEMENTED AS FOLLOWS.- P� �.� Once the television inspection has been completed the 7-15.3 Construction Details contractor shall submit To the Engineer the written ie^�rts of the rrr Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said vrdeo tapes are to be in color and compatible with the City's view* and recordine systems The lines shall be copper. Ctri system accepts 1/2' wide high dens'tri VHS Tapes The tapes Where instalation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method will be run at standard speed SP(15/16 I.P.SJ. (hoe-hogginr) If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails regular open trench methods may be used. FOLLOWS. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS. 7-17.4 Measurement RTCI The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be 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 `Service Connection_In. Diam.",per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for'Service Connection_ structures. In. Dwm." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or (h)e- Section 7-17.3(2) will be the number of linear feet of completed rw installation actually tested. ho in .�PP�g� •�Y��jom��P��fittings y and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place,measured by ur the neat line dimensions shown in the Plans,or by the Ton on truck I 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS rt SECTION 7-1_7.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS. 7-17.5 Payment CZ 7-17.2 Materials Q(SA) Payment will be made in accordance with Section 1-04.1. for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. op-V-C.-,Sewer Pipe _ In. Diam.",per linear Concrete ADS Composite foot. 3.4tu€i6d CLly PVC(Polyvinyl Chloride) "Cl-.—Reinf. Conc. Sewer Pipe_In. Diam.". per linear Ductile Iron foot. Materials shall meet the requirements of.the following "PVC Sanitary Sewer Pipe In.Diam.",per linear foot. sections. 'Ductile Iron Sewer Pipe_In. Diam.",per linear foot. ' Plain Concrete Storm Sewer Pipe 9-05.7(1) Pipe_ Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Uj tu,,.A Clay SgW@r Pipa -- 0459 kind and size specified shall be full pay for furnishing.hauling,and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material• and to ADS-Composite Saw@;Pipe - 9 05-14 adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer rrc Pipe" shalt be full pay for all labor, material and equipment conditions of handling and storage. in Section 7-17.3(2). SECTION 7-17.3(7) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required If no unit price for "Testing Sewer Pipe" is included it shall be FOLLOWING: considered incidental to the pipe items._ go 7-17.3(1) Protection of Existing Sewerage Facilities -Removal and Replacement of Unsuitable Material", Per C cubic yard. The unit contract price per cubic yard for "Removal and When extending an existing sewer the downstream system for all work io shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay to remove unsuitable material and replace and compact suitable trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench h Bac Backfill Sewer'. per cubic trap until the new system is placed in service and then to remove it. yard,or Ton. to My construction debris which enter the existing downstream The unit contract price per cubic yard or Ton for"Bank Run system shall be removed by the contractor at his expense. and to Gravel for Trench Backfill Sewer"shall be full pay for all work to the satisfaction of the Engineer. When the first manhole is set, it's furnish,place,and compact material in the trench. �r outlet shall be plugged until acceptance by the Engineer. "Television Inspection",per Lump Stun. Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks to Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Miscellaneous Construction 8_I3.5 Payment "Reset Existing Monument"per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item In the Sehedurle of SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING T2gE "Raised Pavement Marker Type 1",per eachliiiadred. FOLLOWING: to "Raised Pavement Marker Type 2",per eacluluiadFad. 8-14.3(4) Curing(RC) 'Raised Pavement Marker Type 3- In.", per e ad*AwAred. The Contractor shall have readily available sufficient 'Recessed Pavement Marker",per eachhundmd. protective covering,such as waterproof paper or plastic membrane The unit contract price per eachhundm4 for"Raised Pavement to cover the pour of an entire day to the event of rain or other Marker Type 1". "Raised Pavement Marker Type 2", and"Raised unsuitable weather. Pavement Marker Type 3- In." and 'Recessed Pavement The Contractor shall be responsible for barricading Marker"shall be full-pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed -concrete necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be nxnoved and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control in is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement(RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp ON Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawc utting, removal and disposal of excavated do SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and"sidewalk, crushed FOLLOWS. surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for"Curb Ramp, Cement Concrete" unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans cal for such installation, then the Plans or as staked by the Engineer or by We Contractor supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SEC77ON 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS. shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8_ -13.3 Construction Requirements The monument will be furnished and set by the Engineer SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE or by FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction "Curb Ramp,Cement Concrete,"per each. After construction is complete, the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plain, will be made in SEC77ON 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the ik FOLLOWING. Contractor shall make all excavations including haul and disposal, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all casts thereof in the All costs for surveying and resetting existing monuments unit contract price pef square yard for "Cement Cone. Sidewalk impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete." contract unless specifically called out to be paid as a bid item. t Page-SP-4O Revision Dater May 19, 1997 erw 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical City reserves the right to make additions or deletions to r 8-17 Impact Attenuator Systems the trelich which prove necessary for the completion of the protect "11D THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the o tion of the SUPPLEMENTED BY THE FOLLOWING. contractor. Trench width will however, be of sufficient size so that all of the necessary conduit can be installed within the n,.,,.tbs 8-17.5 Payment C� specified while maintaining the minimum cover. *W Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density nP* then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. No pay 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 R�___c and Electrical concFate ;a, accor-dance W" the t 8-20.2 Materials 02'3(14)C' Where obstructions prevent construction of planned SEMON 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWIIVVG. satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings(RQ �- 40 The Contractor shall submit for approval six sets of shop drawings for each of the following-types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed as 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. err Disturbed earth or backfill material shall be-compacteC to 95 perms of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the ar concrete will not adhere to the utility line. Concrete foundations dimensions to clearly show the-%=W pc mast arm motmting height shall be troweled, brushed edged and finished is a workmanship- and signal tenon locations for each signal pole to be installed. like manner. Concrete shall be promptly cleaned from the exposed dw SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING. Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling C thereon. sir The contractor shall supply trench within the unit widths and to the wecifred depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on of site before beginning am excavation; compaction shall be Street Light Pole 4'Deep x 3'Sg or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole p to en'mast arm 7'teeP x 3'Sg or Drs. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit tuns shall be done in a neat manner Street Light Control Cabinet See Detail Sheet wo with the trench bottom graded to provide a uniform guide. No S �Base See Detail Street work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth specified below:of six inches above the conduit. . Where sidewalk or raised islands are to be constructed as a Trench within the roadway area shall use select trench backfill pan of this project,the top of the foundation shall be made which shall consist of 5/8th inch mimts crushed surfacing top flush with the top of the sidcwatk or island. (See detail course or other material as indicated in the special provisions or shcct schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be iristallP� the grade for the top and quality of the material shall be subject to approval by the of the foundation shall be as specified by the engineer•(See engineer. Trench backfill within the sidewalk area shall be made with acceptable materials from the excavation subject to the detail sheet All concrete.foundations shall be located as per stationing on Engineer's approval of the material and shall be considered a -. 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 M and backfill shall be select material approved by rte Engineer. The t Page-SP-41 ear Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical tl SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. x 8-203(5) Conduit(RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within lecatieas: continuous conduit runs with no mixuig of different schedule .. I- All madbed cmssings. between terminations. The contractor shall provide and install all conduit and luic 3. All R.-As Avm the lumim-ire b-se &G the Asarvfit necessary fittings at the locations noted on the plans. Gnduit size bet: shall be as indicated on the wiring and conduit schedule shown on plates. Conduit to be provided and installed shall be of they twe ritilitias. indicated below: 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be nlaced other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conform- 2. to ASTM standards shall be used when the conduit is to be placed rrt within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations_ regarding cemetu used and environmental conditions. tiik SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING TLW FOLLOWING: 8-20.30 Junction Boxes The contractor shall provide and install lunetion boxes of the type and size at the locations specified in the plans and as per detail sheets. ft The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only "Lighting" 2. Signal only 'Signals" 3. Traffic signal and street lighting: "TS-LT" GMSA b-fdoF' 4. Telemetry.only 'Telemetry" Inscriptions on 'function boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be consistent throughout the proiect. All junction boxes.shall be installed in anal. conformance with provisions contained in the standard plans and detail sheets. Wo The unit contract price per each for "Type I" or 'Type II" junction box shall be full compensation for famishing same and for all costs of labor, material tools and equipment necessary to provide and install the iunction boxes including excavation, backfilling and compaction all in accordance with plans, If allowed in the-7lans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All function boxes shall have galvanized steel lids and frames- jacking conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be tYi conform n the following: installed on compacted sub grade which shall include six inches of 5 18th-inch minus crushed surfacing top co 1. The pavement shall be sawcut a minimum of 3 inches uise material installed De under and around the base of the deep.The cuts shall be parallel to each other and extend 2-fast�one iundioa box. Concrete shall (1)foot beyond the edge of the trench. cleaned from the junction box frame and lid. The unit contract price per junction box Shall_include 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover ing ourse and a installation of 5/8th-inch mists crushed surfac top c 'B' cement 4' thick Class over conduits below the roadbed, and 18 inches below..finishecement concrete pad enclosin¢the:Nnchon box grade in all other areas.. as per the plans specifications and detail sheets Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contras includes separate pay items for 'crushed restored per the Renton Standard Detail. surfacing"and/or for"concrete pad." -fe `ad 1- Page-SP-42 Revision Date:May 19, 1997 { 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS. necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding, Grounding(RCS the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the Sims Cit . wr Three types of tower service are used as indicated below- 1. Type I system shall be single phase 120 volt.2 wire 60 cycle A.C.(traffic signal service only) 2. Type 11,system shall be single phase 240 volt,2 wire 60 cycle A.C. (street lighting non. contactor, individual controlled photo-cell with no neutral wire) 3. Type lII systcm shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contador/traffic signs( grounded neutral service) "'Gag aglidugsw rwit be sized by the 4MCing of the The power service point shall be as noted on the plans and G;WUjt -an-;USA JIR 911-. shall be verified by the electrical servicing utility. r Zda>tification of the equipment grounding conductor shall The service cabinet shall be, marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near The;op of the cabinet.The s dW accomplished as required under the Code.Grounding of the neutral shall r series C using stencils and blade enamel alkyd glass paint shall be accomplished only at the service. conforming to Federal Specification TT FA89. SECHON 8-20.3(11)IS REVISED AND SUPPLEMENTED AS FOLLOWS; 8-20.3(11) Feld Test(RQ Ansh opera imugg. of 9b;;9 e.AOAAn;-d . The bonded copper3 Umour. cope sm2te;Ws -ad gb�-11 bg rCjfiA MAr IR04 stop ajW gq opera6an *-r caum ca4e&&F days 1 US All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m.on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper dad metallic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday. complete with a 18 AWG bane copper bonding strap located in the nearest iunctiou box. All _signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a do giignal/tiuhting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diameter x 8'0" in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the nearest i inction box with a bare copper bonding strap sized contractor and re inspected prior to PCt;no Si l turn on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered anal are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the'Schedule of prices." 4 A minimum of three(3) working days notice will be required 'm for signal turn on. SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date A"Y deletions of Yw channelization prior to turn on must be approved by the 8-20.3(10) Service-(RC) engineer. Power sources shown in the Plans are approximate only;.exact 6 City forces shall provide post and maintain Proper signing location will be determined in the field. warning of new signal ahead. r QC11GRA490 0996A "A 4146 PIMA OF 'A tb@ SPOG'al 8-20.3(13) IDumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPP NTID AS FOLLOWS: err 8-20.3(13)A Light Standards (RQ (SA) -ssswibly the sl;p p! as shAl be Use QC absuR Page-SP-43 as Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical Irt All poles and davit arms shall be desig_Yned to �,,,, . alev-4on of the top of the bougga slip plate. luminasre weight of 50 lbs. or more and to withstan�t caused by wind loads of 85 m.p.h. with gust factor of I 't aaaun ON Al-sheFs iiR the slip pl-as shnil be placed between the bottom All poles shall maintain a minimum safety factor of 4 a4 ai rI;P place"A"the keeper.plage. on yield strength of weight load and 2.33 p.s i far M n. wirto 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Amu: The davit style arm shall incorporate a 5'9" radius bend Q&- AS211 A 440 bolts with. Glyn, uncAmaged thmad The as measured from the centerline of the shaft. The outer rtion of clamping bQ19r, shall be tightened to the speGiried to;qve, pill& the arm shall be nearly horizontal to +2' above hnr;,...,, ,aaa mw shall be furnished with a 2" diameter shmfitter with a ma:;.,,.. length of 8 inches to fit the luminaire specified The nnl�r.m the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. And to p;@;,opA slackeniag of bg" tonsiov due go Battening of Anchor Base: the A one piece anchor base of adequate strength shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding.The Contractor's shall be capable of resisting at its yield point the beading moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base sdhall be provided with four approval prior to.making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing:the damaged portion of the anchor bob, be provided with each pole. cutting threads-ion the undamaged portion to remain. the Anchor Bolts. iii installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two xnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.,5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending 9- A;icho;bolts chall be installed plumb, t 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the Uaiidar4-gluier_ recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data test results and any other data that may be required to confirm that.the anchor bolts meet these specifications. Miscellaneous Hardware All hardware(bolts, nuM screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (identification for toles): The contractor shall supply and install a combination of teisihdaiieri. 4-digits and one letter on each pole, whether individual lumimaire or signal pole with luminair. The letter and numbers combination the f4m-Wat-00- Couplings shnil sbein be leveled shall be mounted at the 15 foot level on the pole facing approaching to traffic. Legends shall be sealed with transparent film,"resistant.to dust,weather and ultraviolet exposure. The decal markets shall be 3 inch square with gothic gold, white reflectorized 2 inch legend on Sj,AA,Fd Rl�nc a black background. The LD. number will be assigned to each pole at the end of the contract or proiect by the City traffic engineering office. -h-11 be Stamped an the gag.; Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contactor shall provide a equipment has been installed 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 mm�er sized and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers pipe wrenches, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be rmitted. to on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufffcient size to achieve adwuate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and rig 1- Page-SP-44 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems(RC) +rrh� Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components sh portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply lone mixture will stick together on being molded into a ball by hand, of the manufacturer's software on ori ginal disks. and will not exude moisture when so pressed. A one half inch Controller ,w drain hole shall be left in the bottom of the grout pad as shown on cabinets shall have the 562 harness wined into the cabinet by the the standard detail. — — SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING. 40 FOLLOWING: 5-20.3(15) Grout_ RS____Z 8-20.3(14) Signal Systems-RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with to 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish confornhitng to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with iust schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being am terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION.8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and Gimping with pliers. wire FOLLOWS: cutters etc will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat,dean 8-20.4 Measurement CZ installation. No splicing of env traffic signal conductor cr � When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system_, traffic signal runs ns shall be attached to appropriate signal terminal _ no specific unit of measurement o;tmffic. boards with pre==type binding posts. The only exceptions shall will apply,but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. I Conduit of the kind and d'tarneter specified in the Schedule of SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RQ length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors(RQ bid item. 11 Splices to loop return cables shall be made-with soldered Measurement for unit price items shall be as described in art compression type connectors.. Section 8-20.5 or as described in the contact schedule of prices SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS do 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable( G� 8-20.5 PaymentSltC) The Contractor shall keep records of field testing and shall payment will be made for each of the following bid items that furnish the engineer with a copy of the results. err are included in the proposal: SECTION 8-20.3(74)E IS REVISED AND SUPPLEMENTED "Illumination System `,lamp sum. AS FOLLOWS: "Traffic Signal Yrt� lump SUM. to 8-203(14)E Signal Standards g 3. Disconnect connectors complete with pole and bracket The lump sum contract price for 'Illumination System.— cable shall be installed in any signal standard supporting a and "Traffic Signal stem aad luminaire. _° be full pay for furnishing r+ all labor, materials, tools, and equipment my for the construction of the complete electrical system, modifying existing -W fai la systems, or both, as shown in the Plans and herein specified 14 The signal standard and its fabrication shall conform with including excavation, balling, concrete foundations, conduit, all current Washington State Department of Transportation Signal ed during Standard Specifications and current pre-approved plans by wiring, restoring facilities destroyed Or damn all WSDOT. construction, salvaging existing materials, and for making 15 Installation of all nuts and bolts shall be performed with required tests. All additional materials and labor, not shown n the sized sockets open end or box wrenches. Use performed pipe plans or called fqr herein and which are required to complete the pro electrical system,*shall be included in the lump sum contract Price- wrenches or other tools which can damage the galvanization of the w nuts and bolts will not be permitted. K _ rrr Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). Page-SP-4S Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical the pipe ;A -QGQr-d-AG@ With the -bove Pg:QW&WAG, 111ding -11 The unit per each price for (14)"Service cabinet" Shari lo be e full compensation for furnishing and installing the full i od cabinet and for risers, standoffs and any other materials labor or so costs associated with providing electrical service as rtau:.pw ."alc electrical utility, the contract plans, details and specrficarl�„� and not included as separate pay items m the contract schHt,ile of - p%, item. it shnil be ;Acluded ;A the lamp sum price for &he prices. system shou,A ..Signal head......,'per each. All costs for installing conduit containing both signal- and ....Signal head mounting hardware,"per lump sum illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....S1 gnal head mountino signal system. hardware.' shall be full compensation for supplvimg and inaan:.. No All costs for installing junction boxes containing both all traffic or pedestrian signal head mountmg hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets prices for the signal system. "Pole mounted terminal box....'x..."x..." and nnountin The unit prices for the items listed below shall be full hardware,"per each. to compensation for furnishing and installing each item and for all '2/c shld loop return cable,'per.linear foot. labor, materials, tools, equipment and testing necessary and/or '3/C shld pre-emption cable,'per linear foot. incidental for the full and complete installation as per-die contract '...-pair shld haerconnect cable,'per linear foot. plans,detail sheets and these specifications. "Traffic signal controller and cabinet,'per each. *Trench and Backfill......... wide by.........' deep, ' per The unit contract price for 'Traffic Signal Controller and linear foot. Cabinet' shall be full compensation for furnishing and installing a The unit contract':price for (3) 'Trench and Backfill" per fully equipped,wired and operational controller and cabinet. litiear foot shall be full compensation for excavating, loading, 'Traffic signal wire,'per lump sum. hauling and otherwise disposing of the waste materials, for 'Signal standard,Type...,with...-foot mast spin,•per each. backfilling and compacting backfill material to specified density 'Induction loop vehicle detector.'per linear foot. . and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)'Induction loop thin as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans,specifications and detail sheets. saws ut required for installation.. The unit price shall be fiill 'Select Trench Backfill,' per ton. (4)"Select Trench Backfill' compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course-and-the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the planes, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include. waste materials. providing and installing conduit stub-outs and soldered splices, '........Foundation, .........per each.* splices to loop return cables unless separate pay items are included so 'Type....Junction box,'per each. * in the contract schedule of prices for these other items. Sawcutting . Me unit per each price for(5)"Foundation" and (6)"Jurnction shall be considered incidental to the loop installation whether or not Box' shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop"Home rims'shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of "Concrete Pad." proper locating of loop return 'Stub-out" by direct routing_of 'Concrete Pad,"per square yard. "home runs" and by combining up to 4 pairs of loop wires in a Measurement for.(TConcrete Pad" shall be by the square single "home rim' sawcut Loop and "Home Run' layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full ".......Splice kit,"per each. compensation for full and complete installation as per the plans, 'Emergency Vehicle pre-emption detector,'per each. specifications and,detail sheets. 'Opticom discriminator card,"per each. Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier,"per each. "Schedule 80 conduit,P.V.C., "per linear foot.* "Street light fuse kit," per each. *The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, "per each. couplings, adapters, el bows, bends, reducers, bell ends, bushings, 'Pedestrian push button post,'per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet,'per each, the installation of the conduit. Measurement shall be by linear foot 'Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for"relocate existing pole"shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its exrsmig measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installin existing depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard ......... per each. complete the installation and make the electrical equipment im ........watt...Luminaire and lamp," per each. gyrational 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. Page-SP-46 Revision Date:May 19, 1997 rw 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic Leu"LeAend shall be full compensation for full and complete removal and A WHITE marking r hauling and disposal of the foundation. propanieausing alphabetical letters., 8-22 Pavement Marking With 410 G;;QQP&;GQ Of 4118 UafflG """ liigk.See contract plans and detail sheets. SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description(RQ SECTION 8-22.3(S)IS REVISED AS FOLLOWS. ION Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip"pattern shall be based on a-40-foes 24-foot unit consisting within a-494eet 24-foot length of skip stripe shall not exceed plus f 40 of a-40-feet 9-foot tine and a-34 4eet 15-foot gap. Skip center or minus I inch. I stripe is used as center line delineation on two lane or three lane, SECTION 8-22.30 IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(67 Installation Instructions (RC) urr Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shan be provided separated by a 4-inch- ch space.Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-204._a and for channel=ion. roach S _ A SOLID WHITE line, 8 inches wide, used-a"Meway SECTION 8-22.3(7)IS A NEW SECTION: delineate turn lanes .r from through lanes, for traffic islands, and for hash marks. Hash 8-22.30 Removal of Traffic Markers(RQ mark stripes shall be placed on 45 degree angle and 10 =feet — The work to remove all old or conflicting strives, tines, apart' buttons, or markers as required to complete the channelization of IAite Stripe the project as shown on the plans or detail sheets shall be cur A BROKEN WHITE line, 4 inches wide, used to considered incidental to-other contract pay items and no further delineate adjacent lanes travelling in the same direction. The broken or "skip" pattern shall be based on a-40449424-foot unit cem ion 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. providded ed for such removal. wir Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND' SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends-4"P-etf-mmp. The broken or "skip" pattern shall be based on a 2444-foot unit consisting of a 93-foot 8-22.4 Measurement(RC) (SA) line and a 1542-foot gap. The measurement will be based on the travel distance-;equirsd blo-Pass-Su ips Qf a marking system capable... a GomApproach 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 74-0-LOW ';nor,. eftGh 4 iaches wide. sepaFmcd by a 4 'inch or head defined as a unit inch space r+ Traffic istterslegends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. + Measurement for paint/plastic stripe line removed shall bed Two Way Left Turn Stripe the linear foot of " " wide line or shall be included in the luau A SOLID YELLOW line, 4 inches wide, with a sum price for 'remove existing traffic markitu�s" unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a seMate pay space.Tice broken or "skip" pattern shall be based on a-40-feet 24- item then removal of existing traffic markings shall be considered foot unit consisting of a-14-€eet 9-foot line and a-39-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. go line in the direction of travel SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-12 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe-*4&h-- 6-feet_ 8-22.5 Payment(RC) +ir and parallel to the direction of traffic flow and centered in pairs on lane "Painted or e&;ips"ch Stripe",per linear foot. lines and the center of lanes. See detail sheet.. "Painted Traffic bstteu:)� end",per each. Stop Bar A SOLID WHITE line,-U_12 18 or 24 inches wide "Plastic Traffic Lwwxi ",per each. aalese as noted ocl�wisa-ia on the Contract plans. "Remove Paint Line ....." wide,' per linear.foot-* Page-SP-47 Revision Date:May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings 'Remove Plastic Line....... Wide," per linear foot.* 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum.* * The linear foot contract price for "Remove Paint Line" and 'Remove Plastic Line' and the lump sum contract price for SECTION 8-23.5 IS SUPPLEMENTED WITg THE - FOLLOWING: 'Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, g)ecifications 8-23.5 Payment (RG3 and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs acs,,,.• ted shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the ; other items in the contract and no further compensation shall be con tract or included under "Traffic Control " if that item is made, included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment opcessary for the completion of the work as specified. 10 so r - rrr rr rrr No weir f: Page-SP-48 Revision Date:May 19, 1997 + 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a om;ert until the job mix formula has been approved by the engineer_ The..,:.ix..__ tule + �. Materials shall be designed to meet the test criteria listed-in Section 9-03 8(2� and remain within the limits__set forth m 9-03 8 6) The determination of the job mix formula shall be the rarnnncibilit,. 9-00 Definitions and Tests the Contractor. - - "` Vl +r The intermingling of asphalt concrete mixtures produced from more than one RAF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING. job mix formula established for the class of asphalt concrete specified finless there is a need to make an adjustment toi'a the 9-00(A) Recycled Materials(RC) 7MF The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to 10 practicable, p vided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications Should recycled materials be utilized, the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. rrf the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 BitulndnODs Materials e. Compaction temperature;. f. Anti-strip agent content. wr 9-02.1 Asphalt Material, General The Contractor may not make any changes to the RAF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.1(10)IS A NEW SECTION."LION: of materials be made, a new JMF must be approved by the +ari Engineer before the new material is used. 9-02.1(10) Loop Sealant_(RC) Unless specified otherwise in the contract or permitted by the rzngigeer Won request from the contractor, loop sealant shall be Wished. wrr hot-rneit rubberized asphalt seal= (Crafco Loop Detector Sealant or approved equal) shall meet the penetration, flow and resilience T-he ° gFadatio ^F in- specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's basiffn n a ti shall be the A02 A y change recommendations. The contractor shall request and obtain approval from the A�A'Do, Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances aad-Ad}ur: teats- rra detector loops and shall submit manufacturer cutsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits art applied in conformance with the methods required as to The tolerance limit for each tempemmm 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 pave ment. specification limits specified 40 in Section 9-03.8(67. 9-03 Aggregates Aggregate passing 1". Broad band specification 3/4 5/8 , 1/2", and limits Section 9-03.80. go SEC17ON 9-03.8(6)A IS REVISED AS FOLLOWS. 3/8" sieves Aggregate passing 1/4" sieve t 6% 9-03.8(6)A Basis of Acceptance(RQ Aggregate passing No. 10 sieve f 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% art 2%Mote l conformance to din; project job mix formula (JN117. Aggregate passing No. 200 sieve _t Asphalt cement 60.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.80. Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5% for 50%RAP or[Wore. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 2A% RAP, but less than 50% RAP, 1.0%for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. PPOINF49a of OaQhv 94-1 mix was All be run to Agtgr-M;;1g th- 1 86.2(1)- No 1, Page-SP-49 rr. Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits rr SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING. Ift 9-05.7(3) Concrete Storm Sewer Pipe Joints ruC Joint assembly design shall be reinforced concrete teal G.—Adjustments spigot incorporating a fully retained single rubhr� a sk ��n accordance with ASTM C361 or AWWA 0302, asket all Rubber material shall be neoprene. SECTION 9-05:7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pine joints (RQ Hydrostatic testing of rubber gasket ioints shall be formed in accordance with ASTM 0361 or AWWA 0302 ez t test . pressure shall be 5 psi. SECHON 9-05.9 IS REVISED AND SUPPLEMENTED AS specifications. FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) exceeding 0 3 pomen: fmm- the init-al DCR;W1 be mads without ad these Specifications- Xh- ;--' -Gadog, the specificatietts. The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the 'materials furnished comply in all respects with these SECTION 9-44.11 IS A NEW SEC77ON Specifications.The Engineer may require additional information or I* tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral nib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000,Ml BG 610. be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.Spiral nb.pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits Spiml ;:;b Gso;m sewer.pipe shall have helical 4bc that pr4ject ■r SEC77ON 9-05.4 IS REVISED AS FOLLOWS: 36 26 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) 1, n 325:..,.h L i i4 j,cb N*,de by n 435 inch i,.,;,;iRau* rut Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type H. Welded seam aluminum cosier. coated (aluminized) ':corrugated steel pipe and pipe arch with metallized coating applied:inside and out following welding is C.OUpling bnjjdG. ' acceptable and shall be asphalt treatment coated. SEC77ON 9-05.7(2)°IS DELETED AND REPLACED BY THE FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of a 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and (RQ inspected in conformance with Section 9-05A. The size, coating, Reinforced Concrete Storm Sewer pipe shall conform to the and metal shall be as shown in the Plans or in the Specifications. requirements of ASTM C-76 and shall be Class IV. Cement used For spiral rib storm sewer pipe helical ribs shall project lr in the manufacture of reinforced concrete pipe shall be Type II in outwardly from the smooth pipe wall and shall be fabricated from a single thicktess of material The ribs shall be essendall�! conformance with ASTM C150. No admixture shall be used unless otherwise specified. rectangular and shall be 3/4 inch plus two times the wall thickness (20 plus or minus 1/8 inch (measured outside to outside) and a SECTION 9-05.7(2)4 IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertrcal FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib) 'The maximgun 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(mcasure(I All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the (D-load) test in accordance with ASTM C76; and(2)a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM 0361 or and a maximum of 0.17 inch If the sheet between adjacent nibs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midwa Page-SP-50 Revision Date:May 19, 1997 96 9-06 Structural Steel and Related Materials 9-08 Paints ww between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured +rr fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius —bend o f,a._ .-. va We bad, metal at the comers of the ribs shall be 0.0625 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pice helical np,s shall spiral rib pipe shall conform to the requirements of Sections 9- proiect outwardly from the smooth pipe wall and shall be fabricarett 05.4(3)and 9-05.4(4) from a single thickness of material. The nibs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the an from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rb). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured 4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bead of the shall be 480 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corners of the ribs shall be 0.0625 inch with an allowable tolerance or 10 percent. 9-06 Structural Steel and Related Materials SEMON 9-05.12(3)IS A NEW ADDITTONAL SECTTON: 9-06.5 Bolts 91-05.12(3) CPEP Sewer Pipe(RC) - CPEP - Snnootn interior pipe and fittings shall be SECT7ON9-06.S(4)HAS BEENSVPPLEMENTEDBYADDING. manufactured from high density polyethylene in which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal .r pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommanded specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETED. any and all data concerning fabrication, strength test results, mill wo SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS. bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the to (RQ Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe.Pipe ends shall be curt evenly.Spiral rib pipe shall 1 The standard anchor bolt for aluminum street light poles ow be fabricated by using a contimmus helical lock seam with a seam shall be 42 inches in length and shall meet the irements of gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch"L"bead on the bottom end and a minimum of six inches of die-cut threads r on the top end. cogr4gm to one -QRfigUFatQP.G;,of the following 2 The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved 0325 inch 4! US ;nrh wide by 0 4375 inch (minimu rr manufacturer's pole plans and/or supplemental p4M or specifications provided by the manufacturer. All anchor bolts nuts and- washers shalt meet the Hole manufacturer's specifications and shall be hot dipped galvanized us canter unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.81S A NEW SECTION: 9-08 8 Manhole Coating System Products For spiral rib storm sewer pipe, helical ribs shall project (RC) outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs dW1 be 3/4 inch wide by 3/4 9-08.8(1) Coating System Spect ieatioII R9 inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including tl1e cha-- surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 aw Revision Date:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical ► Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit .,. .be a. Buried,and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be.k ;� concrete e unless otherwise indicated on the plans. All conductor runs shag surfaces. be pulled to the appropriate signal terminal contnartmPnr i,,, a ward with pressure type binding posts. The only excxptions shall t.. e 9-08.8(2) Coating Systems splices for detector loops at the nearest hux Lion box to the loo S. A. High Solids Urethane The contractor_ shall provide and install all the necessary H wiring, fuses and fittings so as to complete the installation of the Coating System: 1 signal and lighting equipment as shown on the plans All materials Coating Material: H�Solids Urethane and installation methods, except as noted otherwise here' Surfaces: Concrete - in; shall comply with applicable sections of the National Electrical Code Surface Preparation: (S accordance with SSPC SP-7 8, Decor loop wire shall be No. 1244 AWG stranded (Sweep el brush off blast) copper wire. Class B. with chemically cross-linked polyethylene Application: -. Shop/Field The drying time type RHH-RAW insulation of code thickness. �Y Yl� between coats shall act exceed (11)Sir.$air cCommunications cable sal meet REA 24hours in any case specification P1i39 and shall have + System Thickness: - 6.0 mils dry film sped No. 19 AWG wires num One coat of Wasser with 0.008 inch FPA/WR coated alumi shielding. The cable Coatings: Primer. MC-Conseal hi solids shall have a petroleum compound completely filling the inside of the cable. urethane(2 DFT)off' T_ he shielded communications/signal interconnect cable shall Two or more e coats of Wasser meet the following: MC-Conseal(min.4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 Fly Ash(RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING: temperature variations and other environmental conditions plus air abuse during installation) is extruded overall to provide a 9-29.1 Conduit(RC) continuous covering. The conduit P.V:C. - non-metallic shall be of the two types 6• Footage marldngs: footage markings must be printed sequentially a minimum of 2' along the outer jacket. 10 indicated below. 7. Filling: the entire cable within the outer jacket is flooded 1. Schedule 80-Extra heavy wall P.V.C. conforming to with petroleum-polyethylene gel filling compound including the ASTM,Standards,to be used in all installations under roadways. area between the outer jacket and the shield. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM go 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) tt •9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" Th so The filter shall b�charcoal with elast-omer gasket. 2. Street Lighting only: 'lighting" Luminaires shall have a cast aluminum housing of the cobra_ 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. Tbe above inscriptions shall not be higher than the top surface wr of the cover plates. Page-SP-52 Revision Dale:May 19, 1997 to 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. recondr- 9-29.11 Control Equipment iF@quirad. 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.1](2)IS DELETED AND REPLACED WITH.• unsatisfactory operation voltages, the conflict monitor shall .rr 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 eonflicL 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 shag consist of alight command of the signal displays at the beginning of artery +nw sensitive element connected to necessary control relays. The unit . shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type, capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per to 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 inaire In a contactor controlled system, the photo cell to SECTION 9-29.13(3)IS REVISED AND SiTPPl,EMENTED AS lum control the system shall be mounted on the himinaire nearest to the FOLLOWS. Sri service/contactor 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(RC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPL KENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent bsequen pre-emption intervals. ' Controllers(RC) Pre-emption shall sequence as noted in the contract. Pre-emption 9-29.13 7�affix Signal. equipment shall be installed so that interval wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer. is not alternating current and shall use the power line frequency as a time altered. base The traffic signal controller shall meet the requirements of the National Electrical Manufactirrers Association (NEMA) err Standard Publications. tLUQ� Components such as resistors capacitors, diodes and Emergency vehicle pre-emption shall be fumished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques Intergrated circuits shall be type units The pre-emption system operation-shall be compatible No mounted in sockets and shall be easily replaceable without with the 500 Series 3M compact "opticom" system which the City soldering. All components 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 interfacing by the same transmitters. air, with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation The controller shall distance of up to 1800 feet(0.54 kilometers)along an unobstructed establish the sequence of signal phases including overlaps m "line of sight" path The system shall cause die traffic signals 40 conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre empaon program. operati�a ether in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: +� intersection. a Optical energy detectors which shall be inotmted on the traffic signal mast arms and shall receive the 2pggL energy SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS emitters signal. FOLLOWS: b Discriminators which shall cause the si, nw controller to to go into internal preemption which will give the authorized vehicle 9-29.13(2) Flashing Operations(RC) the right of way in the manner shown on the phase sequence_ 2. Police Panel Switch. When the flash-automatic switch dia located behind the police panel door is turned to the flash position, c. pre-emption Indicator Lights. "N the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TIME." When the switch is placed on- a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period.At the completion of the continued 8 second manufacturer to facilitate ease of installation. r flash period, unless otherwise specified, the controller shall c Shal!operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180OF(-0(°C to +85°C,). artery gA ely low. d. Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On "NEMA" controllers any power flexible compound and shall be impervious to moisture. interruption longer than 475 plus or minus 25 milliseconds, signals e Shall rdspond to the optical energy ir^^ulses generated by shall re-energize consistent with No.2 above to ensure an 8 second a pulsed Xenon source with a pulse energy density of 0.8 micro flash period prior to the start of artery green. A power interruption joule per square meter at the detector, a rise time less than one am of less than 475 plus or minus 25 millisecond.- shall not cause microsecond and half power point pulse width on not less than resequencing of the controller and the signal displays shall thirty microseconds. i- Page-SP-S3 O Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Discriminator Each module shall do the following: of a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or Rwsoa for. advance directly to that phase after observing .all vehicle WM other.timing dua clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency tt�r vehicle. �� When the phase selector is responding to one detector, it shall All riming functions and input and output features for gal. not respond to any other detector until calls from the first detector actuated,yolume�ensity operation shall be provided in APMrdaaa.c are satisfied. Indicator lights shall indicate power on, signal being actuated, NQyfA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timin4 in simulate simulate detector calls for each phase. means of positively calibrated settings The t- " functions sml be on the front of the controller unit or shall have k board en SECTION 9-29.13(1�IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic FOLLOWING: —_ signal controller shall include all circuitry required to provide all ^_ timing and all functions for signal operation in a fully-actuated 9-29.13(4) Witvtg Diagrams (RC) mode. Standby operation shall automatically ocur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect_lines, failure of central master coitiputer or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29,130 IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.130 Radio Interference Suppressors 9-29.13('nA Environmental,Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers(RC) other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal.controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS FOLLOws: shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. of all timing circuits, phasing and signal operation shall be at 9-29.13(7) Traffic-Actuated Controllers(RC) the City of Renton Signal Shop, Renton, Washington. The Signal Traffvc-actuated controllers shall be electronic devices which, S. gi 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 equipment ready for testing. A complete more intersections. demonstration by the contractor of all. integrated components functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their satisfactorily t�lfunction shall stop the test period until all parts are irr supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended_until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA specifications. demonstration by the contractor to the Engineer of all components "fled by there Specifications and the GoAtract. 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. lir controllers. SECTION 9-29.I3(7)B IS REVISED AND SUPPLEMENTED Eys;y pin of a ,.e..«:,. plug ..r, n be vt;Uzerl AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Activated Controllers (RC) wer-ch-agaftbility controlleFs of a%, The—fbilowing. -AA ACMQA&&F2t;gA of ,rte i aboatog�sastiag. Police el ;w - -- t, Page-SP-54 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical rr Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting,all detector ww maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer attic aad the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMBNTID AS FOLLOWS: time bypass switch If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RC,SA) rr 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 thickness daat: normal cycling operation while the intersection remains in flashing d-sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white `W enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. IMe cabinet door shall be provided with: (spring return) dewtor test switch. When depressed, the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase• accepting a Best C%series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets law 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 lamp 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 auto4lash switch. When r placed in the 'flash'position controller power.shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. +r sine wave for all green, amber and pedestrian walk indications. C. The duration of a display of conflictinpg indications shall not be long piece, c4osed coll,gleopFene gaskew Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene They shall be equipped with initiates flashing operation There shall be a visual indication that some type of stops so the door maybe held open in either of two- 4W the monitor has preempted normal operation. approximately 90 Rites and 180 degrees and be of poSiuva.0 « °pp"� „ The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc. or approved equal. d. A two position door stop assembly. e_ The Controller cabinet shall have a load bay panel with at aiw Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel. transfer relays; bad switches; and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Specificatiorr� damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain fall access to the Field Wiring Terminal terminations on the back of the load bay panel• +rr There shall be a terminal strip for field wiring in the -Qaf6;:m;.a8 to PRIMA publication controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE rr numbering system is used for the cabinet wiring, then both FOLLOWING. numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless IN terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and_ m_ eet_1•�1__•�- Specifications for tight output Reflectors shall be alzac. Each to signal head shall have a 114 inch drain hole in its base- Page-SP-55 Revision Date: May 19, 1997 ww 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signal Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied irr plates shall be finished with two coats of factory-applied traffic traffic signal ffma-. ely (ow baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. so between the signal head and mast arm. All mounting hardware 9-19 16(3) Pol3war-bonate•tti 4•F e• r r will be of the top-mount plumbizer type as shown on the standard _�` (RC) plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)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)1S DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other 9-29 16(3)B 11-inch P013'Garban-te miscellaneous mounting hardware shall be stainless steel. Matt(RQ utrr SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 029.17 HAS BEEN REVISED AS FOLLOWS. 9-29.16(2)A 01�Eical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RQ traffic signal lamp rated for 130320 volt operation, 595 minimum Pittings for.—:J,qp N4 a wl g witc a ll—bctall-; initial ;hunen, 665 rated initial lumen, 8,000-hour minimum, unpainwd.-All et3w hardware for odd-mounts shall be painted 27/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow ttirti traffic signal lamp. Twelve inch traffic signal ads require!� req green-baked enamel. 42013Q volt, 165 watt, 1,750 minimum initial lumen, 1950 rated init&F lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(7) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base..Bulbs shall be installed with the opening between the filament 9-29.18(1) Induction Loop Detectors (RC) ends up. Detector amplifiers shall be Detector Systems model 810A or SEC77ON 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal- to 9-29.16(2)B Steal Housing (RQ Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. aluminum of the tunnel type,unless specified otherwise in the contract. Visors shall have attaching ears for 446, ev installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal(RQ . No SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS. Pedestrian signals shall be either irtcandescest-fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors RQ Pedestrian signals shall conform to rM Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). 06 furnished and installed.=Directional louvers shall be constructed to Incand-scen; pedestrian signal heads shall have a snug fit in th°e signal visor. The outside cylinder shall be clear. uaffic signal lanip Face,' for. 1,10 volt gp@Fa&ion-4t—J&aU4)o constructed of alumin ,and the louvers shall Faced 1290 init-al lumen, SOW h921r. ave;age li&, '):916 ingh be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. a minimurs of A 112 inrhas:.'sly.--��mbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in WIN SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH.• Housings shall be die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal el!ow enamel. Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING I heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION. half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic e 5-inch square cut border and painted black in front and yellow in p Type(R C back. The fiber optics;shall be drawn from optical glass of high purity. The fibers shall be temperature resistant The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime 1- Page-SP-56 Revision Dale:May 19, 1997 iii +r 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITg 53 microns. Each single arm in the harness shall contain THE FOLLOWING: we approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting(RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel tia}tt grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked up The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector.The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING. !lours 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) 3800CD The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following are housing. The matrix plate shall be constrtreted of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polyearbonate sheet. The i. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a dip-on type color filter, one of Portland 3. Utility plug 020 volt 20 Amp rated)G.F.I.Type go Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits CM light points All components shall be fastened to the flat black volt aw matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. 'Type 3-single phase 120/240 volt grounded neutral Nr SEC77ON 9-29.20(2)IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker(signal service 9-29.20(2) Neon Grid Type(RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. Ali name Neon tubing shall be enclosed acrd shockmounted inside plates shall be attached by S.S.screws, a ed plastic module. 12. Meter base sections are unnecessary VW SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY MAMA g@G'r- THE FOLLOWING: rrr The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets(RC) electronic ballast no external transformer,and operate at 30 watts. The pole mounted terminal box shall be made Of molded The heads shall display two symbol messages, "hand" (for the fiberglass be grey in color, be approxirnat ly 16" high x 13-7/8' do not walk mode) in Portland orange and 'Man' (for the walk ON mode) in lunar white. The message module shall consist of two wide z 5 7/8' deep and have a minimum of 16 ternnals on the neon as tubes enclosed in a housin made of polycarbonate ��blocks The box shall be weather tight,have a single g g door n Plastic. The lens material shall be polvcarbonau plastic. The with continuous hinge on one side-and screw hold downs o the inless door locking side. All hardware will be sta steel• All visors shall be flat black in color. rw mounting hardware shall be stainless steel and shall be incidental to SECTION 9-2924 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING. Terminal blocks shall be 600V heavy duty barrier type. Each terminal shall be separated by a marker strip Tbe marker strip 9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit number indicated in The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wines fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed w 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. with cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, complete with screens filters and have rain tight gaskets. The nominal dimensions of 22' high x 13" wide x 11" deep and mi cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best intern -al lock• Page-SP-57 d, Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials to 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDWG THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves Rj____Z SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundh SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED ow 9-30.1(1)Ductile Iron Pipe(RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings . All other ductile iron pipe shall be Valve markers shall be carsom,te com site utjli marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0"or approved equal with blue label"water the Plans' SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS: SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW.• 9-30.3(7) Combination Air Release/Ur Vacmun Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a Minimum water operating Primer Corp, 'Heavy-Duty," combination air release valve or P ressure of 200 PSI--Gate valves shall be Iowa List 14, Mueller equal. a* Company No.A2380,Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision• obtained prior to bid opening. Piping and fitting shall be copper or brass..,Location of the air All gate valves less than 12" in diameter shall include an 8 x release valve as show on the plans is approximate The installation 24"cast iron gate valve box and extensions, as required. All 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 1" bypass installation. 9-30.3(8) Tappit:g Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staii}t®ss staelT body, bronze-mounted, double disc with bronze wedging; device epoxy-coated steel, or other approved material. and O-ring stuffing box. RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION. Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly(RC) exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be#78 Kupferle Foundry 40 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 parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized Blow-off assembly shall be installed at location(s) shown on the plans 00 requirements of AWWA Standard C-550 latest revision. Valves Temporary blow�ff assembly on new dead-end water main shall shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti-friction washer. Ilse be installed at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be inteway cast. considered incidental to the contract and no additional payment Manufacturers 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 specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) Fred connections shall be mechanical ioints flanged joints or tIW Fire hydrants shall be Iowa Corey Type (opening with the mechanical by flanged joints as shown on they plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250 Approval must be obtained prior to bid opening Clow, M&H Style 3067,Mueller Series 2370 Kennedy. Compression type fire hydrants (opening against pressure) to Approval of valves other than model specified shall be shall be Clow Medallion M&H H 929 Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-95.92 in diameter shall include an 8"x24" cast iron gate valve box and extensions,as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE tt All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a ` concrete vault per City of Renton Standard Details latest revision 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint to connection unless otherwise specified in bid proposal description. 1- Page-SP-58 Revision Date:May 19, 1997 r 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITS synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to FOLLOWS: ao AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches two 2 112_inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC) to per inch 60 degrees V Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4 nta on operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe(RC) The two 2-1/2' hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. to threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: proportions as the hydrant stem nut. Cats shall be fitted with Fittings used for copper tubing shall be compression tyre with suitable neoprene gaskets for positive water tightness under test gripper ring. aw pressures. The 4' pumper nozzle shall be fitted with a Stour adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5' Stortz Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded go end portion shall have no lugs and 2 sct screws 180 degrees apart. 9-30.6(5) Meter Setters(RC) Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. .r Im to +r r rr ar are we i. Page-SP-59 aw Revision Date:May 19, 1997 rrt WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS aw .The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Spedfwabons for Road Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the s subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting ow provisions of the Standard Specifications. In case of confect, the order of precedence of the various contract documents shall be as speed in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes,the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. wr SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION CONDITIONS AND EMBANEAIENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of Common Borrow is added. (March 3. 1997) "Embankments at Bridge and Trestle Ends" "Increased or Decreased Quantities"revised. formula revised. 07.API SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) ++a (March 3. 1997) A new Amendment. Sub-section 2-09.3(4) A new Amendment. Sub-section 1-07.9(5) Construction Requirements, Structure Excavation, Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement, and 1-07.13(4)Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub- "Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. 40 pAyNnffir "Measurement" drywells added. (March 3. 1997) "Payment for Material on Hand" revised. SECTION 3 40 l0.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02,STOCKPItT ING CONTROL AGGREGATES (March 3. 1997) (March 3, 1997) A new Amendment. Sub-section 1-10.3(5) "Asphalt Concrete Aggregates" revised. Temporary Traffic Control Devices is revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 wr Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT ow (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. No rrr r. Page-SP-60 aw Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending"are revised: Anew Amendment. Sub-section 8-10.2 Materials l0.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction wr (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment I1.AP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) 0* section 6-10.3(1)Precast Concrete Barrier is added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS CATCH BASINS (March 3, 199 (March 3, 1997) 7) Revised to include drywells. New standard item Construction Requirements-revised. 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) A new Amendment. Sub-section 8-20:3(4) 06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A ANCHORS Light standards is added. This section is deleted in its entirety. (March 1997) "Equipment List and Drawings" revised. 40 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIREMENTS (March 3, 1997) (March 3, 1997) A new Amendment. .Sub-section 8-21.3(6) Sign 10 Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1 Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying—Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) I7.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 Measurement is revised. (March 3, 1997) "Materials" revised. A new Amendment. Sub-section 7-17.3(2)C Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) W 1- Page-SP-61 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS ••r SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) ow 0I.AP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. 40 Report Number". ILAP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. to "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNTTS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) IV (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2)Select Borrow is revised. (March 3, 19979 of "Gravel Baclfill-, revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16,-FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 19979 (March 3, 19979 "Posts and Blocks", revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS VW CULVERTS, AND CONDUITS (September 30, 1996) A new Amendment. Sub-section 9-17.1 General (March 3. 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Im Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) to Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands- revised. 9-21.2(2)Optical Requirements are revised. Sub- go 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5)Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL 40 A new Amendment. Sub-section 9-06.5(3)High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts- and "Anchor Bolts- are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION "�" Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) to (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised- Placing in Treating Cylinders is revised.. wr rrr Page-SP-62 Revision Date: May 19, 1997 r1..'4t' n b}':h '" ✓' ' �,r'y,,U l y } r o i�,� 4��� � =T `''�`, '�✓ �� � aKta;� �x rtr',.� � x ,"E$ i"z� rAz 6 'R yyk`.g'AlY-111 a€ � '"� s�ra�� E:�l ` �s" � S a: � w✓% j,-t �'� t ��"*� r ✓�,a -w �. .; {{ a x�'` a :k ' +:''` ,r;'g t >t ad; 7! 4. Irf t 8, `, ' a r "R iy C .}:... i ss..,�5' 't., � _ fy'gr7 R a4 ,t,% y'Y.d a t 1d ck._;s+ low, ,i',.8 1F: Ya`•t �PY*,: t` p .n bj ,yf} et,y: �,. � w y -� s; a r F„ � 4 f r `r x3 5 x? x• 8i 1 r�'� '�s> '*`j8* r+, ,' St'x' #t z 7 z .,}( y.,. '%g.:�' t'*� ,Y.. i�}ft �;,q.'' f „r h. - fA:,,j s�tlt !, �z.to �:j _ s tw f°3' # r x ,a d i t ' chi r?•t� a 1. t:> o-`v `:. ;' 4 S�� '�.. '� ”' '! tea �'tt'��: •`o e t"�1�'�,._ 8�3g�„> fg. r,�3' t afi�,Y��'4vw x 'x'wryf:'� i5t k f� ;.�� �..�,� � ��� ro. ., _.,f,,q ti `yay g" .^f"x•:k,'f s;` �, =".i,YY�r {,:'x;"� ,," „t,8 A it ra z MF na ao 7 t4 x x s i s o f ': z v s a { Mon. `'b "{, k"`,t'' --,=;at `�} v`t'"4t "z t� ,:{ ' a x.•;:�°� ° x -s`cf"' Bra' ty Tr a'^* ftk : 1'rrN%i �tr� '1'W- 7,1 t` �' di:_- ,,.�' a '+3:, ?��'r i ��.: .;�}�f�y x (f�,y,a�P:a ' '� §'t �' ..• x f ° �S� �1y$d^ a r.. ,? .� � �, �����,�{ fit, 2 �R y,�,8 fir �.,1 ,• ��+;� ,m < �,�,ah �; 1 ,a.X43 ��,. r, a.,d n� � �x �.� �,. .�2{ :� � e ;< .,,!? r .�+ �'� a ���.;•k1 � ,G 1 � akr .� F t a �..� � a ifi, r �x�'k v .+. ..y,'� ° • „` 1 !°.=�"`,Y``. s r+#(, F r { .ru,;. �,C wr� m�5✓,... �,E dr ^M t rx n• 9 = v k'.+'� 4a y ,.r..t: -7 •''^ Al "F ct`, k.:. d1; yy �,° t ?R WON :.�✓ .K'f"ek� S=PU•;! �` 4` rtes; c T e 4z c o r a 4 ;^:,.; 'ri3 _€ 3 of x i'y ?, „a'a':x"&. t;z 'a} ." r. } `4 +c 1s idara' ' ° r t x7 � �`Y Fz at a ; at $ 4y � , e t t 7r ' 1 r ',+' a�1 hl �sv a;;�`>L 5> sty 'f '�x'r r� a hs- ,.;�C. �':•. i^g( k ,,✓ v w+"rw^ ;"�:# x ! +rr' !d x a t v f,k } p rt r^"•rc r ,x., (rA ,`s a F .::. ,y .nh 4 Sk k E 'r`s>r1 a '% t*>x t >s : '+e ,}:;U A3' s^+ S� r 3 t � y#i ''�~t' t° r 'f.$ 'ht d✓ , +` .'f 'aldz o- id ��a � ya p � sw �g nt s 1Tr y1s s .t f x.r x a low A X �x6 .: a;?.,-• ,a ,,„� �,� �`�� ��a � >a ,� �: ����z++�`` ,?:�.pm,!, d ;* na f�5.r } t v 4 �S',r- 'r 1 �r `*r rw `�,�- � z, W cu i.: ''Lla,•i^ r, g "}'"' •t. "`.Y' $,,''` 4:." ,'c,:ry ,.,.r<s,'. Mxs.% rd to}t"t, P f I �, >'"i+'� ^f . I Illy,# n �, •:'fir-:.. �. sn,r ,k} <j r'x ou,s.'2. x.,;"i ;a� a, b J s;:, u'rs 'rs; §s *i. •°gi da �� ,k ' 3 4,,1F a:,$}^$ r a .y ^ '" ,xeyt�t, •f -; ;; ' :' °y, :ea , ti3.:;,a v 1 r v `�+ ,v � r�r r S', t a' �"�a"ktY` ��� �h� ""•. .. ,,,yx3 X of s"k ;,,d'1 'k v *� z , f +..; �. tk .� ,�`:, �rw, cam- }_.S" mr.,' 8�'�'r'' 4 ° �'- "' J '✓ ..4�+, ,?v a` A 9'a a x,.„ n :. ,.A "'A" r ":: >k bra �` =t' !u F'} �dty s^4y: a ? r .`>,x,'rf�'' Ci ^` .^'T A �s, - �;:� �p ?•� 6 .^-0 "y ,v,..'?'tA z:.? A�. ,,� q�`*r +fit xz r" '• tt 8.a, fr % �s5�.+3'.�,'t.�n t 4.w�k, '4.d`a�$�+x a �,'^;,' p�c r�a,Ny'vA p �,�.1,.?r.4 -��t, r'yy_. .,Y ." " '` yu ,F ;.� x .; r.b f - i s', -` 'a q ,,;+ "x -d. ,. .,y3k •� ,,,'.,7:i t d:".. •ri� :zt,. "F'�5, t{ "'"``t7 ➢ 4 t�;`', , `ke,„, C ,` 4 r <+r , a' .{* `{s�i is :'k r`°, ..,an. h r, "u x.;S+ ^' �`;-f� t t” ''�n�a s� 4R..c r{f7„ ayt� �Y t AY f •✓.w' �,.,... ! •e... r - '. LLr - ..:s'n ". +-', , $ � ' 't,;} .`:. �}.- �*z °� �,"g a ..,, u'� "^' s.' ;+.<: � c "� '� t •-x ,a{,.Y '��g r. >f �,.,c,' `� .: � s x r""�' 4 a '`� at 5 •'°✓�'d `k mr+f"3 r t ,F x ',°�. �;.*r`:'y-^r _� Y ee S;g Bel, �V i t._ #• e' �F, wg' y a-:' a;^, ` '�,�. . r k:. qt t 're%w # t;4 ,,,�, �s.-` '.t} t r .p �4 ,,P' ±,BCC z ,"5 � ,.>" `''� A ,.fh 'r 1r �` �� �, `r, �,>nyi ^ Is ;:'aH. § '' G` d {` t d e„av, t ,},+ ,.., `;s Y�:�'�`:` ar A &<,z..^ s „rm?;a-`'* s Vd'' p, ,c4 �c7ak t,, y Fi,ru t: ,"^9,x`,r }' 'w': tk ' f ,z� , ” ps, t{rC*;a:c°t' . i ,a I, '°' F l r' :.e `,,y '' , t.',a- t ..L g' '1 ~ff,'r 'a' .:,•S�,'" j 6:k.. 7 >.+v'�"'`* ;4'x•ts +�' ,T" "'nt a ,';�' a ``7'+tC. `+�` ' e' ;',T' ' ,srv�..7' -;trt y t` d�'r "kx•�.: `{ k' z'• rar 11} ry°+�.3+ s�' '�'• _ 9 hvx� G Fix tath';rr`"'` c +: i' r.°, ' t x,"L" .�i •,;gt,rw1 "m »t ;,! � : '�7.8, ;h a f^, r v�' FI r i xar"=.�' o1Fa,'.•5"�"drni.. •f r _.."~H ''.1 "k^''" tk a,d � ".f` ,. 'r 5�" C • r h m z ,,. V ' h a�<:. a <,><+ .� 't" afr'�'� :; z,t•.: ,€. v a, rat ly�'9x, 4 `'.s d kMx:�"4'�t 4�x ,:'�., �y� v�d r as ; r �`. a'n n.1, k r�•. cy � 4iM r ? r 4 �: 1 € 's ✓;!,„ .. 'r" � Brix .~t�a �' a ax who •�x:.� �°v tS,.< �3 g Y r 'f' z'"•'K.{ "Y V'R:' x k Y 'py.,^ z. r !,. #,�{,° .,�",tr ) ,x=a$' 4*?e r-" ,i (�` - 8" t3. „x?. a.� ip �`r`� ` 't" +` ���' ?°• eE"'�,(5x, '(4`3S �;.1''1 3 1 ;"{,a ^. v ;r Y`<8' ,x Fn.• �ti y' x t ^qi.,�•..v�,,,}� F { w y`,'4 .k,.. 1 ,;.. r € 8 € 'r :r �' '�k v "€ R lr; ^, €",' ft;!ta,"ryf'a"t rt t +ux '> �` zN•r Paz" 7 ` 6 i kkz..,.a y'n$x"a w- t t x`y it'..:"•i 4 v't u-1r-l•'':W�'`<;;'`''t k 7 w a A'r aY A„rt4p r�~'*�.:6 y�A,�'.r;�,L "•k' ,F 0 m r { s T fiY IR S4 t %V3771,y 3 r }'1✓'`'r x F#5 t�"��p l a r'�t'4° ,��q'_,�'a,dv " t.!. 's. ,rY`'>. t ,,,,�� " "�cr ,& � .;� +, � � '#.4 �'��,'•c�- �`'vj t a,�,.r 'f^ 5 rt �8 tit "$ .Yh x'.. t "« ' F t8 �` s1 "',-...'�, "�# V'S axx I ,.,.,; el`" a.",5 .,.+,, yk i r' v I r x #� .4s,.x �1$ '�"'rte' t '� '"i 3 (y _ F�'�v ik p+` ..'„wa c.� - u ~n>'Wa f 2 t r y ( & 5 < x.+`- 1 1"n x-i d ""v frb y r ,. ,pr� x T "alga r t, a vy"a (,4t hb 5`'.'# at;✓a�ti e, k t NOW a'3 e A`,i s k "`.4 '"x„s �z '" ) Xw m --�vx h r``;u`t� #"n awl`c.,.f ? r•.;{r" ;-r �hY'`t�'?'t;•°r ' - �, , 'a' a.f i' ',5;-.�-^` ,s* .,a. S C a :d a..' r ra" r'r 'fir ,z x"R a`'+c,v.'' ,$ ;'' a` ,s+ , t S / a t"3ty arr r I.y s ", t r n( } .,.,' ` ,. ,�, y 'k � ' E `"t r�+. }: '� 7 :'�5fi�*.. ' ,' t'• k .3 +` 'u$ G t, +,a' r 1 •� x s *xir as vr'f" ..✓ Aa.a r A= n J 9 ar. ! '"Y'''s, � aht 1 C.?^a t,p.y 4 u -< } •'i, '� ,^,r ,r? Tg ,..'.�» C,p� ?A� ~.:, ";aall '" 'rrs ds*4£os - ' ;,{ 3k 8 Yk T..%r. r ",";}n' a .,§ cq` "•' `7c i` ,Pt r�s a 3 ng, {' t rr s S x 1 q*,:--+'r '.�'�; Y .e >,ra y 1' " N'�•'�i' t ay n. T4 r' xz v Y ,�'., b 't.:�t*,r^ 4 i d' 4 ;: ,� 8�T"r���:�� ::,o.'s r w? - ��� �u,?`�r .�.. �Yt�,.di:� as f,� s '�'i `•;� � �"�m:: y f �.;k �.`.. S •t k.:;. Y '�{.,, ,,�.:, r / y ' ,4:,,,' I. i`•'9,w R e "x'�t,,txq;l. .' .x+tK v 4.1 �a. x �. � �`�• t �` x'x r,��erg �' 'g �� .�"' " �� r ' < ' :,�� 11�. F' v,.:. � rt tR t £�, b ,.t�� a u °t s Fu �y .r ✓v a v A +, '+� r u:* ;t yh3k° ✓`-5,r^:'k`' E 7""1yS s '�'zt` •s„t iSsrx'' `^f'4 r.,N: ,z 1a ! R�a -i /e i r", x;iz',7 '?�,rr1 !!ya..t}• ''£,'+,'°e...?: #y, A ;"a =q"`� r"r' x r C { ,Y�` r4 fiir` " ,(,ar'a ; ,. x"s��� t � � r v ��t n� i " "zaf��r, p r_-;S t '. k &f'Az�. r]' yro�, cr. *,a §s ",; d x` '.6 Y„ ,.' ',.' t.r " r a Y">r 1y pu t ," w b a � r � +^" "'r �gy .ni' •r �.r r.�', �,.-; r x �; i b�. a.rrt � , ..'�- '�`S'*' '� 1�:, r,1a s 1�+;��,,��Po �: , r 4 �':' �!��'t? r� y,�'y y'<�.;�, z� ;x3 'c ', gR i fyf,r } t. ,.: r t >�;• ,n4,` t dg ` ,r3"'4Y; ,t •k '" - .=.y ,W-,/ ' �, : „ _�'�?'a 5 ,. N \?8�'i'* ,a' } 7 •,`,{( "� % 'k''.<c 9 k $, ,. " x Y is 'k r9 jfaq.. � ^, tk i„p, Nut >.} z r �, r ,.t”,>. t,`. s ` �'+ ,`'�$:•" '�,,v` F t "' t:s:"`, .':; ,+�ry"t' k tCt,f ; r„!.` �.',F, ^ '` c �1,.,,r'-A*;ice} 3 n '� ,�� s � � �t x .:b: "cx k.. �, t 1.,:. r r. r :fir . n y aa,•s,� .'t• �" t aT f f �'`'"rU Sal 3 tia"•, +'"# , , "g,'&, (t N u 7 =: MUMMY}r tr . ;. r a '�r� #,. >,a. 'ti py , :. #.° ` ^..;x- - r e �,. s •��':a,,�., ,,k•;. 1� r * !ir ':y xY t t r� '''s ', }a �L,e n,.,w # ` 1N a , y ex4 zv' c r wy n ks�t k y a' � tf a �1 'F' rz° .y. ws d ,� t z. 8;"S} '.°fi• z, r! 14v� "�?`, 't'y +r✓,;`,af .,ix 3 xxlxr, ,yx x �., *�'�'�. °�},Y •-s.�. 4.• ::k;f a, a?ti of�, w3v, :: .'S• �+`'§ (. ty r Mkt ,;d3. r �' '� ,-` 'f� a +,:::t✓ �'�+st, f "r„ '�aS � 3z 1' �h Ai`!:i , i t "t't3`.. ,, � ' �•M,fi .Y.t :s9?r°*'a «S,trRx :�J37i? �`" "}, z ,a'3 '�.;: , s y x`'.�.;3. a ,§, G ;,,f' a t e e t 6 ? x ,y{ 'ji gy'� �t e ry @ i 4601, cow kt T IRA + r. - 4 L �A1����" dt✓�� A Y ,`f d .d �"''�'t,` i �:. 7 S;k �4s'� �`*t.��'M. ��s� -�^i`��a"�-f� '.k txy } ��� iq'•.3'ey;.rt`'�+aaS si nr k�dx, ���"'v ,. �'� "��9a` t x •fw ,yid '�t v'�°�„ `fd w �� <.a ��` � '• Y��y���` A %+C`� F�� t" fY'%'W� � .p..6 -� 't �r -:.s�;� �„` } a w Y of `'R 4te M. K. 1 s •f{ S5 -� 4 ^ N .11 11W 'T`P ", m{ r, W`r I� 'omit, g � Cry L.nt N YIN t5 �, M7k x A` % b 6 s k 4F 1, RNA kk 1, MEN -���'� �y, ka x 4 c rr err wr .w �. WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. *W Page-AMD-i Revision Date:May 19, 1997 OR Table of Contents _ SD - '____-_N-----.---_------_--------------------------------------------------� SECTION l-04, SCOPE 0F THE WORK March 3, 1997 ......................................................................................... 1-04.6 %ucrewedorD�re�cdQoomtd�s----------------------------------_-________________ - SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES T0 THE PUBLIC March 3 l�� ` -------'-------- 5 1-07.9(5) Required Documents ---_-'-------_______________________________________ 1-0718p0B Regn�rdRecords and Retention................................................................................................. 8-07'83�Q Ropo�w[Daou�r------------------------------------------_._--________-----' " ----- ~ SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997' ' �������������_�����������������������_ 6 1-09.0 Payment for Material mo Hand............................................................................................................ 6 SECTION 140,TEMPORARY TRAFFIC CONTROL March 3 ��� , -----------------'^----------,----_--' 6 1-10.2(l)'Toaf%ic Control Supervisor................................................................. .................-^_____ ___ �1�2(g K�n=r�-'--------- -- ~ �m 1-8�2�) Cmu��ona�emwEo��Dnbcd0�ndardo -- ~ -^--`-'^--~---`----------------`~--------------.- . 0 D-1#.3AW Traffic Control Labor----.---'- ____ - 1-10 �) ]Dn����am�w ��U6�e-------------_--_________________________________________ � 1-1�3�) Temporary Traffic Control - ' -----~-------------------------------------------' G u-10/0D��unu�mmrot--------------------------------------------------------_________ �l�S Bayoumt--------------------------------------------------------------------' - SECTION 2-03,ROADWAY EXCAVATION AND ��o�� ��� m� ~~~~~~`~~�"^"^ ' -----------------'---------�0 2-00'3(14) Embankments xu Bridge and Trestle Ends.......................................................................................10 2-03'3(14)XC Select mr Common Borrow Including Haul.....................................................................................x0 SECTION 2-09,STRUCTURE EXCAVATION March 3 ��� -~ ^ -'-''''-''''''''''''''''--'--'''''''-''-'-''''''-'--'--'''''''''-'�8 2-09'3(1)E Bu«&filling-------------^--------------------------------------------------10 2-09.4 Measurement ----------------------------------------------------------------'D8 3-09.5 Payment........................................................................................................................................X8 SECTION 3-02, AGGREGATES March 3,1997---------------------------------------11 3-02-3(l) Asphalt ComcretcAggregates-------------------------------------_--------------'xx SECTION 6-02,CONCRETE STRUCTURES March 3, 1997...................................................................................ul 6-02-3(4)D Temperature and Time For Placement............................................................................................1% - 6-02.3(11) Curing Concrete........................................................................................................................D2 6-02.3(17)J Face Lumber,Studs,Wales, and Metal Forms ................................................................................x2 6-02-3(24)A Field Bending..........................................................................................................................12 . 0-0%.3(25)F Prestress Release......................................................................................................................x% SECTION 6-14 CONCRETE BARRIER March 3, 1907---------------------------------------------13 6-10.3(l) Precast Concrete Barrier...............................................................................................................X3 6-10.5 Payment........................................................................................................................................X3 SECTION?'05,MANHOLES, lNL8TS,AND CATCH BASINS March 3, 1997...........................................................13 SECTION 7-05. MANHOLES,INLETS, CATCH BASINS, ANDDBYWELlS...............................................................X3 r-05.8 Description....................................................................................................................................l] 7-05.2 Materials.......................................................................................................................................13 7-05.3 Construction Requirements ...............................................................................................................l4 7-05.4 Measurement.................................................................................................................................14 7-ws'5 Payment........................................................................................................................................14 SECTION?-06, CONCRETE PIPE ANCHORS March 3, 199n.................................................................................zs ~ '_'- - w� Revision Date:May 19, 1997 No SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 ....................................... .................15 7-08.2 Materials.......................................................................... .................15 ow 7-08.3(1)A Trenches....................................................................................... .......................... 7-083(1)C Pipe Zone Bedding ...............................................................15 7-08.3(1)C Bedding the Pi ...........................................................................15 ww 7-083(2)D Pipe Laying-Steel or Aluminum...................................................................................................16 7-08.3(2)G Jointing of Dissimilar Pipe................. ..................16 7-08.4 Measurement............................................................................................................. ..................16 7-08.5 Payment....................................................... .............................................................. .� March 3 1997 ..............................16 SECTION 7-17,SANITARY SEWERS .............................................................. 7-17.2 Materials.......................................................................................................................................17 7-17.3(2)C Infiltration Test.................................................... ............................. SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 8-09.1 Description....................................................................................................................................17 ..............................................................................................17 �r 8-09.3 Construction Requirements................. ...................17 ..................17 8-09.3(5) Recessed Pavement Marker.......................................................................................... 8-095 Payment................................................................ ...................................................... SECTION 8-11,GUARDRAIL March 3,1997.......................................................................................................17 +err ...............17 8-113(1)C Erection of Rail.......................................................................................................... 8-113(1)D Anchor Installation............................................. .......................................................................18 SECTION 8-15,RIPRAP March 3, 1997............... ...............................................................................................18 .........................................................................18 8-15.2 Materials............................................................. _ 8-15.4 Measurement............................................................................................ .....................................18 VW ATOR SYSTEMS March 3,1997........................................................................18 SECTION 8-17,IMPACT A'TTENU _,,.,....18 8-17.3 Construction Requirements.............................................. ........................................................ to SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, -•••......................................................................18 ANDELECTRICAL March 3, 1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.......................................................................................................................19 ........................................................................................19 SECTION 8-21,PERMANENT SIGNING March 3, 1997 „_....19 8-21.2 Materials.......................................................................................................................... �w+ ...............................................................................19 8-213 Construction Requirements................................. ..................................................................... ..............1 8-213(4) Sign Removal.................................... ....... ......20 8-213(9)F Bases ............................................ .................................................................................... 8-213(10)A Sign Lighting Luminaires..........................................................................................................20 8-213(9)G Identification Plates....................................... ....................20 ................................................................................ . 5-21.3(12) Steel Sign Posts..................... so SECTION 8-22, PAVEMENT MARKINGS March 3,1997...................................... 8-22.2 Materials.......................................................................................................... March 3 1997.................................................. SECTION 9-02, BTI IIDII .................................21 NOUS MATERIALS , .....................21 or 9-02.4 Anti-Stripping Additive """""".... SECTION 9-03, AGGREGATES March 3.1997.....................................................................................................21 rr 9-03.12 Gravel Backlill.......... ....22 ......................................................... 9-03.12(5) Gravel Bacicfill for Drywells ........................................... ................,,,,22 9-03.14(2) Select Borrow........................................................... ............................................. No SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 9-04.3 Joint Mortar ............................................................................... SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS, AND CONDUITS March 3, 1997......................................... ....................••••••••••••.•••....22 me9-05.4(7) Coupling Bands.......................................:............................. 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22 Pagt AMD-iii rr Revision Date:May 19, 1997 wiw 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 Specif ications......................................................................................................25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 MM► 9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25 SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 ► SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins __....26 . . ..................................................................................................... 9-12.7 Precast Concrete DryweHs.................................................................................................................26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ............................................. . ....................................26 9-163(1) Rail Element..................................................................................:............................................26 rrr 9-163(2) Posts and Blocks..........................................................................................................................26 9-16.3(5) Anchors.....................................................................................................................................27 11M Page-AMD-iv ari Revision Date:May 19, 1997 rw 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-049 SCOPE OF THE WORK March 3, 1997 1-04.6 Increased or Decreased Quantities The first sentence of Item no. 1 in the first paragraph is revised to read: tr+r 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 g original bid quantity. Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount Ir originally bid for the item. 6 Item no.4 in the second paragraph is deleted. 8 { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC' )SECTION 1-071, LEGAL RELATIONS AND RESPONSIBILITIES TO AV THE PUBLIC March 39 1997 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: 4 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. 8 9 1-07.11(10)B Required Records and Retention The reference to "PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". 2 The third paragraph is revised to read: 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 ation to e 3 W6 Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all 6 Contracting Agency funded projects,and those Federally funded projects under$100,000. 7 MV8 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: rrr 0 I 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 rr - Page AMD-5 wr Revision Date:May 19, 1997 1-09.8 Payment for Material on Hand 1-10.2(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" )SECTION 1-09, rtr 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 r 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. r 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL I VW o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: , 3 a 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 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 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in.the traffic control system. 7 8 1-10.2MA 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- to 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) t, 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. o - Page-AMD-6 r Revision Date: May 19, 1997 rr 1-10.2(1) General 1-10.2(1) General 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and aw orderly movement of vehicular and pedestrian traffic. 3 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for W. Streets and Highways for the State of Washington and applicable standards and specifications 6 available at all times on the project. 6. Attending all project meetings where traffic management is discussed. 9 1 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. UW 2 1-10.2(1)B Traffic Control Supervisor i A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. fto 4 S . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45-minute time period after notification by the Engineer. R The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, t message, cleanliness, and effect on the traveling public. Traffic control devices shall be t 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 5 darkness, whichever is opposite of the working hours). UG 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be g 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: 1 IF2 a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, 4 c. Revisions to the traffic control plan, W5 d. Lighting utilized at night, and 6 e. Observations of traffic conditions. 7 , 8 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 0 long as the original intent of the traffic control plan is maintained and the revision has t concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the m4 Engineer. 5 6 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS ,V7 are accomplished. Possession of a current flagging card by the TCS is mandatory. S 9 A reflective vest and hard hat shall be worn by the TCS. woo Page-AMD-7 ow Revision Date:May 19, 1997 1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary 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 0 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 0* 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX(703) 898-5510. 3 err 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: w► 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 0 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, , 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. 6 7 1-10.3(5) Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 0 When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another vo 3 item. 4 Page-AMD-8 Revision Date: May 19, 1997 rrr 1-10.4 Measurement 1-10.5 Payment 1-10.4 Measurement WO The fourth paragraph is revised to read: Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties 5w described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the jobsite during non-working shifts. The following paragraph is inserted after the fourth paragraph: n No unit of measure will apply to the position of traffic control manager and it will be considered incidental to o"i unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor, measurement and payment will be as specified for the traffic control supervisor. 4 The sixth paragraph is revised to read: The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used for the previously described work. The Contractor may use more than one vehicle to perform this work, 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 the work required by this section but will be excluded from payment under this section. t 1-10.5 Payment The bid item "Traffic Control Supervisor", per day, is revised to read: rr 5 "Traffic Control Supervisor", per hour. The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 8 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person ,► performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 1 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read ups "Section 1-10.3(5)". 4 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: *0' 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 9 under the item "Traffic Control Labor" or "Traffic Control Supervisor". i The last paragraph of this section is deleted. r OW Page-AMD-9 Revision Date:May 19, 1997 2-03.3(14)I Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfillin I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 to 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. Embanlmients and backfill behind the abutments must be brought up in layers „ 1 and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. 1 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 ( TC "SECTION 2-09, STRUCTURE EXCAVATION" )SECTION 2-09, 6 STRUCTURE EXCAVATION wo 7 March 3, 1997 io 8 2-09.3(1)E Backlilling 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 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations rrri 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 W1 Page-AMD-10 Revision Date.May 19, 1997 rr 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe t arches, structural pipes, and underpasses" are deleted and replaced with the following: For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be calculated based on the following trench width: For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. of 2 Under "Horizontal Limits" the following new paragraph is added: "R For drywells, the limits shall be in accordance with the Standard Plans. 5 The paragraph for "Gravel Backfill" is revised to read: "t s Gravel Backfill Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the "17 cubic yard in place determined by the neat lines required by the Plans. 1 2-09.5 Payment The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, STOCKPILING AGGREGATES 't March 3, 1997 I 3-02.3(1) Asphalt Concrete Aggregates The first paragraph is revised to read: r 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-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size 4W shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. „ } { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE 5 STRUCTURES March 3, 1997 7 6-02.3(4)D Temperature and Time For Placement at 8 The first paragraph is supplemented with the following: wr Page-AMD-II Revision Date:May 19, 1997 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. r 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 rrr 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 i 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)J is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 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 wr 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 to 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 i 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 10 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. r Page-AMD-12 Revision Date:May 19, 1997 to 6-10.3(l) Precast Concrete Barrier - 7-05.2 Materials { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE so BARRIER March 3, 1997 f 6-10.3(1) Precast Concrete Barrier w The first two paragraphs are replaced with the following paragraph: 6 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No INV 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. up The fifth paragraph is revised to read: 2 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be wr cured in the forms until a rebound number test, or test cylinders which have been cured under the same 5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. �r 6-10.5 Payment 9 Section 6-10.5, Payment, is supplemented with the following: i "Single Slope Concrete Barrier", per linear foot. The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. -4 { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 7x-05, MANHOLES, INLETS, AND CATCH BASINS 6 March 3, 1997 1 The title of this section is revised to read: SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 ..1 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 3 W 4 7-05.2 Materials 405 This section is supplemented with the following: 6 7 Crushed Surfacing Base Course 9-03.9(3) Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 d Revision Date:May 19, 1997 7-05.3 Construction Requirements 7-05.5 Pa yment I Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 rr 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 i drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. up 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: it 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: 1 _ 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 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. I wr► 2 7-05.4 Measurement rw 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page-AMD-14 Revision Date:May 19, 1997 No 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. TC "SECTION 7-061, CONCRETE PIPE ANCHORS" }SECTION 7-06, s CONCRETE PIPE ANCHORS March 3, 1997 7 This section is deleted in its entirety. { TC "SECTION 7-089 GENERAL PIPE INSTALLATION REQUIREMENTS" )SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS �. March 3, 1997 ,. 7-08.2 Materials This section is revised to read: Materials shall meet the requirements of the following sections: Gravel Backfill for Foundations 9-03.12(1)_ Gravel Backfill for Pipe Zone Bedding 9-03.12(3) >R Bedding Material for Thermoplastic Pipe 9-03.16 rr n 7-08.3(1)A Trenches The second paragraph is revised to read: 2 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given 04 by the Engineer. 5 ,.; 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 8 fts 9 7-08.3(1)C Bedding the Pipe p In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone I bedding". 2 ow 3 7-08.3(2)D Pipe Laying - Steel or Aluminum 4 The first paragraph is revised to read: `n"s 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of 7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed �8 together with approved bands. Page-AMD-15 r . Revision Date:May 19, 1997 7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test t 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: irr 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. so 7 8 7-08.4 Measurement g 9 The following new paragraph is inserted after the first paragraph: 0 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert to 2 and storm sewer pipes. 3 am 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": ,No 9 0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the i installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of at 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. jw► 8 TC "SECTION 7-17, SANITARY SEWERS" )SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 1 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 VA 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per im 1 hour)". Page-AMD-16 Revision Date:May 19, 1997 ON +rr 8-09.1 Description 8-11.3(1)D Anchor Installation { TC "SECTION 8-099 RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED r PAVEMENT MARKER z March 3, 1997 o A 8-09.1 Description *a The word "raised" is deleted from the first and second sentences. 6 8-09.3 Construction Requirements This Section is revised by adding the following new Section: .w 8-09.3(5) Recessed Pavement Marker r 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. AW 4 8-09.5 Payment The first paragraph is supplemented with the following new bid item: 6 7 "Recessed Pavement Marker", per hundred. i 0� The second paragraph is revised to read: 0 L The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type In 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 1 traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. r s { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL s March 3, 1997 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: 9 •0 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. 2 W 3 8-11.3(1)D Anchor Installation 4 The heading is revised to read: 5 6 Terminal and Anchor Installation 7 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 Revision Date:May 19, 1997 rr 8-15.2 Materials 8-202(1) Equipment List and Drawings is 1 2 This section is supplemented with the following: 6* 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 I* 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. ■r 8 { TC "SECTION 8-15, RIPRAPtt }SECTION 8-15, RIPRAP 9 March 3, 1997 o 8-15.2 Materials 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 r 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: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 1p o Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC "SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND +rat 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page-AMD-18 Revision Date:May 19, 1997 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 r pre-approved plans listed in the Qualified Products List- 3 Ift 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. "t The first sentence of Item No. 4 in the third paragraph is deleted. { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-219 PERMANENT 9 SIGNING March 3, 1997 8-21.2 Materials The second sentence of the first paragraph is revised to read: Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the " requirements of Section 9-06. +rr 8-21.3 Construction Requirements do it 8-21.3(4) Sign Removal A0 This section is revised to read: 0 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 04 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 t Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the „ii; 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. .03 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 W1 to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 2 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged 1 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 �6 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: 8 Page AMD-19 w Revision Date_May 19, 1997 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. 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". o 1 This section is revised by adding the following new sections: 2 trr 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts o Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 L Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 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 o When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 { TC ''SECTION 8-22, PAVEMENT MARKINGS" }SECTION 8-22, PAVEMENT 5 MARKINGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: 9 o Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement to Page-AMD-20 Revision Date:May 19, 1997 to aff 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow The second sentence of the eighth paragraph is revised to read: 3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for the area actually removed. �s { TC "SECTION 9-02, BITLJNIINOUS MATERIALS" }SECTION 9-02, BITUNIINOUS MATERIALS 'I March 3, 1997 *1 9-02.4 Anti-Stripping Additive This section is revised in its entirety to read: awl 1 When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the Wt 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. 7 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the 3 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. p When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall I not exceed 0.67 percent by mass (weight) of the aggregate. M2 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. dw 5 { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES 6 March 3, 1997 7 9-03.12 Gravel Backfill No 8 This section is supplemented with the following new section: 9 too 9-03.12(5) Gravel Backfill for Drywells I Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, 0„2 Grading No. 4 in accordance with Section 9-03.1(3)C. 3 aw 4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." r Page-AMD-21 rr 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 DC 1 { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- 2 049 JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement,three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe 2 The section heading is revised to read: w 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 I The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 Page-AMD-22 Revision Date:May 19, 1997 w+ 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 ift 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe "V The first paragraph is revised to read: 5 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO df 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. do The first sentence of the third paragraph is revised to read: i Qualified producers are identified in the Qualified Products List. 4 The fifth paragraph is revised to read: Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 9-05.19 Corrugated Polyethylene Culvert Pipe I The second sentence of the first paragraph is revised to read: _ 1 �i The maximum pipe diameter shall be as specified in the Qualified Products List. 7 3 The first sentence of the fourth paragraph is revised to read: 4 5 Qualified producers are identified in the Qualified Products List. b 7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe s The first subparagraph in the first paragraph is revised to read: 0 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. 2 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" 3 )SECTION 9-069 STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 5 This section is revised by adding the following: .r6 7 9-06.16 Roadside Sign Structures 8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 o Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. rr.1 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the 3 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable m4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 nr Revision Date:May 19, 1997 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: +rrr 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 at 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISIti 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as m 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 to 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 lw 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 e 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". Page-AMD-24 Revision Date_May 19, 1997 9-09.3(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 z LUMBER March 3, 1997 g 9-09.3(1)B Placing in Treating Cylinders 5 The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. i 8 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. .h { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING o March 3, 1997 1 9-11.1 Asphalt for Waterproofing 2 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". r. 3 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-12, MASONRY UNITS .4 March 3, 1997 005 9-12.4 Precast Concrete Manholes 6 This section is revised to read: 7 . 8 Precast concrete manholes shall meet the requirements of AASHTO M 199. 9 o The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral rr 1 displacement. 2 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections 0*4 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type 5 111. 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 a 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 8 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. er 0 1 9-12.5 Precast Concrete Catch Basins " 2 This section is supplemented with the following: 3 4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 5 6 Section 9-12 is supplemented with the following new section: 7 �r Page-AMD-25 +� Revision Date:May 19, 1997 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND 7 ROCK WALLS" )SECTION 9-13, 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 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL 5 March 3, 1997 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A wi 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 IN 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.3(5) Anchors 1 The following paragraph is inserted after the third paragraph: rtr 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Wr Page-AMD-26 Revision Date:May 19, 1997 , F f t' ; t �d fi k 'V't�' -}`r ,s a t " Ki :r YaX:. e # fit:,:: dy r ,'y7#a£ ,r I! t'i w r,.-�.�f` y�#, ,s u I x< �r {`(. 7€i M.R.�{siYV �s't .fo "t p :i '°z .S- H s £. .y a4 �}x T c � " .yx t t 1 s'*y x � $, s�y,.r�'#'tay,.k"»r., '-t!+'..` r, "v. # u °.: t 'rr, , '' � :,"°'�r 41k'#''�` .'�+'kz,4^kL ,�. x nay kr'* `W ,# " x `h,yf C ,} �. t c#h t.$' „ ,' .WM xm4th 7 rx � y s 1. � x lar c v lr ?. } _ 4 ` rX„ 4 e '� � ., r 4 r ,-s" Z* ar% `*.'�"x"� ' ¢�a s /' a �§;`,;F'C 4y,'cst ' .�^-., S' ",t; 3- ,, kn,y �y ,�' ,r sr A'`i5�r,7* (�," '�,.�,r s ,:t t r f v e '' 7a' i`� ,,r" ��. S„ x."' .:;'�,,- $ :. �il sM ,.Q;.: y 'Y "�' A, �:w "Yr`,Y>S lS ,i .JT ?+�..,g$`TS' f /:.,. x$ '. C ..,8k �Ak}-" x•' a'?Cr 1,• € } F }' '' i- �t�1. v rs 'u}! d s,; tt''t Si ,, y„a ,)'-S ,,T 5'�a. V x Ti- ..?' � �f ro rk" 1 .,a >t, § ;g''' t �. ,,rt r;•; a ,e # x ;{p�,: "yX t a` a ,Y d e �d l: s�x 122 I-6 t. ,€r $'t 3:'�"'' ,. a G f ..! },X >1!..�. ' ,a a,, ,� J,�, ,�r, � s 4 : ' 2. t i.Ja �.'t° Y 3+ i N y' N v Sys MY ✓ x J 11 V¢J� ,s ` SrM,.�1 y>i`rtri c ,zd�t #, s S�, �+5 r .. ,€:j r .:.. 5 .yn 1 14 r ,I e �' } " w i { J i I 2 �a � .x x � � s r_;z _ �-1_ �' ix-:z £ g�j<x;&. ,� x S A" v` ' � r r. S ' `r 'i ? r '`}, x� 9 ;} z..# .1r x ,e,, "��"-4 A'; `rte,, ,l. ra `^�r'�', .1 �:.X t; ,( "W' t�`a' �y ;,13' s, t '� i xT-. ,1 yt,r! F ''i"T 7`''{,�e S .:y, yt. a- �� ,#y. f } t r, r hT`_m - ,, ,a, :`kw,r9g''`i c u `:.'� ! <P �?t €r ."..t K� B, +.'i"` s. w.:} Eu,k'it`x,`c vus r,w `a `n i a�fEs 3= � �' s t, p� �` S n )Y v'yne ,z -5,`_isx_ ? ${£ tir','A s,,.A'+y \ ~a*�._ '3 ,rt >$ � r 'w ;� s'. � 6 t t: 3 G r+ ! � u{ r y y �� d`av xii�-..x E r -"E.,*x n e w F to -"#�., �.,'' �a 'n{;'i'r + ",, ``Mons,"l€ v- y .x i k i" ,,' '� •. gr'.?.. s-` ;;=:F"` tt�;. X � ?"�'['�r±v.^rw ^� �" -.9� >}"y,c� K'S x s; n T t' r 15 T X joy mm .�. w r YxE.#r xf ` `",12,t'+T t'9 i ?a' e ti'" x s ear, 't' �.P.'4, '":: r ,��.a i'' . , '.�: s �s: :yw,r'E ss `.ti r a; y;rr e'?tu y ''ti 11 11,`�` `'` .,:� r�$y i;t j�s '.Y,-y sjs "Xt k1 S�f `tea'ear ' g °.+ ,, t 5." 4 ",r! .' u ( r, a €.-;�> >< 1 � ,r$ r„',al,r T� > Rt• , i+1 ' j ':(! '*' �°ly, ADD a� `43 kN r 1 iE a r r t'* + `. "'"' � a #i a t# s.+, r } , c ,,R, c A r '; i' !:t rf 'R'r�r F ...Vill # a-.,y y 7,1 s r r 7 .} > �-`' �.� ' ',y M a c f."',,. / `r '�d :_mom rs S n^ue#"d� 2 '?r"�, k - '' �,,:'"£t�i r 'X r"I€';p 1 ra.�`e. e ^s `�' ;s., �l a T �' �' f x a5 �:i- .$ §asp tt� 'f j k_'i* 4.q� ;'*} 4, e t "4 7 l Jr r ,rV -% I— e{*1 ?;/ a *��k..'y y'i' *^' t, }r,,,> P I 111- xw..° f -a. ,} °`t*,; .`�!"^a�i t'. �{' t rl ! ,y c r - t i'� y .G r: of l f aM, ,b Y� "' "ci F*,•14»", r �,,;,{f lr �$ t' .k°;�fi r f` i s ' t ,. ,a- x^_ ,rt a s�` +�!�,�-r' r ' ,,LY" +� rr,a X '+Ar :; 4 p F -"" a,:, �' �ar< trr, ;^ R x fv, a,x r T,x:, �r j 'r r x Fs t'`d ',,,y°�'�`:� 'v 41 x �r"�"n. -� 1 `„. a '',i! d d x r:�; w'£ a>= r v.`, ..X 't r ` - 4.�to ,d.gx n�,�.t�� �e�' y'a�`� l � � 3 r a F' i,�b� � .:,���t� k..z 't ;; r� x',:� � a r a � e e ,t �, >ty l �, b y ,A �. t t 'J�`/ �. x, '€ 4 C i � £ W �' V__t s, r ,n ., 'r x x � ` k. 'a r a "r'' t e: ,x, 3 *i ` k t -' ' t r �,f; s 9 # .(" a r 4 'r k �,;' l! k€a It f1 r" , 'S a "* "r ":+,' �lb k v_ a J 1 ''aav6, -. a \ s•+: a .'� t t*rr ' r'i y '� 't z e ^' «" �,y r .yr z �,t i' s, r c ta. �,ag #-- l a w `�a �"`°mt� " z.£ r`a�. # � � .,*' *111 ' s" 4 f t"ms's > k �* 'r't r j 't Y ° t�?'N + 'i"£�ra '�. ,a .:a y ".♦ x{ i,. y X j j ; 9 ,„ ti 5 Q-1 a sue*iay -3 y w tt..'� s Es l'i 4 a'*fi d >d €gi t {RT a x s 'x �': x .'x; } a `#': r sk.::� a,. t "r.k,: "x a x U b .` 1 #1, 's r ti..�,€, ) t';; hx, ;" tx Y .7 £t ,i i+k r i "` s �"' r ° ' t? >t"e?} T,'$ > 5.,a4Y ",✓ t ,•�. r• `�" s '' a's r 'x,z ,� :_ t1 f t'r yx„ + rr 1 11 asr > +'y` +�^ £ J' .. 9� '1 'C:+ ?,n-"i ', ', f ter'" Y r y Y rtvr I }^�,wy +r '4§ S!g , :..k i,.t"'A; °MINK"� ! .,1 £ 5 ;.i'y..i 'f; j„'g.. l ,x-F� �� ti t �w 'ex £ h r' °z l J v= a. nsc� v y s' r;� m x 7 _ 5 oa k T r~ .y ,r r z v "�.= '+y' `: '`` X £ '&'P ,'+ i 1, r €,r,"Rk A oil$ y to A sWIM f k ",�k t �€,+ '' ;e��' m,s 1 1 `r_- k y M �s. xifa .G .,#, �x T 1 'a ,^ h �^� Am i # ; .'a a L ',t x" v 9s 1 `' , w f (" :3` "•s'". xG: k _? 'i ,, r t 1 �' #.4 t + .€ + 6""£' aF f `e d yT 4 t t.; \ a l ,. '"I e •K a} :>r �`x, ';. ', 5`r'�iJ y' 4t b "e,r,., ra to ',? °ir z'�,i, t x {K },i .v v 4x,..d`� S a w i ,sy "q , ,, -ani a `�C'kr; , -, or t+ � a r ii, + 1 '` e ' ikre; r t r' t:;.°Y "5 1, £ ';:rf^a a n' +t " A f t x -'''3 `P X t K.5• i ? t > r"�y, v s ra aF r ':' �p § ` vim ,yr i;.,F ,s,. R^' r� TN l nh ?fir,„ ys. 9 - r x C s 4 t ha;i r •, l Tz .�;x 9# T �; yy ft"N' ��N'i�,,; a¢ .y gj r .,}e rl`. e s.,, �, r t �, r d S €.�'y: +l - s x1Trr .�.`. t ' 1,*y r Y y "y X'T xs. r a 3ht $" r K y� + 1 r„.',x ,;:Sd, "w;...c�`,c,i*n,x ro�� �.,z t i t y # k• v�+ 'Y A x 1£ - x� r a :4. r k r i "M r J � p t� t<" `�S. ; aI,ts e �,.�a e� y�x:. y a r 1 �; s ..'t a-, r4 f' y}e fit x.T �,1' � � '� �"',�` d ''c, x ;w' .Y ���r''r- ; ,. .,e „ 'X r # `' L e,; l s r z r .Xs s `> r 'rx +a ,.;'�" r 7'i} f- z• ryiy xE '�s'i '_ + S 2'!E 4, >i�c s it ro> ' ' '4� •>t }v r £d �, t - t' 4: t bf, ar `L as,t ,. rsi v r .d ....._. Y � ;, iq` '.ice'"",_}."y�su� '-' i^' ,- k s y }x' `i'Tt}^ stry�. lei. e Y ''1;',� � r P / ,1 `'}e, }"� 3t ,,f,x's z l '�+"�` Y ,£ w FMS r .. R .S y &= c y ¢.f y ' k f " ` �§ i '�` lnt '`. `y '°';x ,i' ztyt` i a rf v,f 7 5 ,.`t 'zt r l; k,z, e t+ t4` #" 't.'• PIN, `,f n, �.� x, � a s..t Y,,�� ",r.,f h ra r" iF'„a'i' r'' } �'” Y ?.�[ 4 'kS`l�e "ir "Y` f l fl,1" ,,,I' ''sr s >sr 4 f1� <SA' #+ark r+" `5 y 'is 44 'S" Y ;r•`' "4 4yy},' } .y F'? 'Y 4 v`-° �' *a��1-Y � } ,% } r"iX'�•T"i b ' !I,UK- Aid x k•i"r.` 'yX t : -� o' '� t € `� a r ,s-:Y r r 5,'I, :if 3 r y ✓',-> fa s Ts'"r,; y t �y, x1 # r t c 'UNK? s* F ;r r« ak 19 n z � x rf' r .# " t ,d x w Sb I, , 9 x x ,�I y 1sji xaTMt - y 6 e r � i o"vi �*�` T'>T�'� �x��.�:%i di t �sx r".,a-.y 1 'r,3 Fwd { { '.• t ; � { �k�:. t :� 'k� V rsz£�fi T.'x 1 s."4rti ��, rk��� �°-j-U-_­- - ` *i s `� r "g-r,k'rr4 r, i �z }"d l,�t r r a,: t 7T pl stx" 7' '1 y 42 7 ,i `• .a.iM dr Y 7 t aw £: ..,x, +s.rt ! £ A; .f' 'x*,- F r i r f.. 'S J t"� �,r' ,L� t"> `fit l t, .,y �i. a rt^` k f r F; ; ,.k,4 .•g. - ti ""' C4}� fi + S �t e e t`y-r y y$ �y :"t-r tg�€�., a 1. '+' 3`7`a sr z �a* s g �A ,A l t, i ,,,, +,,,-} d 4 a .,?`" �.y; } t"e k 4 - x i`0 ,.r �ip5; a.} %HPA 'A`S tr a' ..t °a. r F e { !y .;x' r p t r fl:.a Xr��x�`-y„F 'rl's. x rfY �r v Y ''1a ire ,.x " " 'R -k.. ' y r' a„;t�,- six 9' . '� +" '�' +`.: >X'`4: a a t f ",� n k '.i ,s h x r ;. � `, . r aF�{,,„T 'z r ' k r -� l t}+. a S y i t q ,I #;.' u' .R '�1 >'� T }","fit,x . t''"vi :#t4 rxXx,m-;y 111,r,r3`. Y ,Sj,i r'+' r'$"z,. r ,1;. '{ 1 f p.`:i *�` x"�r s t{�.ai ,. '.z "''mil. 3.� `b.. X . ' "9 r t:.° k,€t;., ' yv�k' a's "`�ks. x S'. i t �.x m k'dx J i'. ;" t r"T'' +"'a�yT„',. ,_1I t .Y'yK �x �.` '1 s,��",,,gp'x ! �t,'X', ;s `w`,�,,f`s r. '`r r ° ,i.'., `' `ya.,+ s ,v. r'i �,��t.� '�' x 5t'#frj Z a kr•t. k 4 §.a t+",^"'''3-px ,q,r'1 ,ad.r r �:i"' 'E.�: a'. 47 #r~ S l ,7 1, �,t k�. .k` ix >..: y Y. fi %., a� �xd y $ `k s¢ a -+` C tf' �' "'", '+ y.: ,c4 1 '�r e a o.1tink w� ✓r f, � 'Fr y at IS �� •{ aF z �� 1 tea€ * 4 s r - • w r 9 r r * r r : t x kr l ! £ tr\, dta z + %` F} :x r ''t� :+ t �V:Psvj ,C0 iG' tix ''Sl P.'`¢ ,' + 5 11, x,9.��y1y - '�'. �, xz,. --, 'a`:s �,n sa, 4`M. rr i't. k s,a. ` r 2 y � MIX r a a 'i x. a �: a` i !� �FF r k �. 5�ttj �V, $t:"` :,'lr `r' �,+ d #�5i�sl r x^ro>s .r i "#�. `.,7 .. .}f, „+ t\.x 'fir Y �, "�dP' 1R'' 1{F y i '� 3 ' '3 : # d.', r`�.>: .�z ,� 7:j"s.. .+. .t''t t,,y �` � t`' a ,\ t a. ?"'y ' F �•t �' ':� *i.t ,` ", 1 �..: r&'V,g�S,a`' ve ,Xl 1�:„�„f y rtl' ..a� ' t ^si y 'Y-�cr}n m t 4�11�' i t tik Fa tChu? G, ':5 ^ ,' -e iii" f „a.'`yc „x{u .' 8 {M t Az ' 'y` `i,�y' lk R ;Kr 1 r,, ,?r "g�. r :`,}��b y ,,w +X ,kZ�,`.iC, ii',?.X 1,: i•, : •s•+rt s:.- r3 d"i l c'� e .f €. '­,, '4k a jn Z 't +L R .'�' sXF h' tt "4: jnl xbTM #'i f-ti d �r'� 1,, g4 T:.'�s ,t ri ri +�. , '".3 '\11-,c I"� " ' ,� '' • {- �+t #, 'r y + t & n r Y 1 w.Yh " '' 'S4 \ zr, se 'f $ + y€ a 4` .,*y-r'.t:} ar? 1 +,p x;� y'�£�C ,,i P r✓q a-5 x 1�' 'cS' e,a ro ''. - s `(' i }, ! kS. $1 { . MY, p y S' 'yi •ire _:M2' u'. y a +��' Fg ..x t , 1 r "R;� )ys rd 1.. �'v:rod ,�,- "�.�{' ¢., 3,r 1, - t ' rt"i iy �7` i -`-� 3.,., x 5 �r H l r' t" !�t .,r k '� „ K"X r �;,`: t $ tK r t"y s} -: yr ?1y E ,�,: t < :eta i :ry� s'€ x �`.. a -'T` s '# z :y a !:+q, k 'r '�; is rc - Z # {l . "d'-�j `�1+ 1`t wy y, �, p- ' �'( F 5' - �„ry y. o 'v t [ `e n a �'" J t.} f` T:. x i,'2' 3 # s 4' v 1 ra`�, :s t 4 ,.�.vsz NEW} .l t a.a v' ,k 't f a ,Y p• a s y t s:19,4 ' + Tx rs aka _ � ri s r t'rx I .d .t -i± N F.;5 x:: }Z " '�., ..� :- r s�f h �`t3€ g' '„srt s :y a .R r r : t +;. t"if _l " �.i" i4. .ii r�l V r x x .r"r' ,�' „ l r€:d'? �, a do::; i ','i �. '`ix 4r ';X Y ��, s y"? S , t y y �;.ay ,x ,'.s#+ ` £r Y. �,w",�k a "r` > '.f` + wz" r. 'l 4 , v t`x r t$ 1 8 e �"F y,,,,, 4 ''fit i #}�,_a f 4.,: wa' #. "' rf ;Y "�5::`r x" '�','3A x ,b' s 'M�`Mi '``�, ' fit,'" .. .,x � 1 ,t. k ra{4 4.; 1" #l' *I€� iF may¢` t✓ .Y"< x` -r, F% s.$±z 'n; `€r j'F "logo r ,:{ 11$ 'S4*,11 a`^ 'I`I c "� i" '� $..s,fit ��M1�rx/�££ � �,TM z.. b•,'�S ty '�,a$�'`"�y * '�`.r� ,},"t,�""�.� � �+ t'r.;r•T�rs ,'�� a. ��>`�a' ��*'�S�A \ ` � ' sax k} �s r a$� §s .F y- ek �, k', 1,��# #„�- ,y b ' .w +rw DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions(APWA Only) Add the following definitions: CITY The City of Renton ,r. Substantial Completion Date(APWA Only) The date established by the Contracting Agency or ENGINEER when the contract work is completed to a point that the formal procedures for liquidated damages will no longer be used and liquidated damages thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract time until the Actual Completion Date. Actual Completion Date (APWA Only) + + The date established by the ENGINEER as the date that all the work the contract requires is complete. Acceptance Date (APWA Only) The date the Contracting Agency accepts the completed contract and items of work shown in the final estimate. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1(1) Consideration of Bids(Additional Section) +rr The contract, if awarded, will be awarded to the lowest responsive,responsible bidder. + ' 1-03.2 Award of Contract(Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. wrr 1-04 SCOPE OF THE WORK �r. 1-04.12 Hours of Work(Additional Section) General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. rw Special Provisions Page 1 7/9/2002 w f4w 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes(Revised Section) wW Delete the first sentence of this section and replace with the following: 00 The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes,cross-sections, and curve superelevations. .r 1-05.5 Construction Stakes (Revised Section) The CONTRACTOR shall provide all required survey work, including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As- Builts"per lump sum, as described in Section 1-09.14(D). .n 1-05.5(2) Construction Staking(Supplemental Section) Sanitary Sewer and Water Line Alignment and Grade Stakes r (50'max. interval for laser control) wwr (30'max. interval for batter boards) 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC r 1-07.16 Protection and Restoration of Property (Supplemental Section) Ar Private property such as plants, shrubs,trees, fences, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the CONTRACTOR's progress, and to remove those improvements to locations requested by the property owner or to restore them to near original location in as near original condition as possible. For the purpose of this contract, all property not within the Right of Way, including property owned by 4W the City of Renton, will be considered private property. All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod ++ cutting machine, removed and disposed. The disturbed lawn area shall be restored with sod, after trench is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the following guidelines: Aw A. Topsoil shall be placed at a depth of 3 inches. ON B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade without low areas to trap water and compacted, all as approved by the ENGINEER. so C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and shall have the end joints staggered. The sod shall be rolled with a smooth roller following placement. 40 YOM Page 2 Special Provisions 7/9/2002 MR MW D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic from access to the newly placed lawn during the establishment period. "' E. The watering schedule of all newly laid sod shall be four times a week for three weeks. The watering shall be such duration as to soak the replaced sod thoroughly and promote good root growth. we F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental to other items of work and no further compensation will be made. ow The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The *W CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction adjacent to each property. .r 1-07.17 Utilities and Similar Facilities(Supplemental Section) The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. go Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The an CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. This work shall be V. considered incidental to other bid items. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground go utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule (Additional Section) GENERAL 1-09.14(A) Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, r supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all ®„w appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. r. B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. im Special Provisions Page 3 7/9/2002 r w 1-09.14(B)Mobilization & Demobilization(Bid Item 001) Measurement for mobilization, shall be based on the establishment of all site improvements required to begin construction, including: project schedule, and transportation of equipment to the project site, receipt of all bonds and insurance policies, obtaining all required permits, along with any other submittal and shop drawing requirements, provide protection of existing facilities and removal of all materials and equipment from the construction site after project completion. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed work as defined in the 1996 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. w. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, clean-up etc. all in conformance with the Contract Documents. wr 1-09.14(C) Trench Excavation Safety Systems(Bid Item 002) Measurement for trench excavation safety systems will be based on a percentage defined as the amount of water and sanitary sewer pipelines installed divided by the total length of water and sanitary sewer pipe shown to be installed. 00 Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all planning, design, engineering, submittals, equipment, labor, materials, hauling„ furnishing and constructing and 1W removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. ■e 1-09.14(D) Construction Surveying,Staking,and As-Builts (Bid Item 003) „p Measurement for construction surveying, staking and as-built information will be based on the percentage of total work complete,by dollar value, at the time of measurement. rr Payment for construction surveying, staking, easement boundary staking and maitenance, and as-built information will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide r the required construction and as-constructed field (as-built information)notes and drawings, etc. required to complete this item of work in conformance with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed go information by the Engineer. ow .r +wi ■IU Page 4 Special Provisions 7/9/2002 r OW 1-09.14(E) Traffic Control(Bid Item 004) Measurement for traffic control work will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. .rw 1-09.14(F) Temporary Erosion/Sedimentation Controls (Bid Item 005) Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work complete,by dollar value, at the time of measurement. Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which pay- ment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, check dams, wr silt fencing,plastic sheeting, stream bypass piping, stream bypass pumping, etc. required to complete this item of work in conformance with Contract Documents. 1-09.14(G) Landscape Restoration(Bid Item 006) Measurement for landscape restoration shall be per lump sum of landscape restored as required to complete this item in conformance with the Contract Documents. Payment for landscape restoration shall be per lump sum, which payment will be complete compensation r for all labor, equipment, materials, materials hauling, hydroseeding, sod, topsoil, preparation, forming, placement, finishing, watering, cleanup, etc. required to compete this item in conformance with the Contract Documents. .rr 1-09.14(H) Television Inspection of Sanitary Sewers(Bid Item 007) err Measurement for television inspection of the new sewers will be based on the lineal feet of pipe inspected. Payment for television inspection of the new sewers in accordance with specification section 7-17.3(4)I No will be made at the amount bid per linear foot, which payment will be considered complete compensation for all labor, materials, equipment to perform television inspection and prepare videotape record of all new sewers constructed by excavate and replace methods as part of the project and record videotapes. 6. VW to • Special Provisions Page 5 7/9/2002 OW VW 1-09.14(I)Furnish and Install 8" PVC Sewer Pipe(Bid Item 008) Measurement for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be "' based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8" diameter sanitary sewer pipe and cleanout of the type required +� will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets, installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances, frame and lid, concrete, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (exfiltration or low pressure air test rrr and deflection testing), etc. required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items (See Bid Item 012). 1-09.14(J) Furnish and Install 48" Sanitary Sewer Manhole (Bid Item 009) Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 48" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, asphalt concrete pavement removal, dewatering, excavation, removal and disposal of waste material, foundation material, concrete base, precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, WW appurtenances, connections, channeling, reconnection of existing sewer(s), placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported +O backfill materials are included in other bid items (see Bid Item 012). 1-09.14(K) Connect New Sewer to Existing Sewer Facility(Bid Item 010) 00 Measurement for connecting the new sewer main to an existing sewer facility will be per each for connection made in conformance with the Contract Documents. Or Payment connecting the new sewer main to an existing sewer facility will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, excavation around and protection of existing manholes, core drilling, rechanneling existing manholes, removal of existing cleanouts if necessary), materials haulm adjustment of frames to grade, relocate ladder and runs if (� Y), g, J g g (� necessary), connections,placement of subsequent backfill (native)materials, compaction, water, cleaning and testing, etc. required to complete all the connections in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (see Bid Item 012). v.r yr rw Page 6 Special Provisions 7/9/2002 w +w 1-09.14(L) Removal and Replacement of Unsuitable Foundation Material (Bid Item 011) Measurement for removal and replacement of unsuitable foundation material shall be measured in Tons based on the placed weight of material installed. Placement of foundation material will be measured only for the area(s) authorized by the ENGINEER. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. wr Payment for removal and replacement of unsuitable foundation material will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(M) Select Imported Trench Backfill (Bid Item 012) Measurement for select imported backfill, shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be r. given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the 00 certified tickets. Payment for select imported backfill will be made at the amount bid per ton, which payment will be or complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc. required to complete this item of work in conformance with the Contract Documents. r 1-09.14(N) Asphalt Patch Class `B' Including Crushed Surfacing Top Course (Bid Item 013) „W Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction, water, temporary trench patch (placement and removal), pavement saw cutting, asphaltic materials, tack oil, placement, final trench patch, cleanup, etc. required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. 1-09.14(0) Replace Pavement Markings and Traffic Buttons (Bid Item 014) �r Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks, railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract <w Documents and/or that exist prior to construction which are damaged, disrupted or removed as a result of construction of this project, unless otherwise approved by the ENGINEER. A„ Payment for replace pavement markings shall be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, paint, traffic buttons, thermoplastic markings, 4, Special Provisions Page 7 7/9/2002 M +wr preparation, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. "" 1-09.14(P) Abandon Existing Higate Lift Station(Bid Item 015) Measurement for abandon existing Higate Lift Station shall be per lump sum to complete the work as do shown in the Contract Documents. Payment for abandon existing Higate Lift Station will be made at the amount bid per lump sum, which ow payment will be complete compensation for all labor, equipment, materials, sheeting, shoring, dewatering, excavation, disposal of debris including haul, backfill of underground structures, backfill, compaction, fine grading of shoulder, rechanneling of drainage swale, including pea gravel, rip rap, and aw ditch excavation, delivery of salvaged equipment to City, cleanup, etc. required to compete this item in conformance with the Contract Documents. .w DIVISION 5 ow SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT or 5-04.3(5) Conditioning the Existing Surface The Contractor shall maintain existing surface contour during patching, unless instructed by City Engineer. wr 5-04.3(5) Preparation of Existing Surface The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the CONTRACTOR'S equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. ow All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent .W tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at aw the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. .rr The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. ow MW Page 8 Special Provisions 7/9/2002 r The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. .. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the CONTRACTOR'S expense. rrr Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay item for Asphalt Patch(1-09.14(Z)). 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS (Additional Section) 5-06.1 Description(Additional Section) Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period,prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. ++' Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. + .� Within paved alleys, the Contractor may use the compacted backfill to allow vehicular traffic to travel over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. r 5-06.2 Materials(Additional Section) y.r Materials for temporary restoration in pavement areas shall be `Cold Mix'. The composition of other components of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be rr considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. rw 5-06.3 Construction Requirements(Additional Section) The roadway subsurface shall be prepared for the temporary pavement as defined in Section 2-06. Temporary pavement areas greater than ten (10) square feet shall be a minimum of four(4) inches thick and roller compacted to consolidation. The completed pavement shall be free from ridges,ruts,bumps, depressions, objectionable marks, or other irregularities. 1w The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. ■ Special Provisions Page 9 7/9/2002 w aw All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. rr DIVISION 7 DRAINAGE STRUCTURES,STORM SEWERS,SANITARY SEWERS, +r• WATER MAINS AND CONDUITS 7-05 MANHOLES,INLETS,AND CATCH BASINS amp 7-05.3 Construction Requirements(Supplemental Section) Pipe to manhole couplings shall be equal to a "Kor-n-Seal" boot. QN1 Manhole base sections shall be placed on a graded and firmly compacted granular bedding course conforming to the requirements for sewer bedding in Section 7-17.3(1)B ■�� of the Standard Specifications. The bedding shall be at least 6-inches thick and extend at least 12-inches beyond the limits of the base section all around. The bedding must be graded to ensure uniform contact and support of the manhole in a true vertical position. �r Manhole channels shall conform to the City's standard details and the construction plans. All manholes shall be installed with locking frame and cover as shown on City of Renton detail BR29. 7-05.3(1) Adjusting Manholes to Grade(Supplemental Section) .y„ The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans. Manhole ring and covers shall be adjusted to the finished elevations prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6-inches above grade. 7-05.3(3) Connection to Existing Manholes(Supplemental Section) Connections to existing manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" boots. Existing manholes shall be cleaned, repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. 7-05.3(5) Manhole Coatings(Additional Section) wrr; All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating (sealing) all interior concrete surfaces of manholes. +wr Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field Page 10 Special Provisions 7/9/2002 r The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Conseal high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC-Conseal (min. 4.0 DFT) r Color: White aw 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08 Materials (Revised Section) 7-08.3(1)C Pipe Bedding(Supplemental Section) PVC pipe shall be bedded in accordance with the requirements of Section 7-08.3(1)C, of the Standard Specifications, and the construction plans. Bedding material for flexible pipe shall meet the requirements of Section 9-03.16. ,,w Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Compaction shall provide WW adequate support along the pipe to prevent settling of the pipe. of 7-08.3(1)D Pipe Foundation(Additional Section) o„ Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation I' gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard Specifications. Orr Corrections faulty grade; Excess excavation below the required grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Foundation Material used for sanitary sewers shall be as follows: Ballast Section 9-03.9(1) law 7-08.3(1)E Trench Dewatering(Additional Section) .r Dewatering may be required during construction of the sewer and water lines. If necessary, dewatering may consist of a combination of trench pumping, well points, ,W and/or wells, and must satisfy the following requirements: aw Special Provisions Page 11 7/9/2002 .w • Prevent water from entering the trench and maintain dry trench conditions at the foundation level. ""' • Prevent caving of the trench walls related to water migration through the walls. • Minimize turbidity in the effluent by utilizing properly sized filter pack .r materials on sumps, wells,and well points. • Preserve strength of foundation soils. .r • Recovery of water levels may be rapid if pumping is interrupted. The Contractor shall provide standby equipment installed and ready to operate to ensure continuous pumping. w • When wells and/or well points are no longer required, they shall be removed, backfilled, and abandoned. Wells can be left in place except the top three feet must be removed and provided they are abandoned in accordance with Chapter 173-160 WAC. • Turbid water must be treated if discharged to the storm system. Discharge of dewatering effluent to the storm system must comply with DOE dewatering permit conditions. The Contractor is required to obtain this permit prior to discharging dewatering effluent to the storm sewer system. All costs necessary +w to treat and monitor the dewatering effluent in accordance with the permit shall be the CONTRACTOR'S responsibility. +r • The dewatering program must be completed in such a way as to avoid excessive dewatering related settlement of adjacent facilities. 7-08.3(1) F Hazardous Waste Training(Additional Section) Construction crews-working with excavated soils shall be 40 hour trained in safety requirements for working with hazardous materials should they be encountered. +rr 7-08.3(2) Laying Sewer Pipe 7-08.3(2)A Survey Line and Grade (Replacement Section) The Contractor is required to provide construction staking and shall be responsible for securing the services of a professional land surveyor or qualified engineer who shall provide all survey staking needed in conjunction with the project. rW The Contractor shall assume full responsibility for the accuracy of the staking and shall provide all replacement staking or re-staking needed. V' The Contractor shall paint the project stationing baselines on the ground at 50 foot intervals. Vw. The CONTRACTOR'S surveyor shall provide the original field notes and a set of the field notes which shall contain as a minimum the centerline station and offset and cut to each,manhole, side sewer, and all other changes in alignment or grade as may be needed aw to draw accurate as-constructed records of the project. These notes shall be kept legibly, in a format conforming to good engineering practice in a hard covered field book. Page 12 Special Provisions 7/9/2002 w It shall be the CONTRACTOR's responsibility to record the location, by centerline station, offset, and elevation, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the CONTRACTOR's responsibility to have his surveyor locate by centerline station, offset, and elevation,each major item of work done under this contract. w w Major items of work shall be defined to include the following items: Manholes,Catch Basins and Cleanouts Casing end points Major changes in design grade(s) w After completion of the work covered by this contract, the CONTRACTOR'S surveyor shall provide to the Engineer the hard cover field book(s) containing the construction staking and as-built notes, and one set of white prints of the construction drawings upon '"" which he has plotted the locations of existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as-built location of the new work as recorded in the field book(s). This drawing shall bear the surveyor's seal and signature • certifying its accuracy. r 7-08.3(2)B Pipe Laying (Supplemental Section) Isolated grade deviations limited to less than 18 feet in length (each) due to pipe bellies or pipe settling shall not exceed one-half inch. The pipe shall be installed to within the tolerances specified in Division 10 of these rrr specifications. 7-08.3(3)A Backfilling Water and Sanitary Sewer Trenches (Supplemental Section) w+► Backfill shall conform to the requirements noted on the plans. Select backfill is required where native material is not suitable as determined by the Engineer. Select backfill shall be per Section 9-03.12(1)C to the base of the subgrade. The remaining depth shall be aw restored as noted on the plans. To the maximum extent available suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 8 inches in their greatest dimension, brush, stumps, logs, roots, debris and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. wr Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of *W backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer r� Special Provisions Page 13 7/9/2002 r. w may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace ww and re-compacted at the CONTRACTOR'S expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement which may occur during the period stipulated in the contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as w determined by the modified proctor compaction test, ASTM D1557 7-17 SANITARY SEWERS 7-17.2 Materials(Replacement Section) +w Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects w. which prevent adequate joint seal or any other damage shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: PVC Sewer Pipe Section 9-05.12 C900 Sewer Pipe, Class 100 AWWA C-900 7-17.3(2)F General (Supplemental Section) rrw Side sewers stubbed to the property line shall be air-tested. 7-17.3(2)H Television Inspection(Replacement Section) The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera before final acceptance. The costs incurred in making the initial inspection will be borne by the owner of the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. ww The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the ENGINEER. The camera shall have rotational capabilities and be used by the operator to view up each side sewer o connection and provide best views of any non-conforming items. Once the television inspection has been completed the contractor shall submit to the Engineer the written ..r reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The so Page 14 Special Provisions 7/9/2002 aw tapes shall be run at standard speed SP(15/16 I.P.S.). The CONTRACTOR shall use TV inspection report forms as considered industry standard and as approved by the OWNER, and provide completed forms and video tapes of the completed TV inspection to the OWNER. The costs incurred by the CONTRACTOR will be covered by the bid item for such television w inspections, and all costs associated with the initial inspection and any requested additional inspections shall be included. w DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-13 MONUMENT CASES .w 8-13.1 Description (Supplemental Section) Add the following: The CONTRACTOR shall retain the services of a registered surveyor for re-establishing monuments impacted by construction. rr 8-13.3 Construction Requirements (Revised Section) w Revise last sentence: The monument will be furnished and set by the CONTRACTOR'S SURVEYOR. wrr DIVISION 9 MATERIALS .rr 9-03 AGGREGATES 9-03.12(1)C Select Backfill for Sewer,Storm and Water Trenches (Additional Section) Aggregate for Select Backfill shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: .r+ Sieve Size Percent Passing 1-1/4" square 100* '/a" square 25 min. U.S. No. 40 40 max. Aw U.S. No. 200 7.0 max. Sand Equivalent 50 min. w rwr Special Provisions Page 15 7/9/2002 hlk5 yC4� E � � rjr < Td `art } .�f I ' t '4 } I I i'M1 >`�,. 1. k # v 1 °A Y_P4,$ £✓+'{ N +. 4. �T 3*�'~t �by''4 $ )`.d v4,1 .y . q ." 'pt{y , `�i9r s t,i ,h1 x 'y=..' ,ai` 's1's-'r .=' �*' 's ; ;' � ,; ' ' •� --,� r''` "�1,=4 +,z�% ;y'i ' ;r °r ed ffi rt'>,`' } , .»k,:'. '�� e.'�'' `� - .r 'V �" 5i za,'tzr^a+" ,��.,: ,�S�k'd � �-".z7x� ,,a � `�c,'.� .tq .a ';,.�v� , , t ' t "Se *? ` .> ", ; i r '`lq -.!i y � y`'; 'h ' ,re" a.:, tee° ' y �. �� s- u e 3 tA,,r ft -«fie x 'z:r v ;5 - � �# '�.z u{ n S' 4. r kr „�° #' '� ''k �., 4 a �y, a✓ .' 4 y_ < �- ✓ a -x W �.:i r uty;`^{t° p y., g, ',- ,� 5t% ��°i'��''� � , 4 i�i7 �` r r41t. 3s, `t i tiff�.1 r k*'z`.r ",a '�' " a � ' '+ '1 S r' +'�;+f '��''^x ;" '�L `s + wM,i t ,f: d tyt:;:�E�i a z+ :' . ,ke s x ,.,My"',C, s ,* i s x :{.M r�� "�+"a 5.1+4^s 1' ?9*+ ->v '� d �s t t.. E-5�y�"S o �,. t Y' a r °* F a,rrw l ,i� �$ ?'c"- `' ..yy b.. `,G, , `e, r r .', )) sab ,4s '* + `1' 3, Yt t,.�� �, y. r +, 'F,3 XU,i ''"§ k�.# f �a F+t $... 7 C ^, t*"' f il Y� mt g 3 a 4 , I t eK :IV. 4 ,. Y'i - ,.I.:�M1i1j °* a' { '� 4i �" i i°43" °V' .C' { A' "'+ .*+ 1." ��'�, >`b.!) �' , f t} { ,'° ' .. '_` ."" *, ,.�, �' '� £ �.Y h§ N, �`5 +9ti„ ,rrC rk,,.' + ,tk y a" n t4x-lm -' 1 ,»,a t `�' .� ,{': to+'�' ;Avo- 4&,t�a1 + *#' s `k 54-n < ` .'k+�,�. 4 +1,a "aJ < t•' `' ,� '+' {r +a .r "` fi �f i. �`C " n-- a' ''t e s, ,; �i t ,J, �� :'w k ".t. ;7 a M� 4 �.�t ,r'i r' �,f ��m �.�'i y y is ,, `. d< > *�" ,.x Yowy, "fir U ";` i.w�' 0 t i "' ti"s _ 41�'r � 1. 4 7�-�'" ,U icg"4 "'� 1rt '�t+� *+.'^ �+. °r ^5. " L_. S�F 4. a l;d :,'.�.k x }� .,5 to- :; y ?at-.a° f �, ° S ka ar •��*' r r,!` a u'ar+e - ,,xY :§ �I%I i F '� s ., , � � r,:�" .i.'s' .�' '' sa+�'� '"' k#"' t h .c, , `:r ,; L .,� ,a 5 '\ } . `. ;2 4 a .i+7 s,1 N,, 5� +s �„'fit 11 1 r."` n - �` �vy+ + �.. ,1 � 'ti , ,} �f. �,� ��` r k >`ts x t 'z, R+ ! s 3 `° k ""E 'ra - f '{'•fix ,-�9 ;� s , ,,- ..,�` A>� .t n y :� "'',�+tr " r t k '' .0. ' .=x ..,_viz ay f -`a � r ,, t s, 'i a 1�r: 3a d-: p 'x 4 [ a s. �,;..� 1 s L f .' d 11 *.,- s< ^, i?, a a�. a'',' s f tr"t 4, Y ,:I 4 ¢ d WON i 5 '� ,�s c ?4r'4 x� # 6 try ..: '� r�, a <��} 5 ;e x� zb , t �. p,4 , $ - t it r"., $ 1 11 4 3, p 5 1 + 1 I t �' � ��` %4 , r. * ! v - � �' 1 t s.,,t?"'K"Av. .`a '? , L,,+A ,ry, s'+ p e , " > ' '�;. ", 1 ". v�,q Y '`` „M Va .''k rte,„ '''" 5. a,i. �I i x y I a ,e',t t k,r,.` s4 d 1? > � ,ty f�" "' � � ➢»t .,, � ' �.�5'1. ''` p ,. tik :,,�,'.; e "+X.i'- ks w� f,�'°M 9"s i F, 7 ..b» �:. ,li r. m pyi.r.K' xXx° .r i.ti +^' 6` ` 'r „f-s�,�,}` n'�a:rx 41 3 y?: �- °r 'E d„11 AA €� rrC'�, �, '� »;..a 9 47 y`l_ ;f` ,, e� >��•a� %, ,E._, .r r� t�' 11`b 'r' 1 4' .da'�.L st f '-' n+4..a3 iPa i ',< "5''.�,'F .Itt�c `{ S ,,, t/ ,w.. ty,:�r } '� XY X rm.� ,. a r ,c�"^ .s>a + cs �.; ., r :Ik �'R Y,F�.w� wfi.,� ,'�5�, -t�' {- XU �il2 > ,a ,>J§ �+ >!.a i`t r h`",±:�,.�+ >`,F, ,' ",•�tk x r . , m ' 9o- f i K m t '& i ,� �* % 1� � ti r: s ,, yam'�. k, t r .�11 d� > , .r.,, I y �. a` 4 "+° Y .�C �" ^,;; " s'ky* J a a� 1 a > �,. r 5'` 5' `�`,zo p=` ."bw it`� a yh�R�tk � �' r3 r. tf*r`'s. '� t h 2 ,., ;r'"k�'x- 'k ? - x-., _ �''�«� � ' 'r '-x- y d �' , W to s.'.q''4 ,'`. k *yam„} x 't e,i I-ii>rfr a+,� ,a y r k ,k F- ra �'��kr 'fix ia�?`� .'*r, t�s?s � `» ,,,iiT' t 'fie �a yr l i a _� J w �^ 4 h n '�i+ t 5 '4 +,' e 4 t '' , t k, f ' u d ,4- , f at �' �`' Y t ry 4 a -. I ,i �. 2+ z r,`i4 .;, + +.. 5 '� `i got',, +! k n. 43z}'S f{`t she*+",1P, ,5s u`Q „fi MU HM a,y/:, `4° . z< ,;f �„ y,i:, ,a �a r � a`�✓ , ` r' x'.sr h:` fir',""ti., ' 'fi, ' pp� 1q J� ,* "Y�#td e,, 7 �i i°4 tc� u� i s yh+` fi r� -ty n 11 is a< :1 r'S�;^ � > ` 3i, .t, I,%-{�'t�'� ,1, � �f ;� �,y�'��.uR� '�r`' Sri .�.�'i � 4 c 5;-; ;r '4 ;4'a �f r.���k j a ti F a � t �" ..z i zs"��v: r � 6... SSN'.. °flb �rt a r, � "_y ,.*' ,, - ,7' tier , �,. ::s s i c >s z �" ..,",rs :' '�"a7"rt-,j y d y � 1 1V-11' a n a," r`i-j 4 t � �+i a 1 _ + 4 ,�,�, `r.,' +�'.e' L „z * 'y 1 .^ .a4 ?�: � - .,'-':^ — k' a yg,t„. �I£1 F"4 ,; 5 C. `fip } art `=3`i tr( r.ir'`" :kv _:r5 a .Y,;- "M�rr „4 ' ii-i-' >�. 3 .., �, ,i #�,vN1"" �i�,a ',3 tt �€irtt 'n,Y, r: 1 b kA .' r f ra 4o� }, b .�„ ,� l S ,:-?'- 4i' y, �s x x.: > �?',.:, fi r, g x / . „ ro '�+ �t^:fir = �, �` y; �,;" ,,,�rz'�^` -,'. ,as: a„ k..`.,t a '.- -rac ' x' �, ,� i k �Y :`'`,. '�' r i z �', r i ,,, 'I ` ��,�A n "r,T- .,g i t t $' n t r x t `, , i s ,#�i 0 y. .0 x, 34k A m t ) + is � ,Y. 4» ' r xt t,` � r ,a�,z: � ( � �a , gstt o- - r sx r +; a �; f s ,� ,. y� { i v �, , .� h a z L 1 kti a}„,3 1` ;; `�tr.• "4 17 z n u r� y e u,fi z �ay�l z �fza 4. , ! 1 i4 t< �y " z� x!' r Lek �,"' " p . C, 'e t• �MY�Y # ". '� �G '} "4 "ti 11 a � � ?a t' w a,tasa 9 ro;;, t y �-',' + .,.{ 4s t2� t t ,^ g:,t tt,�° :>'4 ,, t* ry ,,, nfij t ?.:`r. amri*+Y.�,'4rr 1- 'm wax 1 ME, a"� ,� 3 fi`1;C 6+ � +„ y C �A,x� N e X. **a :' *� ,F ' "�rb ,' �:. �� s'!f,x^ '7• '+°+4 $Rya-;;:��. + ,!.;'-' ) A ,ai r,'' a e+ 'i ',?r.':.i,y, triS �. ,44x.: # 5,-11 A. k zi r ityat`-�x�: .r.: �a`Pah :?. "` i t r ,a'�;`r z, ,�5'zs :, a - + 5x gg ,. s�r �'i�l d- Y '-!."; ,,'P t kad e s i x �� t p f�, t l .:{ i ,�'�'� "TV' h f k �', 't + 5.._ s a t a ,: a J + .3 -.; '`�� :.+,+ yarF kg a,. ;�` +�4:r w{ .�r �a +,tf ;€ U - nw, h r r 11�'z' a AS. i {1 } a',k x s � rN� a g, k` t � ik pf L:r 1 �,I �g I .1 s r.;'(", `^.3.:, +.t�'; nT� w �x ak"rA ," +W .�'' � f �' a"''�`4.`�r x 's.✓1, ,,:[ '"{ x.' y;'» d.' s ' 'a" ;` a3r:."}.. y`.* '��$ a l `.t ;', t ,y yz 'fir � qq t a �,ate - €,'�. y,' ;qr' t 3 +� ( °w, 4.' S...;h' ,'?� .a?r t"r } #,� xi' .;�_ fr.��., i� ,tY "�t `t�^4 „f•y yr'E,tyr +ink-+"at 3 7�(, +a ,�. . .t^,�-' � ;,4 '+: L�, "r 1av �' �+:5th. dY ^a ,. ;'° ..+1. m.n'"..5,.�,., .ie't. tau *�.A,'€ ° ;, x + .7 ;,, 9u*:� :a.'py �N�� ^� �S 'it >K ,j't?:4'i`,a'� '4 2 .r a., t a� S .�,I.. to ,�, ++ q ;U,n"t5�. .4;.. y.�, '^,> f' n f.r�l q 3;; x ems,.. y.. Pr t _ '...�' ,,. j'Sr f 'A r i-i 11�11 r-'.*'3' *`Y, 'a#k:`^: ,r^4,'&9t'^F+ �'w -z: r�'' a.;. z�d:b�s.'> `,:pk' r°'r�f h- s ti ." 4r,e w +� ��AiIi �` 0S,x 4 x.;. ap S,}, q +.". y ..N,� � 3iz s;�F' :..r �. ya. s'k`' �.. t .� c5i 4 ,x �` f -w?�., "P.,c *E�ar. 'x y�-, _5 �...: y .� _ .i �,r,•- ` .1 11 �:.. g ' ;;+r. + e v'a J �+ '�'4..?en: a Jw kA ?',,,,` n eC+,q!'�� Y ,,` .5;. .'k: :, ? u" a a ?;'�; ,I� F i 2 ...e Rte;Y,J bx '�. +...: 4d ? `' a aa� ikS r §"� .'a. r "u 1� �i -r r,'`` 1'Y r, ! ,� �"�,i i".y,,,'ar�r;o yi q,�,�`' 7` '.e"' k. { '� d„ti r k +k - t at' �ik.a J�'} r 1 �:R k.� .J + y� ti + ��y r + ,! k,� �}.,y,�+ "" , z,k;p' � z 4 "'. y�, �t,`a�.s:r f 4 �� �"'� ,f S� ".. ; >.t .ri Sx: fi :�:•".,C� v 4}i ti .. a 'atf., `�-- �"o' s, I� .`t ,': Al ."',�,t " t° , ` �.r,. P?.`' ,.'T i '.�4:?.f`F T,?�' ' 5 sS " 'r t�v e•`f, °. `i� 1" `' {.�; S. x 5'"'i e r,, �^ i s �, A t .� 1,«� `g .�r", �.±; y 1 l ,�,�t ' + ; -f�, n & r> t N ray. x r, . '.z'I �' kY#q>�,: f r u s F '�i` r�� ! , k.�`,^; m .,1.' �+4 2 ,h 'x;�: .1' r "� k p �`6t a ,�._w. a § a � , � �+ �tp is a r a ,, a x w+ �a v7 G� '' ,, r �k; s �`"a. ,s,ar- , ,y1, ,7 i i �.. �-- ry a s`. ' a u ., °g ,+,< t t ',,? .i ` .. "are `' ' �`:�. tea. 7�"' �a r E,- a m,,.u,�. rl .5 a 3 + Fn r + x ,. t.A �q. )�ya d* to In A��, a_y v. �,3,: y "'Nil>." �a k :, fi,x. , i,;,"A .10-'..$ ." � ,- �('�C�- �r+sz :, „ ,y ,�a: r� ,:(Y',, k:; '�4 'k a a ..'�g g:. '.ir""'` '."�'C5; 4 ,tf' `r , lt� '�' F ::,� +'$,,qr�.�A^t'' �' ?i'�y ] �b�$4d^ ate' ti 's §Kt' # ,s'.# �, t„ f'3�� ,t+` C''' "7 �; `¢ +'�' +x ' afk t I . ;, C 4 .;f.:•+> t ',�,' �, a prom t , . K— I'a � ,j,. �€ , �, t�,1 1" '¥ r.l! �.. ra - 3 t> } s ✓�, ' ;.if Y.c- � `a:? +x 4 ,,AA .j_.� ,� y,+ q-,',-h x :?Y'.[�r rz r ,,�''� crti - 4'n �t 1,1, +>�^i �' . �, � ,'TM yr �r' a ,� "^+,.. �.. $ x 4� Y` F,.f al i � 'L .F' ,k`§ Y o, N 41 x,, ". T:'�L 5 ,;4, sa >.: } !�' ), +. z f'a"E #''6r{, <` aK �,t k's_4 rr i# '�t }i,;.a r l ,4 '''j �y '� + k v g ,� J, I <4 r ti t;l j .1, i p '4 v , y 1141 ,u"�" "r""' ``` '' �r ^, `�. a t�r:: t "` ��' a ? i ,�', .'`. .,,.f5;,, i �. �� .. s , .:a�z. s� ,r, �' '>1 .1 '"' f .:,;'X, s 74 S ^� t a' 's: ^,�k :a+ f U qq .+ a f. ,� ?'„'t _y £ 6n z. "ui s "�. ;d - ,pb 4 ,wh: A ! ,> .{ '3 ,C Y l "t s» TaF.fi§ d ''� '�'` ^a„c ",k ; �. tik4,:;., "'—p-a '�' F °`S z` ' J E .5 mot.. # v' ,� 3+ t z °�+ .r� 1` } y .s f �k^' '�'t^ , ., y 1:f C a a �` t� a x + C f t 1' 1 tl a 4 '?. °' r I'i ,i ,, j 5 x 40-1�' �� ( �Fy i ' i1 ,5- q 3 � t r „ 5 � � _ x s r x s J I Ly' r+ ,y a t ` o- `,`�.,p,�p` 1 r ?'§y z `:t a ,'vu x r a "? fc.` . '" c ,iu §"kz .'; "` t F " 1� �` F+t a " t r r a �? �.:.'�' ro z +,,:. ` �.,:5 n- 'fit. s ` r x q,>�'!' h �r "�. ?:.4t"# ;v ' S ',,-t £ 4, `},.", 1,r 51 v i �'n'�f i k _yx ,t;'^3x +�"way';. n �,�..' - 1 S P 'wb ,- '4-, ' � :xy.� `3`sY ,� ,: `S' r c,,Y v �9; v .;"�#^ t '� .> + '� \t '' �k 4 a'F ,,kr :,I I'll ° a,* e� {' .� 1-.��"3 ,.M 4,r'a { `,,$-go ✓,1r« 'Tzz ^+P F4 n �,+,. rrSt�t �.,,A+: f.> j::Ii n �'p�1. �k,,xs: 5i ;t ik ++Cr-1 tom " t., z t .;' q; .3 Ps5 to �`r5`It.a .,'P, z�.ti�� ok+,. t' b ,.' ti.�`. S r 3 t ke 4 '.ii�," �! r� � kry,:: .`..� +W4�., � r5`r 5'y`-: ,rt.,+� .a ,;rimes'` 9r �' ;,`ten` n'tro,1,r l�r - + a, ��f1.'�< � i','fit "� Y,,.t is�. 11 n .,, e Yp .d C, _" �Yr i !:.."c 4 ; ?a�'4`q ., $" ` �°. k t to €x U... `" ,y r o e� ."` a1� r�, t v; -ten .a} i'":�S ha .+:, r i.: +I .try w;A �n* ' r, Y i "ya 'a l 4 ' ,..�_` ky x x �S ..a` µ 1 p.:.:'°"2+, i tt� 5 s;° i, ^� rte"" sv. .�'E "r J-s-4.' � t ° * s�nY <, "M"� t � ,a a �V t 7 ��±' ,,a "'t ­ MM WA#y r ^` v 's�" si r ,ff ? T'k .d5 `X .a y ?� t m,} s 5 Ga, + „ tx. * ,� +., ,� f: .�,' Y x4' ae 5 ' i ,,s e j C•t =r d ' ;[ 1 1sH d � ,y1 �3 1 � .� z .a x.� r 9 si x t , T �Rip, 41 ff � � t ,v, 4 �' � fi �i;� wr wv Y" �c t r i x ?�' z �' ,� a:E`+ « y;;"'�" w sw k a k} ' 't Iii. 4 °`T ,:k fi nµ,$ i x :'T �+ "x a s t 4 t r t 1 3 `v+ 31 ,#', ?:. +, a E ^ ', F,y A`5'!' t .r a 1.11�-4 "�.,: �,+s` pit ,� i �. 4 d aa. `-a- ' Y + .+'x Y� +, ', >1 ,R"' Sr 7- 4 (s L ,,, .. �.. F n v x t k, ,3 fF t f �,�' '+ r. n. r F, r r '1 i at ° : e i x� i # i 11 ' i s f t e §""4 "k } „ t,`,�` o-. F, r" x.-tF ",;..+f�P,, f ^"' ♦ 'c .�� ,� ke Y .xi r .1, �{ .a"i P sd�#+i.a'y>r,i i u v v' ;n S✓ ), eu" k 4 t �" �, i `� ��*'pt ,'r �' a `�' 1 y,, 2 r�t t� i x b x P�'1 f '"A� ,.ems+ i i a+�� A�'S a 1.k t 1 9 s m E�: k. T 4;T ,4 r '- `" r s a t z Z ,,, r�,�+ s "i '�., "`a'�a 4 Y y 5.!�. s ,+, ,� i 3 i fi.+ e. d r �S � 0. k l a P'�`r. s't 7 i ii .y-« t y... t z i �d a r.` t < k 4`� r�X t;0 •� C 'µkTr� S { £ 1+,z s. i ,x x,,. a ' '�( i 9° k i�1 �a z x 5 1;� 1: �' 1;. xxx i,.'a r# " v '{ ?7 r r v / t &� + ,.� '' s fi , ..3 + 3 i7 �. 1 `+ :vr P h < i,_y#�;a 6�. q x 9 t:i `#� F�4X ,� .�C 'z„'1 T ta" x k e t a+ x 8 :;1.*a 'v''�c;'^ y 5' tr .r.bii> ,gN N, ;/ -" ,,., � ,�z&�rs*'�p -�t ,.ra;Ff� y r*.: '4 t a� ..t t h x 4' .t�,�, k X`�. f F s u U''x `" s x �++` rx,7 d z J ,.4 l ?R k"C § ¢ r,xn � h v �i '? S :, ✓'-'& < 1 4, �� ! A 'w A' /< ".q ' p AT ,11 r} P z£ w i,. azx, s 'x +4+ ,fix "e, z r x ,+ / A z` `''a�'ze 5 „ c� =i i z� a � �* f & +r �:�E r f �a E t t t 1:. ., 1 z d t” 't ¢� ,r % ` afi 0. a ,�- P D�kr( } '' S;,€ ,� i ,�1 ^, d r 4A •s,y ^;�, a �Y..� '6 t t 4 �,;s is tyF .r3 :5, t an'ZI t 4 ,4 +. f ,, ."" ? + S 4Y *e '+ �f .�,, `' { s + r' ty^„, `�a e j ,t__^'",''tr �,11 {rx< 'K„` r , +"�k' �� lK . �. :�.,• .r. „ '' �,. ` J ,,a +3t ..1 �� 4 T { U1 T? < ' .11 ,11�.1 1 `�xz a,r i es j P'"�K '°' � y a' a a 4 t ''r 7 , �s �,`, x i+b �� , c, a te# 5'a" 9X '` t "` k a"y 1 .Z, x. % { YrS d '' t Y e t $ t. ..'i '�, IW4 R� ' i' `' M- ," y. .'*cr fix' ;� +y, �' d i :s a e ,>. ;t`x k 3,,,. yn } �' P {,„ �a n+ t t €�� yL r' { i k, n rrr, r j „y r' { } t o �' ^f 1.` / Y t t +z 4 !t !h a v s ),r' �, ''` R t y s rd �` t r # ' '*.' "..��' �+ & x' ' ,*'�,` ` ''a ,' t .�., , t ' t r k, u o l, , "^: 7 ' t 1J r•s "”, r-, t ` s `"'',, ..; A f�+ Ct�" Y S` *y - ei� ,� ";'cff}:•,,➢w ,� ,�' .'�,,i,��-�,I `� t, ti.,.,,; . !r;s.,��! ,1"` r ,.�. -,',t, rrr Golder Associates Inc. 18300 NE Union Hill Road,Suite 200 Golder Mw Redmond,WA 98052-3333 � � � eS Telephone(425)883-0777 � '�W Fax(425)882-5498 +rr wr tM SUBSURFACE INVESTIGATION AND GEOTECHNICAL ENGINEERING REPORT FOR THE HIGATE SEWER PROJECT aw RENTON,WASHINGTON �r Prepared for: City of Renton �r Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98055 ww +rM, Submitted by: aw RD D_1 Golder Associates Inc. ��G �oF WAS,y��c 18300 NE Union Hill Road,Suite 200 Redmond,Washington 98052 y ~ �I01'IAL ' •w Exn"s /b-13 - or Shawn L.McNamara Richard D.Luark,P.E. Staff Geological Engineer Associate Engineer January 12,2000 993-1606.300 mizrau.aa w OFFIC'FS IN AUSTRAI IA.(:ANAF)A.(--FRMANY.HIINC,ARY ITAIY.SWFf)FN.IINITFn KIN(,-nOM-IINITFn STATFS January 12,2000 i 993-1606.300 at TABLE OF CONTENTS Page No. 10 1. INTRODUCTION 1 1.1 Purpose and Scope of Services 1 to 1.2 Project and Site Description 1 2. GEOTECHNICAL INVESTIGATIONS 3 ■„ 2.1 Field Investigations 3 2.2 Laboratory Testing 3 3. SUBSURFACE CONDITIONS 4 3.1 General 4 3.2 Geologic Setting 4 3.3 Soil 4 3.4 Groundwater 6 4. ENGINEERING RECOMMENDATIONS 7 4.1 General 7 4.2 Trenched Excavations 7 4.3 Trenchless Excavations 7 4.4 Liquefaction 8 4.5 Trench Backfill Materials 9 4.5.1 Reuse of Construction Spoils 9 4.5.2 Subgrade Preparation 9 4.5.3 Pipe Bedding 9 4.5.4 General Trench Backfill 9 4.6 Post-Construction Settlements and Construction Observation 10 5. CONSTRUCTION CONSIDERATIONS 11 5.1 Temporary Construction Surfaces 11 5.2 Dewatering 11 5.3 Erosion Control 11 5.4 Restoration 12 6. USE OF THIS REPORT 13 LIST OF FIGURES Figure 1 Site Location Map Figure 2 Site and Exploration Plan LIST OF APPENDICES Appendix A Boring Logs Appendix B Laboratory Testing Golder Associates W January 12,2000 1 993-1606.300 ow 1. INTRODUCTION 1.1 Purpose and Scope of Services «. The City of Renton retained Golder Associates Inc. (Golder)to provide geotechnical consulting services for the proposed sewer line,located in North Renton,east of 405 «■ near the Kennydale Hill area(Figure 1). The purpose of the activities described in this report was to characterize the subsurface geologic conditions,provide general geotechnical conclusions and recommendations and guidelines related to the construction of the sewer line including trenches technology recommendations,and criteria for restoration of the disturbed areas. Golder's geotechnical work activities consisted of subsurface and engineering analyses, performed in accordance with our proposal dated August 5,1999. This report presents the results of the field investigations and provides geotechnical design criteria for the project. 1.2 Project and Site Description We understand that the City of Renton is planning a new 8-inch-diameter sanitary sewer line in a residential area of North Renton. The new line would allow elimination w. of an existing pump station and force main. The sewer line would run from an existing MH at Jones Ave NE,due east across a vegetated utility easement and drainage ditch, then due south to NE 20m Street,and west up 20'h street about 23 feet to an existing MH. The total length of each segment is summarized below. Segment Length (ft.) East-West from Jones Ave. 409 South to NE 20`h St. 612 NE 20`h St. 23 TOTAL LENGTH 1,044 «rw The proposed sewer project is located in North Renton,east of 405 near the Kennydale Hill area. The sewer line is divided into three segments as indicated above. East-West From Jones Avenue This section of the sewer alignment runs from station 1+00 to 5+00. From station 1+00 to 2+00 the line travels east underneath Jones Ave NE into an undeveloped lot with minimal grass and weed cover before hitting a series of trees near 2+00. Just beyond the trees at the back of the undeveloped lot the line crosses under a drainage ditch near wrr station 3+00. From station 3+00 to 5+00 the line travels through a sparsely wooded area covered with blackberry bushes. At station 5+00 the line makes a 90-degree turn south. aw .r Golder Associates January 12,2000 2 993-1606.300 w There is little to no topographic relief between station 1+00 and 3+00 except for the sharp drop into the drainage ditch. From station 3+00 to 5+00 there is approximately 10 feet change in elevation as the site slopes up to the east. The soil cover above the sewer line between station 1+00 and 5+00 varies from approximately 3 to 14 feet respectively. South to NE 20'h Street This section of the alignment runs from station 5+00 to 11+00. From station 5+00 to 6+00 the line travels south under a thick cover of blackberry bushes. Within the blackberry bushes there are remains of 2 old cars and a camper from the residence nearby. From station 6+00 to 7+00 the line continues south beneath the cover of thick blackberry bushes and beneath the remains of an old decaying barn. From station 7+00 to 8+00 the line passes beneath an.increasing thickness of blackberry bushes and alongside the residence at 3201 NE 20'Street. It is also at this point that the soils directly at the surface become increasingly soft and the depth to groundwater is significantly decreasing(wetlands;. From station 8+00 to 10+00 the line passes beneath to several blackberry bushes rooted within the wetlands. The groundwater table in this area is extremely high and the soil is almost too soft for foot travel. From 10+00 to 11+00 the line passes along side the residence located at 3202 NE 20'Street and into a 10 manhole in the middle of NE 20`s Street. The blackberry bushes are not present in this area. There is a row of poplars running parallel to the line up to NE 20'Street. tw The site slopes gently downward to the south along the line between stations 5+00 and 11+00 with a topographic relief of approximately 5 feet. The soil cover above the proposed sewer line,between station 5+00 and 11+00,varies from approximately 14 to 4 feet respectively. NE 20'h Street From the manhole in the middle of NE 20'Street the line continues 23 feet to the west underneath NE 20'Street to an existing manhole. NE 20'Street rises steadily to the east toward the existing manhole with a topographic relief of approximately 0.28 feet. The soil cover above the 23-foot run down NE 20'Street is approximately 5.5 feet. VO Golder Associates + go January 12,2000 3 993-1606.300 ow 2. GEOTECHNICAL INVESTIGATIONS 2.1 Field Investigations Field investigations including six test borings (BH-1,BH-2,BH-3,BH-4,131-1-5,and BH-6) were conducted on October 4, 1999. The exploration locations are shown on Figure 2. +� Golder's test borings were drilled with a convertible trailer mounted/skid mounted,B-24 drill rig. In order to complete borings within the wetland area the rig was taken off the trailer and pulled to the drilling locations by a dozer. Boretech provided the drill rig + and crew,while the dozer was provided by Northwest Excavating,both under subcontract to Golder Associates. Drilling and sampling of soils were performed in accordance with Golder Technical Procedure TP-1.2-5,"Drilling,Sampling,and Logging of Soils". Standard Penetration Tests (SPT)were performed at 5-foot intervals using a standard two-inch diameter split spoon sampler driven by a 140-pound hammer falling a distance of 30 inches,in accordance with ASTM D-1586. A Golder field geologist examined and logged the soil from the borings and recorded the groundwater conditions. The soil samples were classified in accordance with Golder Technical Procedure TP-1.2-6,"Field Identification of Soil",which is summarized on the Soil "" Description Index in Appendix A. All samples were placed in plastic jars and returned to our Redmond,Washington,laboratory for further classification and testing. At the completion of drilling,all of the borings were backfilled with bentonite chips and cuttings to just below the ground surface. aw 2.2 Laboratory Testing Geotechnical laboratory index testing was performed on selected samples from the .. borings. Testing consisted of grain size and moisture. Detailed test results are I resented in Appendix B and on the boring logs. w ' .wr dr Golder Associates January 12,2000 4 993-1606.300 3. SUBSURFACE CONDITIONS 3.1 General The summary boring logs are presented in Appendix A.Pertinent information including depths,stratigraphy,soil engineering characteristics,and groundwater occurrence were recorded and summarized. The stratigraphic contacts indicated on the summary logs rr represent the approximate boundaries between soil types. It should be noted that soil conditions are accurate only at the location of drilling and may vary between boreholes. err 3.2 Geologic Setting The project is located in the vicinity of the eastern shore of Lake Washington in the Puget Sound region of Washington State. The recent geologic history of Puget Sound was dominated by the influence of glaciers. Nearly the entire Puget lowland is covered by deposits from the Pleistocene Glaciers,the most recent of which receded approximately 13,500 years ago. The most recent glaciation,named the Vashon, deposited soil units consisting of lacustrine silts and clays,advance outwash sand,till and recessional outwash. These deposits,and the weathered soils derived from them, make up nearly all of the near-surface soils on the slopes and higher elevations around Lake Washington. The project area is dominated by two of these glacial deposits, recessional outwash sand and till,with smaller amounts of peat and man-placed fills. 33 Soil +r�► Based on the soil conditions encountered in the borings,the stratigraphy is quite variable across the site. In general,the site appears to be underlain by layer of loose to very dense fill or in some locations peat,overlying deposits of loose to compact fine to coarse recessional outwash and very dense glacial till. Soil units encountered in our borings are summarized below: r • FILL: Approximately 2.5 feet of fill was encountered in BH-2,3 feet in BH-3,and 8.0 feet in BH-6. The fill observed in BH-2 and BH-3 was loose silty sand with trace gravel and organics. This fill was most likely imported in the mid 1900s when the site was reported to be used as a horse pasture. The fill observed in BH-6 was a loose to compact silty sand with trace gravel and organics with significant mottling and iron staining. Since BH-6 is located in the shoulder of Jones Avenue,this fill can most likely be attributed to a regrade or filling in of a drainage ditch when the road was put in. • PEAT: Approximately 3 feet of peat was encountered in BH-4 and 3.5 feet in BH-5. In our borings the peat was generally soft,organic,fibrous,clayey silt, with roots and wood fragments. The peat does not seem to be continuous across rr the alignment. It was found only within the wetland area from station 7+00 to 11+00. Golder Associates rw fAw January 12,2000 5 993-1606.300 • RECESSIONAL OUTWASH: Recessional outwash is a fluvial deposit laid down by meltwater from a stagnating or retreating glacier. In our borings the recessional outwash was generally a loose to compact,fine to coarse sand with trace to some silt. The recessional outwash was encountered in BH-1 from the surface to 16 feet. The recessional outwash was encountered in BH-2 below the upper fill from 2.5 to 8 feet. The recessional outwash was encountered in BH-3 below the upper fill from 3 feet to the end of the boring at 14 feet. The recessional outwash was encountered in BH-4 below the upper peat from 3 to 11 feet. The recessional outwash was encountered in BH-5 below the upper peat rw from 3.5 feet to the end of the boring at 14 feet. The recessional outwash was encountered in BH-6 below the upper fill from 8 feet to the end of the boring at 14 feet. Recessional outwash will likely be encountered at the proposed pipeline elevation intermittently from about 1+00 to 5+00,and consistently from about 5+00 to the end of the alignment at 11+00. We encountered groundwater in this unit above the proposed pipeline elevations in BH-3,BH-4,BH-5,and BH-6. • TILL: Till is an unsorted,nonstratified,homogeneous mixture of gravel,sand, ow silt and clay deposited beneath,or adjacent to a glacier. In this region,it is typically dense to very dense due to past consolidation by the weight of thick overlying glacial ice. In our borings the till was generally a very dense,silty fine to coarse sand with little to some gravels. Although not encountered in our borings,till commonly contains cobbles and boulders. In addition,till occasionally contains discontinuous lenses of sand which commonly hold water. •, These lenses can initially produce moderate groundwater flow when intercepted,but the flow typically decreases rapidly with time as the water is drained from the sand lens. The glacial till was encountered in BH-1 below the recessional outwash from 16 feet to the end of the boring at 19 feet. The glacial till was encountered in BH-2 below the recessional outwash from 8 feet to the end of the boring at 14 feet. The glacial till was encountered in BH-4 below the recessional outwash from 11 feet to the end of the boring at 14 feet. Since these borings were terminated in the till,the total thickness was unknown but the till appears to be continuous along the alignment. Although the glacial till was not encountered in BH-3,BH-5,and BH-6,the contact between the recessional outwash and the till varies in depth across the site indicating that the till most likely would have been encountered if the borings had been deeper. Glacial till will likely be encountered at the proposed pipeline elevation intermittently from about station 4+00 to station 5+00. We encountered groundwater in this unit above the proposed pipeline elevations in BH-1 and BH-2. a� Golder Associates January 12,2000 6 993-1606.300 va 3.4 Groundwater ert Groundwater was encountered at the time of drilling(ATD)and in the borings as follows: • Boring BH-1 at a depth of 8 feet below the surface (ATD). • Boring BH-2 at a depth of 3 feet below the surface (ATD). • Boring BH-3 at a depth of 2.5 feet below the surface (ATD). Boring BH-4 at a depth of 1 foot below the surface. This area was very wet and soft at the surface. • Boring BH-5 at a depth of 1,.5 feet below the surface(ATD). Even though this boring was located adjacent to the road (NE 20'Street),this area was very wet at the surface. • Boring BH-6 at a depth of 4.5 feet below the surface (ATD). The water table encountered was interpreted to be perched on top of the relatively impermeable glacial till that was found in our borings or inferred below the recessional sand layer. Since the water levels were measured during drilling,the actual water table may be slightly different,and could vary seasonally. In particular,the water table may be closer to the ground surface dw•ing the winter and early spring. Between station 7+00 to 11+00,the water table is likely above the existing ground surface during the winter and early spring. err rr Golder Associates "� January 12,2000 7 993-1606.300 4. ENGINEERING RECOMMENDATIONS 4.1 General Based on our subsurface explorations,the proposed project appears feasible from a geotechnical standpoint. The bottom of the sewer trench excavation as proposed is expected to be located in either loose to compact recessional outwash sands or dense-to- very-dense glacial till. Based on the preliminary plans provided to Golder,trenchless technology is proposed to advance the sewer line between stations 2+35 to 2+70,as a AW small drainage ditch/stream is located at about station 2+55. The main geotechnical issues at this site pertain to a high groundwater table combined to with loose/soft soils. Temporary dewatering will be required during construction of the sewer line. Also,due to the soft ground conditions,a working surface will be required to support construction traffic. +rr 4.2 Trenched Excavations Provided temporary dewatering of the saturated recessional sands is accomplished,it is our opinion that the entire sewer line can be installed using standard trench-box excavations. Due to the soft nature of the ground surface,a working surface will be required to support construction traffic,as outlined in the construction section of this report. The excavation ahead of the trench box should be limited to the minimum necessary to complete the work and backfilling should follow immediately behind the box. Due to the presence of loose to compact recessional sands,combined with a high water table,sloughing,overbreak and raveling of the trench sidewalls should be anticipated. we The contractor should be responsible for dewatering of groundwater to control sidewall sloughing,heave of the bottom of the trench and to maintain a dry excavation. Dewatering design criteria are contained in Section 5.2 of this report. 43 Trenchless Excavations In order to minimize disturbance of the small stream at station 2+50,trenchless methods may be used. Based on the size of the proposed sewer line,the most suitable methods for installation of this sewer may include horizontal bores with steel-liner jacking and microtunneling. Although trenchless methods offer distinct advantages in terms of minimizing disruption to the stream/drainage ditch,disturbance greater than trenching should be anticipated in the vicinity of the jacking and operating pits. Steel liner jacking is likely the most cost-effective method for installing the sewer beneath the stream Due to the high groundwater table and loose nature of the recessional sands,combined with a fairly shallow invert,microtunneling appears to be marginal at this site. Special drilling construction procedures and drilling muds would likely be required if r ,,,, Golder Associates January 12,2000 8 993-1606.300 microtunneling is attempted. The only advantage of trenchless installation of the sewer line is minimizing the disturbance to the wetlands present at the site. However,in the ' proposed alignment,manholes are spaced at approximately 400 feet,and installation would require disturbance to the wetlands for installation of the manholes. The manholes would provide logical locations for operating pits for either jacking or microtunneling. Based on our explorations completed for this study,glacial till will likely be encountered at the proposed pipeline elevation.intermittently from about station 4+00 to station 5+00. Encountering till could negatively impact tunneling or jacking in two ways: 1. Boulders that may be present in the till could provide construction problems, w ranging from slowed production to borehole obstruction. 2. The change in hardness at a geologic contact(loose,saturated recessional sands/very dense glacial till)may tend to deflect the auger or tunneling machine from its intended alignment. If trenchless excavation methods are used,bids should include contingencies for encountering boulders in the glacial till. We would expect groundwater to be encountered above the pipe invert elevation over the entire alignment. Within the saturated recessional sand,some ground loss may occur if good microtunneling construction practices are not followed or if liners are not jacked in advance or concurrently with the excavation face. The contractor should be responsible for control of settlement and in particular for ensuring that any settlements that occur do not affect adjacent utilities. Some form of drop shaft will need to be excavated in order to construct the manholes and to provide a staging area for microtunneling equipment. At locations where a staging area for tunneling is required,the likely minimum diameter of the drop shaft will probably be about 12 feet. The contractor should anticipate that dewatering would be required over the majority of at the alignment. We expect that active dewatering measures (e.g.,wellpoints)may be necessary to dewater the excavation. 4.4 Liquefaction Loose to compact granular soils below the water table can liquefy during a seismic event,causing damage to utilities buried in such soils due to lateral spreading and ground settlement. The pipe and base of the manholes will be below the permanent water table over much of the alignment. The borings indicate that loose to compact sands will be present below the proposed pipe invert,except around stations 3+00 to 4+00,where our boring at station 3+50 encountered glacial till slightly above the pipe invert. During the design earthquake event(7.5 magnitude),the saturated recessional sands are considered susceptible to liquefaction. The consequences of liquefaction are that the pipeline may displace or float during liquefaction. Liquefaction can be mitigated. However,the associated cost is typically greater than replacement for a sewer line of this size. im Golder Associates 19 January 12,2000 9 993-1606.300 4.5 Trench Backfill Materials 4.5.1 Reuse of Construction Spoils rw In general,the outwash sands excavation spoils can be reused as trench backfill. However,materials with high silt contents (i.e.,tills and the fill materials),typically can only be used for trench backfill during the drier summer month when the moisture can be controlled. The organic materials (i.e.,peats),should not be used for trench backfill. .r 4.5.2 Subgrade Preparation In general,provided that the site is properly dewatered,we would expect that the undisturbed native site soils will provide adequate subgrade support. Loosened or disturbed material should be removed from the trench bottom prior to the placement of the pipe bedding material. Areas which contain loose or soft materials at the pipe or manhole invert should be over-excavated and replaced with crushed rock or other suitable fill material. 4.53 Pipe Bedding �rrr Pipe bedding material should be placed beneath the pipe and within the pipe zone in accordance with"Pipe Bedding for Sanitary Sewers"as adopted by the City of Renton. Bedding above and below the pipe should be hand tamped with several passes of a vibrating plate compactor. Bedding material beneath the haunch should be hand tamped by stabbing the bedding with a shovel to provide adequate pipe support. r 4.5.4 General Trench Backfill The general trench backfill placed above the pipe zone should consist of material free of organic debris and other deleterious material. The general trench backfill material should be placed in loose lifts not greater than eight inches thick and compacted to at least 95% of the maximum modified Proctor dry density(ASTM D 1557)for the upper three feet below pavement areas. The remainder of the trench backfill should be compacted to 90% of the maximum modified Proctor dry density (ASTM D 1557). r Heavy compaction equipment should not be used until at least two feet of material has been placed above the crown of the pipe. Backfill materials within two feet of the crown should be compacted with light,hand-operated compaction equipment. Alternatively r controlled-density fill(CDF) could be used in place of granular backfill. r r Golder Associates January 12,2000 10 993-1606.300 4.6 Post-Construction Settlements and Construction Observation For the proposed pipeline alignment and invert elevations,we estimate that the total post-construction settlements after the pipe placement will be negligible provided that construction is adequately monitored and the subgrade and backfill placement recommendations in this report are followed. Therefore,we recommend full time monitoring of the backfill placement operations in order to verify proper subgrade preparation and compaction of backfill. to a err Golder Associates ,,. January 12,2000 11 993-1606.300 5. CONSTRUCTION CONSIDERATIONS 5.1 Temporary Construction Surfaces Over much of the alignment and particularly between stations 7+00 to 11+00,the ground surface is soft and wet,and will not support construction equipment. Therefore, we recommend that a temporary working surface be provided to allow for construction access. Within the wetland areas,this surface should be removed to allow for restoration. Temporary working surfaces consisting of wood chips or wood spalls (bark 4W that is removed from logs prior to milling)can be used to provide the temporary working surface. Between stations 7+00 to 11+00,a reinforcing geogrid or geotextile may be required between the temporary working surface and the existing ground Aw surface. The reinforcement should be laid in two strips,one on each side of the proposed trench excavation. Alternatively,steel sheets laid on the ground in the wetland areas could also provide a working surface for the construction equipment. go Based on recent experience with PSE (Puget Sound Energy),the use of steel sheets as a working surface over soft ground were found to be more effective than other methods. dw 5.2 De-watering The contractor should be responsible for dewatering of groundwater to control heave r and maintain a dry excavation. The dewatering system should be sufficient to remove groundwater below the bottom of the trench,so that the subgrade is not disturbed and so that it remains firm under the feet of the workmen. We expect that active dewatering may be necessary over the majority of the alignment. An active dewatering system, such as a series of wells or well points appear feasible to dewater the site. We recommend that the groundwater table be lowered to at least 3 feet below the bottom of the trench. Detailed dewatering design criteria was beyond the scope of this report;however, typical hydraulic conductivities of recessional sands in the Puget Sound Region range from 1 x 10'cn-Vs to 1 x 10'cm/s. Based on the grain size analyses performed on the recessional sands (the results are contained in Appendix B),we recommend that a hydraulic conductivity on the order of 1 x 10 3 cm/s be used for preliminary design of the dewatering system and estimation of pumping rates. We recommend that the contract documents be structured such that design of the dewatering system is the Contractors responsibility. If the water pumped from the dewatering system is discharged into a natural drainage course,a permit will likely be required by the WSDOE. Alternatively, the water could be discharged into the storm or sewer system. ®w 5.3 Erosion Control Prior to and during construction,we recommend that an erosion and sediment control system be installed and maintained to prevent transport of sediment into the wetlands and drainage ditches. To minimize sediment and site disturbance,we recommend that the construction be performed during the dry season. We recommend that the erosion aw Golder Associates January 12,2000 12 993-1606.300 to and sediment control system be designed in accordance with Appendix D—Erosion and rw Sediment Control Standards,King County,Washington,Surface Water Design Manual, or other appropriate reference. err 5.4 Restoration Construction of the pipeline and manhole will involve removal of vegetation and go placement of temporary/permanent fills. Within the wetland areas and wetland buffers, we anticipate that temporary construction surfaces will be required to allow for support of construction traffic. Within the wetland areas,we anticipate that removal of the r temporary construction surface will be required and that the disturbed areas are replanted. We recommend that the King County Surface Water Design Manual be consulted to determine the seed mix and plants that are appropriate for replanting the wetlands that have been disturbed. Specifically,Table 6.3.1.1)(page 6-45)list plants tolerant of frequent saturated soil conditions or standing water. If possible,within the wetland areas,we recommend that the ground surface be restored to the preconstruction grades. This is to unsure that the surface water and groundwater flow regime will be the same as the preconstruction conditions. go to ft Golder Associates January 12,2000 13 993-1606.300 ,. 6. USE OF THIS REPORT This report has been prepared exclusively for the use of The City of Renton and their consultants for specific application to this project. This report pertains only to the Wr project design plans that were provided to Golder,showing the proposed location of the pipeline alignment and manhole locations. We recommend that Golder be allowed to review the final project documents to evaluate conformance and implementation of our geotechnical recommendations. Additional explorations and site evaluation may be needed if significant design changes are made. �. Our exploration was performed in general accordance with locally accepted geotechnical engineering practice to provide information for the area explored. There are possible variations in the subsurface conditions between the exploration areas and �. in the groundwater conditions with time. We recommend that a contingency for unanticipated conditions be included in the construction schedule and budget. Further we recommend our firm be retained to provide consulting services during construction �. to confirm the conditions indicated by the explorations and/or provide corrective recommendations adapted to the conditions revealed during the work rr r �. Golder Associates ors FIGURES +.r d Golder Associates NICCSID w 6 H — C 13 a y a, SE 68T ti EW v m n = a I S 71 n to m Z w j 7 72N cn m m sn rn ` w rn N N E 7 /�uwj *rr a -'+ r �y r y9L r = m r M j m m S (p F SE 76 m y o SF�g y m M D SE 78TH /1� J ke B0 May'Creek S m J E 807 m N Q z .. Q a r z m m t �. fA 5 > n i sew �F8 z ti p 7 3 ISE 3 m 9L w ISM O f 38TH m ¢ mac" D < w I B Q N PSauth Ptirnf 37r '� ON 3 O m W U h o z 4 N 35 + O 89 34T 01 a� w m ~ m N rnw4 p m 32ND l `. b 30 K mm "i 2 Zt1 �Greek'f' . _WAV z N28T �z .. w Q HE 28TH W z^ 1� 951Al <n Lu < mm En O m Q w w a °c w m = NEI 24 o w S 1 m z p¢ E 3RD,` z _ h ct Z fit w r Z w r T m z E Site ) m N� m z ¢ p fn (N 2 — N 19 '" n z 187 n z NE 1Tn.1 a cr OyOR/1/ 3 0 N h E m Z 157 0 F � m v F s qLF s Z E 14TH 900 w �o F 1 T E m E 13TH C' p WC r ml/ W w z m t2 mot z z E P n � O n n '� - n'_ .. --s z 900 o NE w rn y a N 0TH r n ar a N - r =O HE 9TH z rt z w 1177 t z E m �, 1197 N m a w N m trlfl m 12 3 8TH m _ m w w SE 120 n 121ST — Renton Muni 7TH > R x m E 6 H m z a o E z r� rr g N FIGURE 1 as VICINITY MAP CITY OF RENTON/HIGHGATE SEWERMA PROJECT NO.9931606.300 DRAWING NO.85360 DATE 12/22/99 DRAWN BY TK Golder Associates low, NE 26TH ST T) am �,o ED jo ar ----------- co------- --- - ------ ------------- -------aau 4m il'T i T: ca 4m I Ell Aw .U. vq� m z 0 0 -m n T 4- m 'ZJ or Too �ff NA -Ru 77- f. NE 20TH ST C) 2i 0z X m do m ZX �-v 30 (A o, mZ 0 0 Gl mr->Mm 1z" afw ■■ .r� APPENDIX A BOREHOLE LOGS r■ low me am Aw *a va Golder Associates Unified Soil Classification System Component Definitions by Gradation Soil Classification Criteria for Assigning Group Symbols and Names Generalized Component Size Range Group Descriptions Boulders Above 12 in. COARSE—GRAINED SOILS GRAVELS CLEAN GRAVELS GW Well—graded Gravels More than 505 More than 505 of Less than 55 fines Cobbles 3 in. to 12 in. retained on coarse fraction GP Poorly—graded grovels No. 200 sieve retained on Grovel 3 in. to No. 4 (4.76mm) No. 4 Sieve ravel and Silt GRAVELS WITH FINES GM Mixtures Coarse gravel 3 in. to 3/4 in. More than 125 fines ravel and Clay Fine grove: 3/4 in. to No. 4 (4.76mm) GC Mixtures SANDS CLEAN SANDS SW Well—graded Sands Sand No. 4 (4.76mm) to No. 200 (0.074mm) 505 or more of Less than 5% fines Course sand No. 4 (4.76mm) to No. 10 (2.Omm) coarse fraction SP Poorly—graded Sands Medium send No. 10 (2.Omm) to No. 40 (0.42mm) passes No. 4 Sieve SANDS WITH FINES SM Send and Silt Mixtures Fine sand No. 40 (0.42mm) to No. 200 (0.074mm) More than 12% fines Silt ontl Cloy Smaller than No. 200 (0.074mm) SC Sand and Cloy Mixtures FINE—GRAINED SOILS SILTS AND CLAYS CL I Low—plasticity Cloys 505 or more posses Liquid limit INORGANIC the No. 200 sieve less than 50 Non—plastic and Low— ML Plasticity Silts Samples � Non—plastic and Low— ORGANIC OL Plasticity Organic Clays Non—plastic and Low— SS SPT Sampler (2.0' OD) Plasticity Organic Silts HD Heavy Duty Split Spoon SILTS AND CLAYS INORGANIC CH High—plosticity Clays SH Shelby Tube Liquid limit greater than 50 MH High—plosticity Silts P Pitcher Sampler B Bulk High—plasbcty ORGANIC OH Orgenie Clays C Cored High—plasticity Organic Silts Unless otherwise noted, drive somp!es HIGHLY ORGANIC SOILS Primarily organic matter, dark in color. and advanced with 140 lb. hammer witn organic odor PT Peat 30 in. drop. Relative Density or Consistency Laboratory Tests Utilizing Standard Penetration Test Values Test Designation Cohesionless Soils(a) Cohesive Soils (b) Moisture (1) Density D (c) (c) Relative (c) Undrained (d) Groin Size G Density N. blows/ft. Density Consistency N. blows/ft. Shear Strength (70 (psf) Hydrometer H Atterberg Limits (1) Very loose 0 to a 0 — 15 Very soft 0 to 2 <250 Consolidation C Loose - 4 to 10 15 — 35 Soft 2 to 4 250-500 Unconfined U Compact 10 to 30 35 — 65 Firm 4 to 6 500-1000 UU Triox UL) Dense 30 to 50 65 — 85 Stiff 8 to 15 1000-2000 CU Triox CU Very Dense over 50 >85 Very Stiff 15 to 30 2000-4000 CD Triox CD Hard over 30 >4000 Permeobility P (a) Soils consisting of grovel, sand, and silt, either separately or in combination, possessing no characteristics (1) Moisture and Atterberg Limits of plasticity, and exhibiting drained behavior. plotted on log. (b) Soils possessing the characteristics of plasticity, and exhibiting undrained behavior. (c) Refer to text of ASTM D 1586-84 for a definition of N; in normally consolidated cohesionless soils Relative Density terms are based on N values corrected for overburden pressures. (d) Undrained shear strength a 1/2 unconfined compression strength. Silt and Clay Descriptions Typical Unified Description Designation Descriptive Terminology Denoting Component Proportions Silt ML (non-plastic) Clayey Silt CL—ML (low plasticity) Descriptive Terms Range of Proportion Silty Clay CL Clay CH Trace 0-55 Plastic Silt MH Little 5-12% Some or Adjective(0) 12-305 Organic Soils OL., OH, Pt And 30-505 (a) Use Gravelly. Sandy or Silty as appropriate. 0�° Golder Associates Figure SOIL CLASSIFICATION/LEGEND PROJECT Renton/Highgate RECORD OF BOREHOLE BH-1 SHEET 1 OF 1 Sewer/WA DATUM: MSL PROJECT NUMBER: 993 1606 BORING LOCATION: Renton,Washington BORING DATE: 10/4/99 Oz SOILPROFILE SAMPLES PENETRATION RESISTANCE BLOWS/FL PIEZOMETER w w 0 0 0 0 0 GRAPHIC LL = ELEV. Q BLOWS/6 IN. z DESCRIPTION U) a. ro w N a WATER CONTENT,PERCENT WATER a V < f a 140 lb.hammer U DEPTH w W , LEVEL 0 M � z 30 inch drop ¢ Pr WI 256.0 0 ForestduH_ _ _ _ _ _ _ _ � �` Compact,light brown,nonstrat'rfied,tine to coarse SAND,trace angular gravel,some silt,damp (RECESSIONAL OUTWASH) aIWW 2.5 SM 1 SS 9-9-9 18 18/18 04.4 G 4.0 5 — — — — — — — — — — — '�. � 16.3 �. Compact,olive brown,nonstratitied,silty,tine to SM - 2 SS 5-6-7 13 18/18 0 AM �WM coarse SAND,trace gravel,iron stained, interbedded clayey silt lenses,moist to wet 9.0 < (RECESSIONALOUTWASH) 10 ON 12.5 18.4 SM - 3 SS 6.7-11 18 18/18 14.0 15 iWf WiWI 17.5 SM 4 SS 35-40-5016 >50 18118 8.70 Boring Terminated @ 19.0 it bgs 19.0 rIMM 20 WWW 25 W1b1 4Wi 30 AM DRILL RIG: B-24 LOGGED: SLM DRILLING CONTRACTOR: Boretec CHECKED: DPF _ ,��,G�,.�o,^^lder DRILLER: Rich DATE: 12/14/99 �t'Y&JIJ�$ PROJECT: Renton/Highgate RECORD OF BOREHOLE BH-2 SHEET 1 OF 1 Sewer/WA DATUM: MSL PROJECT NUMBER: 993 1606 BORING LOCATION: Renton,Washington BORING DATE: 10/4/99 O SOIL PROFILE SAMPLES PENETRATION RESISTANCE F F BLOWS/FT. PIEZOMETER 0 0 0 0 0 GRAPHIC W iE v ELEV. cc BLOWS/6 IN. LL X z a m N a WATER CONTENT,PERCENT WATER DESCRIPTION U w a 2 U ¢O 2 o_ 140 lb.hammer U W O U) cc O DEPTH ❑ w W Vyl LEVEL ❑ co ❑ U z 30 inch drop cc P` 248.0 fit 0 Forest duff Loose,dark brown,nonstratitied,silty SAND, SM trace gravel,organics present as roots and wood, moist(FILL) Loose,olive brown,laminated,silty fine SAND, SM 2.5 iron stained,wet(RECESSIONAL OUTWASH) 1 SS 3-3-4 7 18/18 29.30 ATD 4.0 5 x 7.5 — — — — — — — — — — 15.0 Dense,olive gray,nonstratified,silty fine to coarse SM 2 SS 20-26-15 41 18/18 0 SAND,little subrounded gravels,occasional iron staining,moist to wet(TILL) 9.0 10 12.5 13.5 SM 3 SS 20-23-18 41 18/18 0 Boring Terminated @ 14.0 It bgs 14.0 15 20 25 30 DRILL RIG: B-24 LOGGED: SLM DRILLING CONTRACTOR: Boretec CHECKED: DPF L DRILLER: Rich DATE: 12/17199 IJ .S PROJECT: Renton/Highgate RECORD OF BOREHOLE BH-3 SHEET 1 OF 1 Sewer/WA DATUM: MSL �r. PROJECT NUMBER: 993 1606 BORING LOCATION: Renton,Washington BORING DATE: 10/4/99 O SOIL PROFILE SAMPLES PENETRATION RESISTANCE = BLOWS/FT. PIEZOMETER W w 0 0 0 0 0 GRAPHIC Lu U ELEV. Q BLOWS/6 IN. U. Z DESCRIPTION V) a m W N ¢ WATER CONTENT,PERCENT WATER IL O U) ¢O DEPTH Z) a 1401b.hammer w W aN i WI LEVEL 0 m D 0� Z 30 inch drop ¢ p� ry 251.0 Forest duff_ _ _ _ _ _ _ _ _ Loose,dark brown,nonstratified,silty SAND, organics present as roots and wood,moist to wet (FILL) 4111 Compact,reddish olive brown,nonstratified,fine SM 2.5 ATD to coarse SAND,little silt,wet(RECESSIONAL _ - 1 SS 1-4-4 8 2"/18 18.8 0 OUTWASH) y0 4.0 5 W11 = coarsening with depth 7 5 SW 2 SS B-9-11 18 18/18 D20.4 G IAW 9.0 10 12.5 tM/ SM 3 SS 15-16.22 38 18/18 012.5 Boring Terminated @ 14.0 It bgs 14.0 15 hill lll� 20 aw 25 MW WIC 30 Am DRILL RIG: B-24 LOGGED: SLM DRILLING CONTRACTOR: Boretec CHECKED: DPF _ Golder Associates DRILLER: Rich DATE:12/17/99 ® ailY PROJECT: Renton/Highgate RECORD OF BOREHOLE BH-4 SHEET 1 OF 1 Sewer/WA DATUM: MSL PROJECT NUMBER: 993 1606 BORING LOCATION: Renton,Washington BORING DATE: 10/4/99 O SOIL PROFILE SAMPLES PENETRATION RESISTANCE x BLOWS/FT. PIEZOMETER w O ELEV. 0 0 0 0 0 GRAPHIC 2 BLOWS/6 IN. x z a m N ¢ WATER CONTENT,PERCENT WATER DESCRIPTION v w EL ¢ v O a 140 lb.hammer w LEVEL w O O DEPTH p W WI p m p O z 30 inch drop Q p� 250.0 0 Forest duff_ _ _ _ _ _ _ _ _ " `'. Soh,dark brown,nonstratified,organic,fibrous PT PEAT,wood fragments,moist to wet(PEAT) ATD _ _ _ _ _ _ _ _ _ _ _ 2.5 Loose,olive brown,nonstratified,fine to coarse SW 1 SS 4-3-3 6 18/18 023.9 132.2 SAND,trace silt,little organics,wet (RECESSIONAL OUTWASH) 4.0 5 U) - a 7.5 19.5 SW 2 SS 5-8-11 19 18/18 9.0 10 Very dense,olive brown,nonstratified,silty SAND,little gravel,moist(TILL) 12.5 SM 3 SS 50/4' >50 4/18 011.4 Boring Terminated @ 14.0 It bgs 14.0 15 20 25 30 DRILL RIG: B-24 LOGGED: SLM DRILLING CONTRACTOR: Boretec CHECKED: DPF ��� Associaws DRILLER: Rich DATE: 12/17/99 4W PROJECT Renton/Highgate RECORD OF BOREHOLE BH-5 SHEET 1 OF Sewer/WA DATUM: MSL PROJECT NUMBER: 993 1606 BORING LOCATION: Renton, Washington BORING DATE: 10/4/99 O SOILPROFILE SAMPLES PENETRATION RESISTANCE x BLOWS/FT. PIEZOMETER +�M w w A 0 0 0 0 0 GRAPHIC Lu v ELEV. Q BLOWS/6 IN. LL 0 x w N ¢ WATER CONTENT,PERCENT WATER Z DESCRIPTION n a m w a a 140 lb.hammer U vN LEVEL EL O N cal DEPTH z w Wpr 'WI o m D 30 inch drop cc yyN 250.0 0 Soft,dark brown,nonstratified,organic,fibrous PEAT,little sand and wood fragments,moist to wet(PENT) ATD 2.5 PT 1 SS 1-4-5 9 18118 0 49.5 Loose,olive brown,nonstratified,organic SW 1 CLAYEY SILT,little sand,organics present as -- 4.0 roots and wood,wet(PEAT/ORGANIC SILT) 5 9111 < Compact,light brownish gray,nonstratified,silty x fine to coarse SAND,wet(RECESSIONAL OUTWASH) 7.5 SM 2 SS 8-12-14 26 18/18 16.60 WN 9.0 10 12.5 iYfl SM 3 SS 8-12-17 29 18/18 020.9 G Boring Terminated @ 14.0 ft bgs 14.0 15 ISO iw 20 �Y 25 AW 30 4W DRILL RIG: B-24 LOGGED: SLM DRILLING CONTRACTOR: Boretec CHECKED: DPF Golder DRILLER: Rich DATE: 12/17/99 Ae$ 1� PROJECT: Renton/Highgate RECORD OF BOREHOLE BH-6 SHEET 1 OF 1 Sewer/WA DATUM: MSL PROJECT NUMBER: 993 1606 BORING LOCATION: Renton,Washington BORING DATE: 10/4/99 0 SOIL PROFILE SAMPLES PENETRATION RESISTANCE = BLOWSIFT.. PIEZOMETER W W 0 0 0 0 0 GRAPHIC �? ELEV. � c7 = W BLOWS/6 IN. N I= Z DESCRIPTION En a m W a WATER CONTENT,PERCENT WATER a 2 U c7 o- 140 lb.hammer U 0 m Z) 0 DEPTH Z 30 inch drop ¢ WPB yyl LEVEL op 257.0 0 Loose,olive gray,nonstratified,mottled,fine to medium SAND,little silt,trace gravel,iron staining,moist to wet(FILL) 2.5 SM 1 Ss 4-3-3 6 18/18 19.3 4.0 ATD 5 Q 0 7.5 19.8 25.2 Compact,olive gray,nonstratified,fine to medium SM 2 SS 1-5-8 13 18/18 0 SAND,some sill,wet(RECESSIONAL OUTWASH) 9.0 10 interbeds of laminated gray silt 12.5 SM 3 Ss 8-6-4 10 18118 1 021.4 G ' Boring Terminated @ 14.0 If bgs 14.0 15 I i I 20 t> 25 11>IIr 30 DRILL RIG: B-24 LOGGED: SLM 0* DRILLING CONTRACTOR: Boretec CHECKED: DPF (gV—%FA-3G01der DRILLER: Rich DATE: 12/17/99 A&SOciaWs fo ■o w 40 err +■ APPENDIX B LABORATORY TEST RESULTS go go am w w. .w Aw WN raw so as ar f. ®r Golder Associates GOLDER ASSOCIATES, INC. -- REDMOND, WA MOISTURE CONTENT CALCULATION SHEET ASTM D-2216 PROJECT: CITY OF RENTON / HIGHGATE SEWER /WA PROD. NO: 993-1606.200 DATE: 10/28/99 TECH: TCM REVIEW: TCM BORING SAMPLE DEPTH WET WT. DRY WT. TARE WT. TARE MOISTURE (ft) (9) (9) (9) NO. N err BH-1 S-1 2.5 395.40 382.40 85.20 4.4 BH-1 S-2 7.5 451.70 401.00 90.20 16.3 BH-1 S-3 12.5 453.70 395.20 77.80 18.4 BH-1 S-4 17.5 457.20 427.70 88.30 8.7 BH-2 S-1 2.5 369.80 306.40 89.70 29.3 BH-2 S-2 7..5 565.00 503.00 89.90 15.0 BH-2 S-3 12,5 470.30 423.20 73.40 13.5 BH-3 S-2 7.5 593.90 506.60 78.90 20.4 BH-3 S-3 12.5 515.10 467.70 89.40 12.5 BH-4 S-1 up 2.5 190.20 137.60 97.80 132.2 BH-4 S-1 low 2.5 384.20 327.60 90.90 23.9 BH-4 S-2 7.5 516.30 446.70 90.50 19.5 BH-4 S-3 12.5 238.90 225.50 108.30 11.4 BH-5 S-1 2.5 329.30 249.10 87.10 49.5 BH-5 S-2 7.5 583.90 516.00 107.00 16.6 BH-5 S-3 12'.5 523.90 449.10 90.70 20.9 ' BH-6 S-1 2.5 466.80 406.00 91.20 19.3 BH-6 S-2 up 7.5 381.00 332.90 89.90 19.8 BH-6 S-2 low 7.5 480.50 405.30 107.00 25.2 BH-6 S-3 12.5 468.80 405.10 107.00 21.4 BH-3 S-1 2.5 181.40 169.70 107.60 18.8 ■r GOLDER ASSOCIATES, INC. -- REDMOND, WA .. GRAIN SIZE ANALYSIS -- WASH SIEVE ASTM D1140 / D422 PROJECT: CITY OF RENTON / HIGHGATE SEWER/WA r PROJECT NO: 993-1606.200 DATE: 11/1/99 TECH: TCM ■ REVIEWER: TCM BOREHOLE BH-1 SAMPLE S-1 DEPTH (ft) 2.5-4 wr Description: Brownish Gray, F-M SAND, some silt, trace fine gravel USCS: SM NATURAL MOISTURE C Gravel 0.0% Tare Number F Gravel 1.8% Wet Weight + Tare (g) 583.00 C Sand 8.1% Dry Weight + Tare (g) 570.00 M Sand 44.4% Tare Weight (g) 272.80 F Sand 32.5% Water Content (%) 4.4% Fines 13.1 Sieve Retained Passing (g) cum. tare 272.80 3" 272.80 100.0% LL 2" 272.80 100.0% PL rr 1" 272.80 100.0% PI 3/4" 272.80 100.0% 3/8" 274.70 .99.4% #4 278.20 98.2% #10 302.40 90.0% -. #20 363.30 69.5% D10: 0.060 #40 434.40 45.6% D30: 0.15 #60 483.20 29.2% D60: 0.6 #100 508.20 20.8% Cu: N/A #200 531.10 13.1% Cz: N/A a o U p" 2 Z O w a w U � O N Q N a z > a U u L- � 0) o 0 O Z L 0 o +_ U) O N CZ a U) O CZ U pll t W w Q o E > ww ` ° � ED Z � o N CA E F= U) o U + H W E c o iT- O o N CL W W N U) J ca CL U W ¢ Q Z U Z cli J CD CL D 0 '. rn 3. �CD W co N 0 U H F— LQ 0 IL CV = W 0 m _ M C � U- Z Q O J Z o a W W Z M E W J T r N 2 m W m C) O co QT M N _U U C) M Q Z f- p co r.- r0 v Cl) N — W W W W 6uissed % Cc cc a a rrr GOLDER ASSOCIATES, INC. -- REDMOND, WA o. GRAIN SIZE ANALYSIS -- WASH SIEVE ASTM D1140 / D422 IM PROJECT: CITY OF RENTON / HIGHGATE SEWER /WA go PROJECT NO: 993-1606.200 DATE: 11/1/99 TECH: TCM o REVIEWER: TCM BOREHOLE BH-3 SAMPLE S-2 DEPTH (ft) 7.5-9 rr Description: Light Yellowish Brown, F-M SAND, little silt, trace f gravel +r USCS: SW ' NATURAL MOISTURE C Gravel 0.0% Tare Number F Gravel 1.5% Wet Weight + Tare (g) 825.40 C Sand 4.8% Dry Weight + Tare (g) 738.10 M Sand 35.1% Tare Weight (g) 310.40 F Sand Water Content (%) 20.4%1 Fines 9.9% Sieve Retained Passing (g)cum. tare 310.40 3" 310.40 100.0% LL 2" 310.40 100.0% PL 1" 310.40 100.0% PI 3/4" 310.40 100.0% 3/8" 310.40 100.0% #4 316.80 98.5% #10 337.20 93.7% all #20 394.20 80.4% D10: 0.075 #40 487.40 58.6% D30: 0.25 #60 608.80 30.2% D60: 0.4 d` #100 668.60 16.2% Cu: 5.9 #200 695.90 9.9% Cz: 1.9 rr lb C5 U c Z Z O at Z a W a cn L a � a U c W o O O > o,. O Z Co CD CS Z .o ca U 111 co —(D - 0 p a> > + rn J _ 2 Z V) $ O N � F= v� o U CO U)m Z °o CC Z qk E 1- d m C) E to (] OW N d U W N w W w W ¢ Z U Z Q J J a a 0. o o a 0) W y N W NO as N U � W til 1- �k ' � CL = D W 0 co o m p = CO C LL Z io J p O v W W Z o (0 J 07 N cc N m a CD 0 Q p c r c iv j U rn O Z rn co W W 6uissed Goo � cr a- n. rr GOLDER ASSOCIATES, INC. -- REDMOND, WA GRAIN SIZE ANALYSIS -- WASH SIEVE ASTM D1140 / D422 PROJECT: CITY OF RENTON / HIGHGATE SEWER/WA PROJECT NO: 993-1606.200 DATE: 11/1/99 TECH: TCM REVIEWER: TCM BOREHOLE BH-5 SAMPLE S-3 DEPTH (ft) 12.5-14 1W Description: Light Brownish Gray, silty fine to medium sand USCS: ISM NATURAL MOISTURE C Gravel 0.0% Tare Number F Gravel 0.0% Wet Weight + Tare (g) 748.00 C Sand 0.6% Dry Weight + Tare (g) 673.20 M Sand 11.9% +w Tare Weight (g) 314.80 F Sand 39.2% Water Content (%) 20.90/6 Fines Sieve Retained Passing (g)cum. tare 314.80 3" 314.80 100.0% LL 2" 314.80 100.0% PL ill 314.80 100.0% PI 3/4" 314.80 100.0% 3/8" 314.80 100.0% #4 314.80 100.0% #10 316.80 99.4% VW #20 324.70 97.2% D10: 0.004 #40 359.30 87.6% D30: 0.02 #60 430.60 67.7% D60: 0.2 #100 468.30 57.2% Cu: N/A #200 499.70 48.4% Cz: N/A Q C! o Z Cl Uj O Lu ~a ww U ¢ O N � Q M c cc � � w C. o `o i E a z :3 U) p L 0 cn w a E E w z 3' O U o o W +- '�_ w ° w J co [C Z cA $ L O N � 0 Cf) 2 IM o S F- cn Z oo a E c_ N O $ ^' n- w w N v) --� cc �- 0- W Q a Z J F H H m CC LL O ° -0-0 OC �_ m 3: N w W � N U w Ul Lq C3 p M CV = W r C'3 co Z � p O Z o ch J w C C LY) cc N G m IL O <O `cis M iv U U °� O z F- .F- $ co r co ft O O BUISSEd aC Cc a � GOLDER ASSOCIATES, INC. -- REDMOND, WA GRAIN SIZE ANALYSIS -- WASH SIEVE ASTM D1140 / D422 PROJECT: CITY OF RENTON / HIGHGATE SEWER /WA PROJECT NO: 993-1606.200 DATE: 11/1/99 TECH: TCM REVIEWER: TCM BOREHOLE BH-6 SAMPLE S-3 DEPTH (ft) 12.5-14 rr Description: Gray, F SAND, some silt USCS: SM NATURAL MOISTURE C Gravel 0.0% Tare Number F Gravel 0.0% Wet Weight + Tare (g) 674.40 C Sand 0.2% Dry Weight + Tare (g) 610.70 M Sand 2.1% w Tare Weight (g) 312.60 F Sand 77.0% Water Content (%) 21.4%1 Fines 20.80 Sieve Retained Passing an (g) cum. tare 312.60 3" 312.60 100.0% LL rr 2" 312.60 100.0% PL ill 312.60 100.0% PI 3/4" 312.60 100.0% 312.60 100.0% #4 312.60 100.0% #10 313.10 99.8% #20 314.00 99.5% D10: 0.060 #40 319.40 97.7% D30: 0.09 #60 339.00 91.1% D60: 0.2 #100 419.50 64.1% Cu: N/A #200 548.80 20.8% Cz: N/A Q 3 o U c Z Z tw O w � Q w U cc O ab N N a cu — nC U aa) o O E J o O .- (� z (n (S O w CL Z U Z U) W w IV Cl > C`3 Cc Z (1) °o .� O o U � M z_ $ D CC Z E m F- W rwe N W N LL U W w O N cn J co Cl) 0 U W wQ C` 3 p H Z z C11 CL o CC N N W � N 0 U ct w LtJ F=- LQ 0 p a- N W r- _ co Z p O J Z o i > J M W N CL m (h � 2 c°o m 0 O Q r A CV (� V M p O Z n � M W W 7 ) buissed % 0 0 a_ a *,rr ol~ y k may+ t' e�Lays V k 3y' y � 5 War `i .},r k �, `" a•. 'F e T �m��K'l� "� 1-C�`" °t ,+x' g'�#v� � kw c? ,� r. 5 ' ��.t��'A �, '� "r. "'v�'d e�jr Y ��'«�, '"•, r�,ti x'�a{��rf �} ta" ,�;"*� y - �F K 'd 'k # 3 �#^: �} *,�iS:�" �*�k� t ��lt���f.� �;'�,Rye tom•+•** .� ��� J*m sjA� 1� L� �� � zy'X`+ lv�. # S F i £` '''t; � ``v�t=.. � �ai� x� � ty '- '�� x r�cfire.. rE .,•��a.,y�+t c� rT'� v#(g':��,�k�r�rPe�k���' -. i � r z'+�r r?'N y� .3er�. •e„�� "� � t +x'=`�, r � d �+ � S ,rr^�,'n; d s� r � r �•. rs# xt, zgw *. T n; 'a v ?. X -Wily Ix a t v sr F '}4.a)'of,i a. t •r, rfi a ¢� ' i a' ^ �f1 ul h Tt M 1 S3 r $, S� "�<x�*�� ,t r µ.J" r 4� r'r sy,. %. 'T Z •x{,, r�,y v r: ,•� F x,�Yr' t Od!r kx ;t!r'fe a-' 7 # +,�. t a a: i^ ` zY x2'" n @fix:� t X `� y -. pd- Nm-',.t, a `'�`"; c �+ ., s re t Aj}fx c _2 '>#s ,,a .x r . f# k gsj`Sk r 'ti 0.tr1.:. a I r x f ..` w,�X '" Ks" z e .i a #:.�� r :. a' t` y7• r .s ` /k WN a ' • oil, g P cc-my>r . �s�t.:L r�, ,fi4 t.. kr<w.::,�s Y�r fi%,j.„'� •v} �mr�'"'�- 'ti ,•,kr '�S3v.:�„., �”9�w„-,, \ l c Xrv`a 1',�".µ'.c' �,g,`'S.�`r+,v5"'a f�'d vs r&^�'4 .;�&�x`p,a•�t§'' a r�+`J}k $:--�t hi�m T� -s^.;!�` y rl!�°,i<'•`'��'§�•n�Y,k yT.F'.�s} [xr,; t, �7+t t.i d,„..#�E 1.#T c�r. ,ki k,.y 1 T r£-�t 7 M.. ;x.•;..,F i t��^ J'. s.,:':s .y x jS fi� ,�Ri' 5a4; t �k n S` <..r, ,Z'-t*"}; ✓ e 'G . x air„ t' S •, ,y ',k s�.} �. < +, s ,.rr. X ! .. ,y§ `�;. Y. '�`t-P" 5 MAN! % �*. * ;:ea r a a ?r td't twK-' rt.- uK •&, «&,y 4y �` r a<, a �`.�'�",.v t f;,. V'� .'t� .: S..xSr., �+'' r'+ ad:•' # :;vr {"'x F�¢ de�Yt' x �`"sx � s ,�� i t,:y. # 7x�� 3 a'.. � + � q' 9 `��- r rs � .."�,$ �^ �lam; t., ' F"'�r.#}*✓w {'�' �rh" x� G^ i x r- # ;r:. a V�. "k,�' tv�`v,. rx • '+ � > A'aeP-r •$ a a 'zidi§'"'` i k , fr' -!` 1 `: 'e• '. >. k '.:;y `'#S'{r ..f , X i.,p .�xa.:l • '"� �'�� "`x�*drx�.` rn�,y >f �f"�•. �� ykj""�t tr`k' e�3 i 3 �. •„;fr r� ' �� '� 1a N� l � _ 4 r �;•. 2�.. ,� - � r , +X ✓nw. 5 4r"ry a° R G� :i`?r•, 0 J ,NY ,,�r( .r. `uy x,�•?.".,s`k rs 'r4 •�, kv t L .' + ..s, J4fx'j .t `F as( xt r 2S � ���-> '� l ..fr '�A`:i0.,•i� l „ t�1. ',�Yi 4't,4 { t 'j `'.° �P'. q Yf.,ATp1sk' y_.” aa'Sx .4y ?+,.� tr�e! 't> f 5+ q c s r l l,'" i,. f k..., f" 2 r r 3+ r " f r�+ .Fa,,.r3 ��,• vk x?..,t � n w .' Ft i '�� ~.r" vt ""�• .r; T,S. r 'r ' '� t ',', "r t ti'C �: '. t f 4:: if ..,' >-� n, .*,.. '& E' • a 'n t` ^ M'>}`` { ts,.f v ''v 'n;. S 4 6 +. s "s �.1 "` r •�::., • x ,�: t ,* y m-F* ;,�`s z.y cq X x �y:.. •x§:, s-nr,,.. r� *" + !'r a+� �np, 'g, - E°,,'' ',rX "r> '`? :"'` P' 'ayyts •`' d t < 'v' ' a q r: s '' :.'`- b v' �... � s::i t��`�'�,� °; ��rxaa r.4 •";'` ..f &~�}�� s& .zv it v+,� �,:�1 i 3 c�S,s„ 4 { ��Y� .% ,t':'"`' ,k 3^ i}�' 'Se ' �. G 'k Y!. h l , +�•i" x `�^"` a„',d '+ ! .dtr.,•t „�` 'A nn �`fTri�. g `•? ,P '' r t '.x•S i} ,°$- !-4,t r 4 t r'?'K,� .K1 Jar# a.'-£-' ( '•i'Y� c't r"+{ •jMS t ,t< t .a'>i �," '��2`4£i t. 3' ,. "^' "�' , �,. 'r v»• "; t & x�^ ( k i x i F S Fti r' t; 4 , ,>' •�', `>,. tz '. a '�-: K a`L t a^�«, '*, �"1 k`G ova 5r� r,- U, .. e r • a ,` x ?� u �Xratwsd:g ak `r: y €-',? k �. 'm t ` C. u z , .vi• ,t,{aK xn ,su5 r'- 1 { ty 4 d" nSda ,,yt tkra7 ,r ,,.,r„' a .?r' .'d x .'Xt n a :`'# `-< ''6 x l �:.t<�� Y >;_$e a3, ax-;ice ,rti s `::. Owl 's.:_i s:,,': ��t j i�."'���k xd!�7� �.:r�S•k 9 > �'.rr "111TS .z,.. •� t x .•>rx x^±tt + •St a F�, u '1 r arya•^"8'-. x'q,�, r"'. ,; „y.. {: 1 �'i+ X' '1?" a! ., /' k yY•`• :.' -s 7k` ,fie' 1 F .t£; ',.n T`A fi's< , { j ,t i x ; ; #'� se t=' a ,, ° Y•< 8 r^ra•fix `. e t�F =.a t r 1 r k t r r ,+. Z ".k '',M. t t �, ,i;.r'k X a.,:*�e. ','- c¢�1 w:n (P � ',F"m dr t>°$ r ,°`• i 'a t 'z .,.:�'L �`"?s'k ;t ,fi v J; 1• .'�,`k + :.# t ,v z R? dk<;` '',°• x.• s J 'AN IV v w az �W t~£�5!�"x° :la T' tir 3 ?">°,; .r;: 'fTaco f r"t kF Mal 41, pq- x„I, 'a°1::+! *'' K k ry gY=.,;. " ,, t sF tr C e a r r ce;r• M r ;F sF t r r `' ` x'.^ * ys t�r > +,wf' Y s 3r + t l 7 r �.:•,s r. i €g r' a r X - •�. ,� �^,�i r..� w*^",`�'14 '� T,r: =a x*�`7 TA, e i �. >< t �r t• aK # a ..° y T,: - # "?' :�., ..4,t' Y 'G^'s*•a a t' Ef, - °'r '.i !:. gum zyik# * #` ',:;k *' { ,..,T� +” a v.Ye fs;i t2' t ..a'" 4 `.. a Ty('3 '� .� �'�±� 7"4$;;....x 't }, {, '.7z.:r �'t '> S`. r. ">3. �s• �TMZ'�+ P�. ,c r ,W :{ +y," ^, x kS� `� r''.vs:,k x 3 d ,{'� A `y s 'r' d� v{xf e'��t r# x y{ r. v v., •3?F. 4 1 Sr r`;. � •,+�, e t ,r �.�? r "�' ik� • t ,,fi: ,< "'• a T ' '�a,b :;� „ e.D * f;k.! -"#Y, Fs'4 ., + a > a i tF - '� "d� 3; � .ti '�xl'`' ' ` �.* s.i � ' �:' ,-� '� •�4# •� �` s � .(�' �, 3• 'fse,".� k ' ,k �t4t`" ' 'L..,#WfSr'' t "`: 3 Vrt:.�o- T Mix" Y t :,3� M: .b as +F L r G. �^• .3r'` '1�f 4 .F �, }s•. ". wt:, k •T r t " C F- {yx.r ,..s { b a .r T, x Bn + ^v '� ',•, `f' K rem a ;� 4 -. • T sf C K t s ^'xi 1` .3-�, t •',4 zt� " �t2 °xr "t i i a '`?i- 'r f} Qz�-R "r4 •§ a5^r++r 1 a fe a r Tt a ". v 40 M �` x t'"'"A *, e xs'. .� '. ++ r •r ?r1 r ,r'" b d( +vt k' x• ar"t zs �' 1 °"a S ON �:':b� `x19 aq, ; s'.��,x,B k rt<•'§ ��x{!a� *f,�; �r7•`„',;? "p ux.r SWz ¢ �. >•r rd ' Jf"rSa§ "' r.•$f p "` sr c y- t.- r`r ,`ai ,1 s4` ";t F 4 la" L'S �t �'=r,�y{�, �'r��^tk r rt yx. '3r+,: °� =t.n�'B - ,: k •�s a`^�, �;'F,+, 9 e;r '" : { �� �`'' �'f �''+,x G�'Xt.,"a r �r*r'v �" �t.�'�`�yr+ �� sr am, a ,vr ✓ k- r+� { i ' �� 7 a r 'C,- � ': C"��?'��#�' ��w ,, f t 4H'x v x4 dfv ua ti° �e },> trgt x fk Sr n h a (3 r: xt x -"B rr 4 t x ON W ri #'+Y a Y� a 7 ' Ran i}v. .!' 4 ' ti,t .f,� t+ ?' { Y� a,z•'S`� ,` kS rk. + f J r �"W'�x >; tf `a x; s t ,""" t' e a Y t ,a T i a {� :� !�•r ; r9x'�� ro„e y, Mum`"& t 'r ^X § a �.+ti.r '# F h • n t t s > sy r; ,y ...,K ,�' %l ° d2*"" * ?bct€„Got �1 k tww A e rj y �- s 'r w.T i •s 7 ^s f}sq - 4xt �� 4 t' r 'gx t:° Xs, >^ tV✓xy tr M.� r �. 'L, ^? fir§ r r ? + <� y*tf xr p rxr wkvT a & $ -, R` r, 4 r gv �: f 'i rd 'w Y. S w �t j�, 1" t =. [ ' �d r .•.*. �'•T r ��.�'� � c 7 �* ���ra��'' t� Y�,'x� '. � '„ ` t rrt 4 ''*«Cf -r",7 a' 1' £ f !� ,t,t �z `x m x-;r ��� t Y �,.. r • {�.. ,a an Z,{^�,� � }� a ;� �,.... :r. ,z,...: .,{Kam;�,x��^� .„:,.•�v�pu�4.v+ >i,.,�s� .„.�� _r. , _f,�� 3 �� � •, )> , ,.�» ,�.. �� _..�'z,=-fie. .an.., � '�Yxr�`,�.,:4�� ,�a c •f �,.,av„-: t w �a:sm 1.. rka a i u '1 N x k'�, ­ 5 r <,ti, `'," w:• wk ,`,+ ^q" 7 tr.' G° :, t L I% a ,..�•"s'}' w rx "C,'`'-a s d� },"'•?"a r :�Y a wh b ,i ,:,A„ r 'A.. ?sz°` xi � ...;'r `y.yt+"=rpg -�>g�y'�,�r,�x,y� �y�`,+ .�$�.." � ' ��`m� �";`4k�,;'� ``''• �. 'a .�. «�� '�.,#a`,:t z ,'; +�,,,�}t p,°=rW u�;�'�..>.r�s �r`" a e'. } .t`i'a'"'``" z,.:n: >l r'7 3'"-',+ 'e ��,;^'wk w�5"° �a f 3 ' .'; 4 •'' a r4. 1 � A 4" � � Ovl �'s a �� w v' ��• x tr ^",:`��;y'r 5t ' a n���.. • fi s C =rv+. 5... `� c*;}s" `" ! r'>,' ' Y. +?d !y # ,r',`. �'°,tey� k d ,., tt gip; s• # ''' s .,..°: "�-�' ,vII s'" ,� X � x o- F zs,� �t�$'+ '���.'a���l "ks, t' r:a; spa w}�. � �"` � F d r .:a.. b ,� 3 4f �, '�1 y�"�� " .i •� w a t 41 �, a 6�sv�'.+,j � t:, �9 }'���:t'r� "f xy � s i±r� u... p �� r 'c•=r' ` + c �•. »j%' � lr. t+'p�+f ,��z. • NC, `=T�!1\w# q S�+.����.����y, ?�' �: � � � ".S �,,�k.. .5 `�":' '•c�: 'St`' �` i.,'4 P '�+ C1,s r n`� r°i ° CZ. ° e x ', :" '- •"x+ >a+ xr ' a+ t 'a,$r + .: w+-, La . ME �. QM 4 (y .:� ,s'� y# ??e. 1'4�, 5 A�CF k; �u'i f ,•. k. '.iF.' :S,, ��. �� � xa x��u� �u_ � IX���. ,~ �,,. °,".�r^��a�•,�. :h.� �'ta',, �r rc .a � we m'u.: .F�'�� ���� �'�,� `�+ .� } Y? i b .� �,,�`� �fi;, �' d wy: ; .y+y-1l 'i'�� ..r' .+s +°� t ".` a st$}• �.�i•, 4��"""" � �ss,� ��� .* NMI R, .y+ `��� OR z� s y e 24 " p r =e �+� � �i sLge�-'°•„-..� �. �,,zw�„ nks ,�•. a* �.,� � :�,.�� s� .f.k„# ,a:: y ., `� `.�+, t � J `�� , ^�}- + .. {" 3sy, P� B u�"C` +' ''m. *� a - • z{"r m ''kcl< �.,'A`v ' s- py+, 3 Gi•� "t�' �� n ` �-:. v r• s "" u' .a -ta Fr,�" ^sw "r y + a Ira �� � `i ayx-fP �'��+"' � x ,+ Ewa• r .++ +- �' :�?^, K �n ti.E ���. �. +... 4 "n e •*' A t MAW ` m' .kz r�'b. a x j r?z ' •.�s 1 e'=�: `r. J'•YS�{ fi..k +•: +x �,._ a�l$. d•�X�,.z��i6 A'+� ...s � a,, � v��� a�,. e ., Y- .z � 't. , �'� Y ,. ��, '�" -� z, .,a scr t ,ry",4' �# t �'�..fi ,. � { -['m •m.. a°- "? ¥ [:. °'� '� i „t s + .a. " a u YKE � :,wv F .i� � � }S'� E"x' '�++✓' .�.+&'i ° `� *L, '^`Y`'t�"' ��+ e? ..- �`'rt-"�Si.: ..a. �t{ rr`.; v��^"3' u �s r t w a �.�,_�� ;'�� ,.� ;� '���`� �",' ,�'��:�,ter � ;r �,; �i � � _ �� �� •,r ,� �� r�i�, �. r'fi• tF F'f ,yss{'+k .. -: m h r.". .v..x'. v �` �n. ° Tt� �''•R,n ��� �'��. a s �Ff "y� ` � ,,�' ... r,:,- -eK � r } -�"i�g��a ea' s; ar r• r q k` AA # ��4 � 'a�.� •�+=,fie�;`,±� � '� ,7Y,: a,a" e Y�. to me 'd„�. # � ra"r', x�� � ����:� �`fi� i + t r"Y�q ` T,4�:�' ���'� ., ��"� F,'�a„°,�it •sy`�� c.;;� r 'i'��a, � an 4'"���:'�+ m #'v,� c A 5 ��„ ;, •wt �{r �#t" y� F ``�t' ,'aF�.fid�.�� y 9.;+ �,i,yt *. �� t ?wy t=;.s p' h •� 'y' 3� #' ;,7s ���� F' �fi, m`'era ar„�' k �.-rl a' p;"` � t '`5:+ 's ` ts^ t• �# tiyy �" fz �:�"s�y':y •as� "4 m y� '"''-�, �* ,���'?- r � �, =d a' n.# � � v'aa�`�,w t'� ar.. rte..„ { m°'�"y�i� re' � �'�{ '�' :e¢v ,y °, v'a+ � � � _' i e� r� x 'z^j�rrt a,�`�• r.€ NI"'t YY w� p t &1 x�"�, z ��;�,�t r� .�'�� a�n �.-,a.� n” •� '�v mas" �� a>.: t�-5 .���,1- '�a��. ,:� '�:. � -,� a�.�:F '�t�� ;z ' , "�ri �.1 � p�a •'� `Y��i"'` � �i�,�� .� �' .� �� M� `"� ,��'����' s i* ,� ^.• 1't�,� �' "� "'� `may',! 't� �}'�.^)'.N{$3�nN�ir 'Fn 1ta '..�'!�` ��� '""a�i'eh � � "�4s�"VP' Y`i � ��Y ?' .R ��t, �� ��' ,%�x•���� �,l�u":`.:^-. .ikit _ :.,�... �,., �k=�}` .E,�n,r��Fr:i._. . ka .K",ca,�. ..�.,T.°.lX"3�1�,' �a .. �,...^.,b ,. ,.+ '�''- ��� uss. •�ti- .,'�'.� s _ a ,.� ,iki,rri�� ���� 7�.}:.�,.�`i STATg O� O y a x y� 1889 STATE OF WASHINGTON DEPARTMENT OF ECOLOGY Northwest Regional Office •3190 160th Avenue SE• Bellevue, Washington 98008-5452 • (425) 649-7000 ar November 16, 2001 E C E NV John Hobson 1 City of Renton NOV 19 2001 1055 S. Grady Way, 5b Floor CITY OF RENTON Renton,WA 98055 UTILITY SYSTEMS Dear Mr.Hobson: Re: U.S. Army Corps of Engineers Reference #2000-4-00377 ow Nationwide Permit#12 to authorize sewer pipe installation in Higate area,Renton,King County,Washington. aw This letter is to confirm that the above-referenced project will not require an individual water quality certification from the Department of Ecology. Your project does not meet the state criteria for requiring a certification under Nationwide Permit 12, provided that the following conditions are met: 1. Impact to any one wetland area cannot exceed 40 feet wide(impacts due to trenching, construction, staging areas, etc.) 2. Excavation or dredging activities are not to affect open water areas (e.g.,no trenching across streams) arr 3. No more than 0.01 acre of new or additional permanent impervious surfaces(e.g.,concrete, gravel, asphalt, etc.)may replace wetland areas. Pursuant to Section 307(c)(3) of the Coastal Zone Management Act of 1972, as amended,we concur with the applicant's determination that this activity is consistent to the maximum extent ow practicable with the enforceable policies of Washington's Coastal Zone Management Program and will not result in any significant impacts to the State's coastal resources. am Please note this verification does not exempt, and is provisional upon compliance with other statutes and codes administered by federal, state and local agencies. Please call me at(425) 649- 7145 if you have questions or would like more information. to Sincerely, o" Alice Kelly Federal Permit Coordinator Shorelands and Environmental Assistance Program AK:ak cc: Jonathan Smith, Corps of Engineers .rr HYDRAULIC PROJECT APPROVAL State of Washington � �� ���J� m�,�'mmp�and nmmi� ~°—'—' Region 4Office mo10 Mill Creek Boulevard VKH ����`���^� .� .���a Mill Creek,Washington oxmz DATE OF ISSUE: March 1, 2002 LOG NUMBER: 00-E4474-02 3I F YOF RE'i T N UT|L���,STE�S At the request of John Hobson on February 22,2002,this Hydraulic Project Approval(HPA),which now supersedes the previous BP&for this project, iou renewal of the original BP& issued April 7.2000. PERMITTEE AUTHORIZED AGENT OR CONTRACTOR Aw City of Renton Not Applicable Planning/Building/Public Works Department *s ATTENTION: John Hobson,Wastewater Utility 1055 South Gradv Wa�i Renton,Washington 98055 YAW PROJECT DESCRIPTION: Install Conduit tw PROJECT LOCATION: Northeast 201h Street and Jones Avenue Northeast,Renton, Washington # WRI& WATER BODY TRIBUTARY TO 1/1 SEC` SEC. TOWNSHIP PLANGE COUNTY ) 081«IA'A Unnmmcd Creek , Lake Washington, .� ,�p^.' ' Oj 23 North 05 East King NOTE: This oondui|ccnsscna srool| non-fish bearing stream and goes through associated wetlands. PROVISIONS aw |. The project may begin iuomadiatel 'onduhu|| beoon`yletod6vSmpterob*r30,20O3' d�d/ho1vvorkhc|ovvtb�o,dioo�ybiohvv�crhnc (OB\�lJshuUocuuron|y6otwoeoJomu10umd8optummber prov/ ,,� ` ' 30' 00 2. Work shall bo accomplished per plans and specifications entitled,"HIGHGATE LIFT STATION `, and submitted 1othe Washington Department ofFish and WUd|ite(Wl)FW), except us modified 6v this Hydraulic Uff Prcject This !-IPAoeflecte des ilgr,crifer;e Per 220-!l0WAC and mkiggtiuuprocedurex to significantly reduce or eliminate impacts to fish resources. A copy ofthe approved plans shall be available on site during construction. 3. Conduit alignment ohu|| be as ucudy perpendicular tothe miroum and associated vvedundm as possible. 4� The conduit shall hn installed u1oufOcient depth uo that subsequent disturbance of the otrcunubcd and associated wetlands iaavoided. ' 5� Trenches shall bohuckfii|oduxsbovx� in the uyprovo p!auo (Provixinn2), and the s{ncumhed and v/ct|unds5hu|! he `~ returned 1oprcprojoo/ oo improved conditions. 6. Excess spoils shall be,disposed of so they will not re-enter tho stream and'or associated wetlands. ow 7. If the stream is flowing, utcnnyurury bypass to divert flow around the work area mhuU be in place prior to initiation of other work in the wetted perimeter. W wo Page Iof4 ,�, HYDRAULIC PROJECT APPROVAL State of Washington o/ RCW 77.55°100 Department of Fish and Wildlife DeAvtmnt Region 4 Office FISHaed 16018 Mill Creek Boulevard l OLN Mill Creek,Washington 98012 viWr DATE OF ISSUE: March 1,2002 LOG NUMBER: 00-E4474-02 �r 8. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. rwr 9. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. rrr 10. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. 11. U-1pon completion of the project, all material used in the temporary bypass shall be removed from the site and the site returjvPJ to.prepro,;ect or improved conditions. 12. Alteration or disturbance of the riparian and wetland vegetation shall be limited to that necessary to construct the project. Within seven calender days of project completion, all disturbed areas shall be protected from erosion using vegetation or other means. Within one year of project completion,the disturbed riparian and wetland areas shall be revegetated with native or other approved woody species. Vegetative cuttings shall be planted at a maximum interval of three feet(on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival. wo 13. If at any time as a result of project activities, fish are observed in distress, a fish kill,occurs, or water quality problems develop(including equipment leaks or spills), operations shall cease and WDF'W at(360) 534-8233 and the Washington Department of Ecology at(425) 649-7001 shall be contacted imrnediat�,,ly. Work shall not resume until further approval is given by WDFW. 14. Erosion control methods shall be used to prevent silt-laden water from entering the stream and/or associated r. wetlands. These may include, but are not limited to, straw bales, filter fabric,temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. err 15. Prior to starting work,temporary filter fabric, straw bale, or pea gravel-filled burlap bag check dam(s) shall be installed downstream. Accumulated sediments shall be removed during the project and prior to removing the check dam(s)after completion of work. 16. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream r and/or associated wetlands. 17. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved upland disposal site. 18. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow rrr subsides. 19. Extreme care shall be taken to ensure that no petroleum products,hydraillic;• fluid, fresh cement, sediments, sediment- laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream and/or associated wetlands. SEPA: MDNS by City of Renton final on March 27, 2000. Page 2 of 4 HYDRAULIC PROJECT APPROVAL state of Washington waddqft lkPo/ RCW 77 555.100 Department of Fish and Wildlife Region 4 Office PI' °nd 16018 Mill Creek Boulevard wrr WOW Mill Creek,Washington 98012 DATE OF ISSUE: March 1, 2002 LOG NUMBER: 00-E4474-02 r APPLICATION ACCEPTED: March 1, 2002 ENFORCEMENT OFFICER: Peck 024 [P3] MW Larry Fisher (425) 649-7042 for Director Area Habitat Biologist WDFW 4 GENERAL PROVISIONS 'w This Hydraulic Project Approval(HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55). Additional authorization from other public agencies may be necessary for this project. `p This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)performing the work. This HPA does not authorize trespass. The person(s)to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HPA. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment. aw All HPAs issued pursuant to RCW 77.55.100 or 77.55.160 are subject to additional restrictions,conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.103 may +.r be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.130. APPEALS--ri N RAL 1 Nk'0 v1 AT101'i IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100, 77.55.103,77.55.106,AND 77.55.160: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of.- (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA; or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are .rr resolved at this level,but if not,you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North,Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of a HPA or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results 40 of this informal appeal,a formal appeal may be filed. ON Page 3 of 4 HYDRAULIC PROJECT APPROVAL State of Washington Ikpmtmento/ RCW 77.55.100 Department of Fish and Wildlife pl' und Region 4 Office WOW 16018 Mill Creek Boulevard Mill Creek,Washington 98012 DATE OF ISSUE: March 1, 2002 LOG NUMBER: 00-E4474-02 B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.106: to A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA; (B) An order imposing civil penalties;or of (C) Any other"agency action" for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North, Olympia, Washington 98501-1091,shall be plainly labeled as "REQUEST FOR FORMAL APPEAL"and shall be RECEIVED 4W DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.103 or 77.55.160: A person who is aggrieved or adversely affected by the denial or issuance of a HPA,or the conditions or provisions made part of a HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE,Building Two-Rowe Six,Lacey,Washington 98504;telephone 360/459-6327. or D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL,THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. MW �r or r VW 4W t *W Page 4 of 4 rrr DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS P.O.BOX 3755 SEATTLE,WASHINGTON 98124-3755 REPLY TO O ATTENTION OF CT 2 5 2001 Regulatory Branch REr.r 1XIED m City of Renton 9 2001 ATTN: Mr. John Hobson �� 2 1055 South Grady Way, 5t' Floor CITY OF RENTON ow Renton, Washington 98055 UTILITY SYSTEMS Reference: 2000-4-00377 Renton, City of Gentlemen: This letter is in response to your application requesting Department of the Army authorization to trench and bury a sewer pipe in wetlands and Higate Creek at Renton, Washington. The regulations which govern our permit program contain a series of Nationwide Permits (NWPs). Each NWP authorizes a specific category of work, provided certain conditions are met. The NWP 12 (Federal Register, December 13, 1996, Vol. 61, No. 241 and/or March 9, 2000, Vol. 65, No. 47) authorizes "Utility Line Activities." The entire text of NWP 12 including its specific regional conditions is enclosed. The NWP 12 authorizes the above-described proposed project. The work must be performed as depicted on the enclosed drawings and in accordance with the enclosed "' general conditions and the special condition listed below in order to remain authorized by the nationwide permit. *" Endangered Species Act Compliance: I have completed the necessary coordination under Section 7 of the Endangered Species Act (ESA). I have added the following special condition to your permit: You must implement the Endangered Species Act (ESA) requirements and/or agreements set forth in the Higate Lift Station Elimination and Gravity Sewer Main Installation, dated September 2000, in its entirety. The U.S. Fish and Wildlife Service (USFWS) concurred with a finding of"may affect, not likely to adversely affect" based on this document on July 25, 2001 (USFWS Reference �. Number 1-3-01-1-0749). The National Marine Fisheries Service (NMFS) concurred with a finding of"may affect, not likely to adversely affect" based on 6W -2— this document on October 3, 2001 (NMFS Reference Number WSB-01-030). d„ Both agencies will be informed of this permit issuance and will enforce any known violations of the commitments made in this document pursuant to the ESA. The State of Washington has partially denied 401 Water Quality Certification (WQC) and Coastal Zone Management (CZM) Consistency Response under certain ,. conditions. You need to check with the Washington State Department of Ecology (State) to determine any further 401 WQC and CZM requirements. Please telephone or send your plans to the following address prior to starting work: Washington State Department of Ecology Northwest Regional Office 3190 — 160th Avenue Southeast Bellevue, Washington 98008-5452 Telephone (425) 649-7145 �r You must send us a copy of the individual 401 WQC and CZM Consistency Response authorizations for our file. In order for this NWP to be valid, you must comply with any conditions the State includes in their 401 WQC and CZM Consistency Response. You may then proceed to construction. If more than 180 days pass and the State has not responded to your individual 401 WQC and CZM Consistency Response request, the 401 WQC and CZM Consistency Response become waived. To confirm this, you must send us a copy of "" only your 401 WQC application and then receive a letter from the U.S. Army Corps of Engineers before proceeding with your proposed work. " This NWP verification will be valid for 2 years from the date of this letter or unless the NWPs are modified, reissued, or revoked. If the authorized work has not been completed by that date, you should contact us to find out what permit requirements are then in effect. If the project meets all the conditions, you will need no further authorization from us for the above-described project. You must still comply with other Federal, State, and Aw err ,,► -3— w local requirements which may pertain to the project. When you have finished the work, please fill out and return the enclosed compliance statement. If you have any questions, please contact me at telephone (206) 764-6910. Sincerely, aw Y 1�\ Jonathan Smith, Project Manager Application Review Section Enclosures Ow Ow O. ar NATIONWIDE PERMIT/CORPS SEATTLE DISTRICT/? JUNE 2000 12. Utility Line Activities. Activities required for the construction, maintenance, and repair of utility lines and associated facilities in waters of the United States as follows: (i) Utility lines: The construction, maintenance, or repair of utility lines, including outfall and intake structures and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change in preconstruction contours. A .r "utility nine" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquefiable, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of WN electrical energy, telephone, and telegraph messages, and radio and television communication (see Note 1, below). Material resulting from trench excavation may be temporarily sidecast (up to three months) into waters of the United States, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days, where appropriate. In wetlands, the top 6" to 12" of the trench should normally be backfilled with topsoil from the trench. Furthermore, the trench cannot be constructed in such a 1W manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). For example, utility line trenches can be backfilled with clay blocks to ensure that the Ift trench does not drain the waters of the United States through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of O each waterbody. (ii) Utility line substations: The construction, maintenance, or expansion 4W of a substation facility associated with a power line or utility line in non- tidal waters of the United States, excluding non-tidal wetlands adjacent to tidal waters, provided the activity does not result in the loss of greater than Y2 acre of non-tidal waters of the United States. (iii) Foundations foroverhead utility line towers, poles, and anchors: The construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. (iv) Access roads: The construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the United States, excluding non-tidal wetlands adjacent to tidal waters, provided the discharge does not cause the loss of greater than Y2 acre of non-tidal wir 1 NATIONWIDE PERMIT/CORPIS SEATTLE DISTRICT/7 JUNE 2000 waters of the United States. Access roads shall be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the United States and as near as possible to preconstruction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above preconstruction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. The term "utility line" does not include activities which drain a water of the United States, such as drainage tile or french drains; however, it does apply to pipes conveying drainage from another area. For the purposes of this NWP, the loss of waters of the United States includes the filled area'plus wir waters of the United States that are adversely affected by flooding, excavation, or drainage as a result of the project. Activities authorized by paragraphs (i) through (iv) may not exceed a total of 'h acre loss of waters ,w of the United States. Waters of the United States temporarily affected by filling, flooding, excavation, or drainage, where the project area is restored to preconstruction contours and elevations, are not included in the wr calculation of permanent loss of waters of the United States. This includes temporary construction mats (e.g., timber, steel, geotextile) used during construction and removed upon completion of the work. Where certain functions and values of waters of the United States are permanently adversely affected, such as the conversion of a forested wetland to a herbaceous wetland in the permanently maintained utility line right-of-way, rw mitigation will be required to reduce the adverse effects of the project to the minimal level. Mechanized landclearing necessary for the construction, maintenance, or repair of utility lines and the construction, maintenance, and expansion of utility line substations, foundations for overhead utility lines, and access ' roads is authorized, provided the cleared area is kept to the minimum necessary and preconstruction contours are maintained as near as possible. The area of waters of the United States that is filled, excavated, or flooded must be limited to the minimum necessary to construct the utility line, substations, foundations, and access roads .Excess material must be removed to upland areas immediately upon completion of construction. This NWP may authorize utility lines in or affecting navigable waters of the United States, even if there is no associated discharge of dredged or fill material (See 33 CFR Part 322). " Notification: The permittee must notify the District Engineer in accordance with General Condition 13, if any of the following criteria are met: (a) Mechanized land clearing in a forested wetland for the utility line right- of-way; 2 1 r�r NATIONWIDE PERMIT/CORPS SEATTLE DISTRICT/? JUNE 2000 (b) A Section 10 permit is required; (c) The utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (d) The utility line is placed within a jurisdictional area (i.e., a water of the ow United States), and it runs parallel to a stream bed that is within that jurisdictional area; (e) Discharges associated with the construction of utility line substations that result in the loss of greater than 1/10'acre of waters of the United States; (f) Permanent access roads constructed above grade in waters of the United States for a distance of more than 500 feet; or . (g) Permanent access roads constructed in waters of the United States with impervious materials. (Sections 10 and 404) NOTE 1: Overhead utility lines constructed over Section 10 waters and utility lines that are routed in or under Section 10 waters without a discharge of dredged or fill material require a Section 10 permit; except for pipes or pipelines used to transport gaseous, liquid, liquefiable, or slurry substances over navigable waters of the United States, which are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Rivers and Harbors Act of 1899. However, any discharges-of dredged or fill material associated with such pipelines will require a Corps permit under Section 404. NOTE 2: Access roads used for both construction and maintenance may 11W be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work and the area restored to preconstruction contours, elevations, and wetland conditions. Temporary access roads for construction may be authorized by NWP 33. NOTE 3: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., Section 10 waters), copies of the PCN and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration, National Ocean Service, for charting the utility line to protect navigation. • aw 3 WN NATIONWIDE PERMIT/CORPS SEATTLE DISTRICT/7 JUNE 2000 w . ti s a '.TF ok , �w`E � 4� n L- Fk i ` 4 € "x,5�,.�r fi :✓ ^t s c£"-s" �e - t°»�et ttlfECa ec a""ho co t C , e ,+.-., r or wofk trr u � olvtn €g „pMn� v �r��.� c {mow, t-egtanel cvndrttatrs belo ancC f wrt��rt theIQyeat� rracpn� � aftcrnefeneCrdxtlra o t attQrk to rt �j.m's rty v ran a`'°"G� Pith e t F v z arran t rs eel `e utte ri " ancf 20Z EX&I fatr� p a p J k � �� NC1TE�AIsro°revr�"w�tr���tt��t rgratgr��ttc�seettct a�atre lk Regional Conditions for all of NWP 12 —The permittee must avoid and minimize discharges into waters of the United States at the project site to the maximum extent practicable, and the "Notification" must include a written justification to the District Engineer detailing compliance with this condition, i.e., why the discharge must occur in waters of the.United States and why avoidance or additional minimization cannot be achieved. Regional Conditions for NWP 12(i) — 1. In addition to being restricted from use in tidal waters of the United States (defined in 33 CFR Part 328.4(b)), this NWP is not authorized for use in the non-tidal waters of the United States ,,, listed below. An individual permit application must be submitted for any proposed work in these designated areas: a) Playa lakes, prairie potholes, vernal pools, kettles, and camas prairie wetlands or within 100 feet of any such system. These systems are defined in the Definition section of this SPN. 2. When trenching through wetlands, the approximate upper 12 inches of topsoil shall be removed and stockpiled separately from subsurface soils. Alternatively, topsoil can be imported to comply with this condition. Care shall be taken to avoid compaction when �w► stockpiling hydric soils. Once the utility line has been installed, and armored as necessary, subsurface soils shall first be placed in the trench as backfill, followed by the topsoil as the final layer to 0 restore the site to preconstruction contours. No more than 10 percent of the subsurface soils may be mixed in with the topsoil. Regional Conditions for NWP 12(ii) — 1. In addition to being restricted from use in tidal waters of the United States (defined in 33 CFR Part 328.4(b)), this NWP is not authorized for use in the non-tidal waters of the United States listed below. An individual permit application must be submitted for any proposed work in these designated areas: 4 r NATIONWIDE PERMIT/CORPS SEATTLE DISTRICT/7 JUNE 2000 •► a) Wetlands adjacent to lower perennial riverine systems (See Note below); or b) Coastal dunal wetland systems along the coast of Washington except for within the city of Long Beach provided the project is consistent with the approved "City of Long Beach Dune Management Report", or ■"` c) Lakes, playa lakes, prairie potholes, vernal pools, kettles, and camas prairie wetlands or within 100 feet of any such system, or _ d) In "Protected High-Functioning Wetlands"as identified in the Skagit WIN Phase ///. Wetland Management Plan for the Port of Skagit County dated 1 August 1997. Note: Adjacent is as defined in 33 CFR Part 328.3(c). In the riverine systems, a line is drawn perpendicular to the river at the break between lower and upper perennial river systems. This NWP can be used in those wetlands upstream of this line only. VW These systems are defined in the Definition section of this SPN. 2. The permittee must notify the District Engineer in accordance with General Condition 13 for mechanized landclearing in a forested �` wetland for the construction of a substation(s). sk Regional Conditions for NWP 12(iii) - 1. In addition to being restricted from use in tidal waters of the o. United States (defined in 33 CFR Part 328.4(b)), this NWP is not authorized for use in the non-tidal waters of the United States listed below. An individual permit application must be submitted aw for any proposed work in these designated areas: a) Wetlands adjacent to lower perennial riverine systems (see Note below); or b) Coastal dunal wetland systems along the coast of Washington except for within the city of Long Beach provided the project is consistent with the approved "City of Long Beach Dune Management Report", or c) Playa lakes, prairie potholes, vernal pools, kettles, and camas prairie wetlands or within 100 feet of any such system; or d) In "Protected High-Functioning Wetlands"as identified in the Skagit WIN Phase lll: Wetland Management Plan for the �• Port of Skagit County dated 1 August 1997. NOTE: Adjacent is as defined in 33 CFR Part 328.3(c). In the aw riverine systems, a line is drawn perpendicular to the river at the break between lower and upper perennial river systems. This W 5 ow NATIONWIDE PERMIT/CORPS SEATTLE DISTRICT/7 JUNE 2000 rw NWP can be used in those wetlands upstream of this line only. These systems are defined in the Definition section of this SPN. Regional Conditions for NWP 12(iv) — 1. In addition to being restricted from use in tidal waters of the United States (defined in 33 CFR Part 328.4(b)), this NWP is not authorized for use in the non-tidal waters of the United States listed below. An individual permit application must be submitted for any proposed work in these designated areas: r a) Wetlands adjacent to lower perennial riverine systems (see Note below);_ or b) Coastal dunal wetland systems along the coast of wr Washington except for within the city of Long Beach provided the project is consistent with the approved "City of Long Beach Dune Management Report", or c) Lakes, playa lakes, prairie potholes,.vernal pools, kettles, and camas prairie wetlands or within 100 feet of any such system; or +► d) In "Protected High-Functioning Wetlands"as identified in the Skagit WIN Phase Ill: Wetland Management Plan for the Port of Skagit County dated 1 August 1997. NOTE: Adjacent is as defined in 33 CFR Part 328.3(c). In the riverine systems, a line is drawn perpendicular to the river at the break between lower and upper perennial river systems. This NWP can be used in those wetlands upstream of this line only. These systems are defined in the Definition section of this SPN. ot 2. For the construction of access roads, the permittee must notify the District Engineer in accordance with General Condition 13 if any of the following criteria are met: (a) the loss of greater than 1110th of an acre; (b) footprints wider than 12 feet; (c) mechanized land clearing in a forested wetland EPA 401 Certification — Partially denied without prejudice. An individual 401 Certification is required for projects or activities authorized under this NWP if required by any EPA Regional General 401 Conditions and for projects or activities that will affect the following: 1. Any linear wetland impact area more than 40 feet wide (impacts due to trenching, construction, staging areas, etc.). 6 NATIONWIDE PERMIT/CORPS SEATTLE DISTRICT/7 JUNE 2000 aw 2. Any excavation or dredging activities affecting open water areas (e.g., trenching across streams). 40 3. Any project or activity that will replace wetland areas with more than 1/10 of an acre of new or additional permanent impervious surfaces (e.g., concrete, gravel, asphalt, etc). Puyallup Tribe and Chehalis Tribe 401 Certification — Denied without prejudice. An individual 401 Certification is required for all Section 404 activities. State 401 Certification —Partially denied without prejudice. An individual 401 Certification is required for projects or activities authorized under this NWP if required by any State Regional General 401 Condition and for projects or activities that will affect the following: 1. Any one wetland impact area more than 40 feet wide (impacts *W due to trenching, construction, staging areas, etc.) 2. Any excavation or dredging activities affecting open water areas (e.g., trenching across streams). 3. Any project or activity that will replace wetland areas with more than 1/1 0th of an acre of new or additional permanent impervious surfaces (e.g., concrete, gravel, asphalt, etc). CZM Consistency Response — Partially denied without prejudice. An individual CZM Consistency Response must be obtained for projects that the Seattle District has not yet determined are in compliance with ESA, or that require individual 401 Certification, and that are located within counties in the coastal zone. Consistency with CZM cannot be determined until any necessary consultation or concurrence required under ESA is completed. The State's CZM review will start upon completion of ESA requirements. ,o. MV 7 -lil lilll -1 n FU FT 24 MTP Ln P OJ c 1:�F FF`�J-LLLU NE �y 2� 2 HIGATE LIFT STATION ELIMINATION VICINITY MAP --).000 - Y-6 b3 �7 W03840 Mgaa S+ WWI :a*FI*W(12/12196)ACIi ON am i 0 A I I a Z ! m m o i ri m 0 ` i D • s s:ss i'�j i SP-9 (�/ _ 1 1 �,�r�•ppt F}+ ...r,l SP•7 i e s 111'1b ( s ; ' 1 sp.- ' Owl SP.5S4. Ditch _ — i o C E I D i �' 4 '# I r 9i i s D t 1 ; I z i `rr� •�i ° al sP i ! i^1 S �i Ditch IIAW C. r7l i II I j ;1 + IffI ' 3 i � � � � �2 •I I �O�r�n � I a ! +r •----rte. air I � ;, F I --•__—,`" -.—..� w NE 20th Street �— �sP 4 1 aw Q 1 i i m m G a YID d x ni a T C m n ?i 3 ? g 10 m W m m m +rw m J CL CL CO o m a c c n w � d q � ow a \NWU-27-2109 was sRD"" — n�j CITY OF WAS RENTON HIGATE LIFT STATION ELIMINATION -.r mn o7,ruM Planning/9WIE�nq/PEON[ RI.. 0 W.K. I ~� PLAN&PROFILE 9 10. RMSWN BY 08TE MPR �+ °"�°�• - 7„6 / I u 0 0 0 9 iC n E%ISr G MaRROLE ° ° 5 a 0 D s.�S Z51 Rf o I + iE 237900 �°-! E 130 571. _ E 1303571.17 N 003328E I91.99' Q.IOI+E$�K nE F'E� R 00'3S'DI'E 611.33' W Z JONES AVE. NE m m -- ---- m 2 _ ......L I. ..�... _.__. .:.. m .. .. o ow cn --i. .8= 2 j1 :ig En O E DRm—E-Dirt. ......p .. ..... .. ...... n �'"1�.�<y��1 _ D \ \BOON°ear N O r ,T anOM rTl -T, \n (n oe m o4 , kn \ O � � z • p o as / 8 16'DEED / n Ca TOO y •np 3 • z 3 n n • nC n N ov y S � n n z €O _ z�n > n <2 Z ; - 9e 16'OEGO MN./ ST 5 D3 73 2 5 Li.. ~ .... ...OUSR z � _TT 51'MH D . ' - DiRr PERM IE(W)24038 } . IE S)3+0.18 ...... o m z n u t+ MATCH UNE STA 5}60 SEE SHEET 3o ZE \� v 0 1w ro 216.j AS SHOWN CITY OF 999 "N RENTON HIGATE LIFT STATION ELIMINATION oATUN NN. WE-N BY DATE APPR oNC 0,�, onrimq/Bu��alnq/PUE69 WorMa DePE PLAN&PROFILE �9»C 3�6 MATCH LINE STA 5+60 SEE SHEET 2 MATCH LINE STA 5+60 SEE SHEET 2 ii1M aw ~ o am rb1' m, .... .... ..... ..... ...... m r-1 I °- rs _ �g�a vA' I I• Sa z $ z f pox a—° �' N 0 g„ �$_$ o N m t^ � e - o D s_' 'F o.. °LS»Lo,TN :O h .. ... ... �p N nnuia:Lrn m m _ ° ; m T m a oas CE SWgc ..... _� .. O z m a- U . S. Co ;L ii (.� ....... `\ g a Z o N 7WI1' _. .. 0. ..._ ....... no > gay. m B E R R i E low ........ ....... .... V AR� y m > z 1 mn- �i B og Yp o N i As tw y �mAt n I �� , n a 20•r�R 5 I. ... �occo.�iz'.vciE z$ > my WETEANB - R WEnANO BUr(E ow �hgFg6° - -ioE_v _I e V I �V�rr�A n 8., 6•WATER I F6f��969.11 E 20TH ST S � Q 9 HE 39TH:Si �I �• 5— N!919'11•E 101.1� B•PVC - SEE r6H C 93 9.].5 lT "V D L - =o -.Dirt» (� m .rte vrdU—ci'-216x.. 999 RENTON HIGATELIFT STATION EUMINATION — vla�may/e�aa„9/vNex�wmx.aw. PLAN&PROFILE aCwslDa RR DATE APPR ^•• ���• 6 �o JONES AVE NE l5 $ p 71111) __ _ ....... ' E 5I T 4w 5 �,SR.1.10 9T / ....E(E)2!.I Aw • u ,WIV : wrE rosr • _ — � a . .. ...a ...... c R ccess Dar. dw ------ o •D is�q u�>c I I � R Da. N Z n r RR a�g & ka z m'm aSRS� I ^ ng gP9 E N 3 51 tl-99 —1.91, Ra 15 LT - RT 6ANIia]/5NAU0 M R5 hn= CZ N STANOAA0 DETAIL BR-37 � .71((vN��216 51 CONNECT TO Ex.55 i0 wEST _ �{ '------u-- fl IE(E)1a591 � ^ N= CP E cN)j15.] .> m m i ... ". ...'...........CONNECT TO USTIMO uN .....,: $�ao o m .I ....._.N z r5 [x15 T. mN • ]Ri • :IE(W) awx — , ^me — o,m y$• N c °i .......... ......:.. .......... ...... .. z=HrSNz •- z < o ... ° -Q? z °�maza (n •m �' rrI gn o3'pQ I - i GRA w'! ,R Km CA CA F C3 & VOp, 'O W O y Nationwide Permits /Seattle District/ 7 June 2000 aw CONDITIONS FOR NATIONWIDE PERMITS National Conditions. The following general conditions must be followed in order for any authorization by an NWP to be valid: 1. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proper Maintenance. Any structure or fill authorized shall be properly maintained, including maintenance to ensure public safety. 3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the "' earliest practicable date. 4. Aquatic Life Movements. No activity may substantially disrupt the movement of those species of aquatic life indigenous to the waterbody, including those species which normally migrate through the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 5. Equipment. Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. r 6. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions which may have been added by the division engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the State or tribe in its Section 401 water quality certification and Coastal Zone Management Act consistency determination. 7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System; or in a river officially designated by Congress as a "study river" for possible inclusion in the system, while the river is in an official study status; unless the appropriate Federal agency, with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation, or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). r 8. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. Nationwide Permits / Seattle District 17 June 2000 9. Water Quality. (a) In certain States and tribal lands an individual 401 water quality certification must be obtained or waived (See 33 CFR 330.4(c)). (b) For NWPs 12, 14, 17, 18, 32, 39, 40, 42, 43, and 44, where the State or tribal 401 certification (either generically or individually) does not require or approve , a water quality management plan, the permittee must include design criteria and techniques that will ensure that the authorized work does not result in more than minimal degradation of water quality. An important component of a water quality management plan includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality. Refer to General Condition 21 for stormwater management ri requirements. Another important component of a water quality management plan is the establishment and maintenance of vegetated buffers next to open waters, including streams. Refer to General Condition 19 for vegetated buffer ft requirements for the NVVPs. 10. Coastal Zone Management.. In certain states, an individual state coastal zone management consistency concurrence must be obtained or waived (see Section 330.4(d)). 11. Endangered Species. (a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act, or which will destroy or adversely modify the critical habitat of such species. Non-federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or is located in the designated critical habitat and shall "` not begin work on the activity until notified by the District Engineer that the requirements of the Endangered Species Act have been satisfied and that the activity is authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat, the notification must include the name(s) of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of formal or informal consultation with the FWS or NMFS, the District Engineer may add species-specific regional endangered species conditions to the NWPs. (b) Authorization of an activity by a nationwide permit does not authorize the 4r "take" of a threatened or endangered species as defined under the Federal Endangered Species Act. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, ,. Nationwide Permits / Seattle District/ 7 June 2000 etc.) from the U.S. Fish and Wildlife Service or the National Marine Fisheries '� Service, both lethal and non-lethal "takes" of protected species are in violation of the Endangered Species Act. Information on the location of threatened ow and endangered species and their critical habitat can be obtained directly from the offices of the U.S. Fish and Wildlife Service and National Marine Fisheries Service or their world wide web pages at http://www.fws.gov/r9endspp/endspp.html and http://www.nfms.gov/prot_res/esahome.htmi, respectively. 12. Historic Properties. No activity which may affect historic properties listed, or eligible for listing, in the National Register of Historic Places is authorized, until the DE has complied with the provisions of 33 CFR part 325, Appendix C. The dw prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed, determined to be eligible, or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places, and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places (see 33 CFR 330.4(g)). For activities that may affect historic properties listed in, or eligible for listing in, the National Register of Historic Places, the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a) Timing: Where required by the terms of the NWP, the prospective permittee must notify the District Engineer with a preconstruction notification (PCN) as early as possible. The District Engineer must determine if the PCN is complete within 30 days of the date of receipt and can request the additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the District Engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the District Engineer. The prospective permittee shall not begin the activity: (1) Until notified in writing by the District Engineer that the activity may ' proceed under the NWP with any special conditions imposed by the District or Division Engineer; or (2) If notified in writing by the District or Division Engineer that an individual permit is required; or Nationwide Permits / Seattle District/ 7 June 2000 ; (3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Notification: The notification must be in writing and include the following information: (1) Name, address, and telephone numbers of the prospective permittee; " (2) Location of the proposed project; (3) Brief description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity; and (4) For NWPs 7, 12, 14, 18, 21, 34, 38, 39, 40, 41, 42, and 43, the PCN must also include a delineation of affected special aquatic sites, ; including wetlands, vegetated shallows (e.g., submerged aquatic vegetation, seagrass beds), and riffle and pool complexes (see paragraph 13(f)); w (5) For NWP 7, Outfall Structures and Maintenance, the PCN must include information regarding the original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed. (6) For NWP 14, Linear Transportation Crossings, the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the United States and a statement describing how temporary losses of waters of the United States will be minimized to the maximum extent practicable. (7) For NWP 21, Surface Coal Mining Activities, the PCN must include an Office of Surface Mining (OSM) or state-approved mitigation plan. (8) For NWP 27, Stream and Wetland Restoration, the PCN must include documentation of the prior condition of the site that will be reverted by the permittee. (9) For NWP 29, Single-Family Housing, the PCN must also include: �w Nationwide Permits / Seattle District/ 7 June 2000 (i) Any past use of this NWP by the individual permittee and/or the permittee's spouse; (ii) A statement that the single-family housing activity is for a personal residence of the permittee; (iii) A description of the entire parcel, including its size, and a delineation of wetlands. For the purpose of this NWP, parcels of land measuring '/ acre or less will not require a formal on-site ,,. delineation. However, the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property. For parcels greater than % acre in size, a formal .. wetland delineation must be prepared in accordance with the current method required by the Corps. (See paragraph 13(f)); (iv) A written description of all land (including, if available, legal descriptions) owned by the prospective permittee and/or the prospective permittee's spouse, within a one mile radius of the .. parcel, in any form of ownership (including any land owned as a partner, corporation, joint tenant, co-tenant, or as a tenant-by-the- entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10) For NWP 31, Maintenance of Existing Flood Control Projects, the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year (or less) maintenance plan. In addition, the PCN must include all of the following: OW (i) Sufficient baseline information so as to identify the approved channel depths and configurations and existing facilities. Minor deviations are authorized, provided the approved flood control protection or drainage is not increased; (ii) A delineation of any affected special aquatic sites, including wetlands; and, (iii) Location of the dredged material disposal site. (11) For NWP 33, Temporary Construction, Access, and Dewatering, the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources. (12) For NWPs 39, 43, and 44, the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization of losses of waters of the United States were achieved on '"� the project site. Nationwide Permits / Seattle District/ 7 June 2000 ; (13) For NWP 39, Residential, Commercial, and Institutional Developments, and NWP 42, Recreational Facilities, the PCN must include a compensatory mitigation proposal that offsets unavoidable losses of waters of the United States or justification explaining why compensatory mitigation should not be required. ` (14) For NWP 40, Agricultural Activities, the PCN must include a compensatory mitigation proposal to offset losses of waters of the United States. (15) For NWP 43, Stormwater Management Facilities, the PCN must include, for the construction of new stormwater management facilities, a maintenance plan (in accordance with State and local requirements, if applicable) and a compensatory mitigation proposal to offset losses of waters of the United States. (16) For NWP 44, Mining Activities, the PCN must include a description of all waters of the United States adversely affected by the project, a description of measures taken to minimize adverse effects to waters of the United States, a description of measures taken to comply with the criteria of the NWP, and a reclamation plan (for aggregate mining activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities). (17) For activities that may adversely affect Federally-listed endangered or threatened species, the PCN must include the name(s) of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that may be affected by the „ proposed work. (18) For activities that may affect historic properties listed in, or eligible for r. listing in, the National Register of Historic Places, the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. (19) For NWPs 12, 14, 29, 39, 40, 42, 43, and 44, where the proposed work involves discharges of dredged or fill material into waters of the United �► States resulting in permanent, above-grade fills within 100-year floodplains (as identified on FEMA's Flood Insurance Rate Maps or FEMA-approved local floodplain maps), the notification must include documentation demonstrating that the proposed work complies with the appropriate FEMA or FEMA-approved local floodplain construction requirements. ` Nationwide Permits / Seattle District/ 7 June 2000 (c) Form of Notification: The standard individual permit application form (Form ENG 4345) may be used as the notification but must clearly indicate that it is a PCN and must include all of the information required in (b) (1)-(19) of General Condition 13. A letter containing the requisite information may also be used. (d) District Engineer's Decision: In reviewing the PCN for the proposed activity, the District Engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. The prospective permittee may, optionally, submit a proposed mitigation plan with the PCN to expedite the process and the District Engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, the District Engineer will notify the permittee and include any conditions the District Engineer deems necessary. Any compensatory mitigation proposal must be approved by the District •• Engineer prior to commencing work. If the prospective permittee is required to submit a compensatory mitigation proposal with the PCN, the proposal may be either conceptual or detailed. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the District Engineer will expeditiously review the proposed compensatory mitigation plan. The District Engineer must review the plan within 45 days of receiving a complete PCN �. and determine whether the conceptual or specific proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the District Engineer to be minimal, the District Engineer will provide a timely written response to the applicant stating that the project can proceed under the terms and conditions of the nationwide permit. If the District Engineer determines that the adverse effects of the proposed work are more than minimal, then he will notify the applicant either: (1) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2) that the project is authorized under the NWP subject to the applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level; or Nationwide Permits / Seattle District/ 7 June 2000 (3) that the project is authorized under the NWP with specific modifications or conditions. Where the District Engineer determines that mitigation is required in order to ensure no more than minimal adverse effects on the aquatic environment, the activity will be authorized within the 45-day PCN period, including the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included, or a mitigation plan is required under item (2) above, no work in waters of the United States will occur until the District Engineer has approved a specific mitigation plan. (e) Agency Coordination: The District Engineer will consider any comments from Federal and State agencies concerning the proposed activity's compliance with the-terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse effects on the aquatic environment to a minimal level. VI For activities requiring notification to the District Engineer that result in the loss of greater than '/2 acre of waters of the United States, the District Engineer will, upon receipt of a notification, provide immediately (e.g., via facsimile transmission, overnight mail, or other expeditious manner), a copy to the appropriate offices of the Fish and Wildlife Service, State natural resource or water quality agency, EPA, State Historic Preservation Officer „ (SHPO), and, if appropriate, the National Marine Fisheries Service. With the exception of NWP 37, these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they intend to provide substantive, site-specific comments. If so contacted by an agency, the District Engineer will wait an additional 15 calendar days before making a decision on the notification. The District Engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency, except as provided below. The District Engineer will indicate in the administrative rri record associated with each notification that the resource agencies' concerns were considered. As required by Section 305(b)(4)(B) of the Magnuson- Stevens Fishery Conservation and Management Act, the District Engineer will provide a response to National Marine Fisheries Service within 30 days of receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. Nationwide Permits / Seattle District/ 7 June 2000 Wetlands Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps. For NWP 29 see paragraph (b)(9)(iii) for parcels less than Y4 acre in size. The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore, the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps, where appropriate. 14. Compliance Certification. Every permittee who has received a Nationwide permit verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter. The certification will include: (a) A statement that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signature of the permittee certifying the completion of the work and mitigation. 15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the �► United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3 acre. 16. Water Supply Intakes. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material, may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17. Shellfish Beds. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material, may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. 18. Suitable Material. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material, may consist of unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.) and material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). Nationwide Permits / Seattle District/ 7 June 2000 19. Mitigation. The project muss: be designed and constructed to avoid and minimize adverse effects to waters of the United States to the maximum extent practicable at the project site (i.e., on site). Mitigation will be required when necessary to ensure that the adverse effects to the aquatic environment are minimal. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) Compensatory mitigation at a minimum 1:1 ratio will be required for all wetland impacts requiring a PCN. Consistent with National policy, the District Engineer will establish a, preference for restoration of wetlands to meet the minimum compensatory mitigation ratio, with preservation used only in exceptional circumstances. (b) To be practicable, the mitigation must be available and capable of being done considering costs, existing technology, and logistics in light of the overall r project purposes. Exarriples of mitigation that may be appropriate and practicable include, but are not limited to: reducing the size of the project; establishing and maintaining wetland or upland vegetated buffers to protect rr► open waters such as streams; and replacing losses of aquatic resource functions and values by creating, restoring, enhancing, or preserving similar functions and values, preferably in the same watershed; (c) The District Engineer will require restoration, creation, enhancement, or preservation of other aquatic resources in order to offset the authorized impacts to the extent necessary to ensure that the adverse effects on the aquatic environment are minimal. An important element of any compensatory mitigation plan for projects in or near streams or other open waters is the establishment and maintenance, to the maximum extent practicable, of vegetated buffers next to open waters on the project site. The vegetated buffer should consist of native species. The District Engineer will determine the appropriate width of the vegetated buffer and in which cases it will be required. Normally, the vegetated buffer will be 25 to 50 feet wide on each side of the stream, but the District Engineer may require wider vegetated buffers to address documented water quality concerns. If there are open waters on the project site and the District Engineer requires compensatory mitigation for wetland impacts to ensure that the net adverse effects on the aquatic environment are minimal, any vegetated buffer will comprise no more than 1/3 of the remaining compensatory mitigation acreage after the permanently filled wetlands have been replaced on a one-to-one acreage basis. In addition, compensatory mitigation must address adverse effects on wetland functions and values and cannot be used to offset the acreage of wetland losses that would occur in order to meet the acreage limits of some of the NWPs (e.g., for NWP 39, % acre of wetlands cannot be created to change a '/Z acre loss of wetlands to a % acre loss; however, '/z acre of created wetlands can be used to reduce the impacts of a 1/3 acre loss of wetlands). If Nationwide Permits / Seattle District/ 7 June 2000 the prospective permittee is required to submit a compensatory mitigation proposal with the PCN, the proposal may be either conceptual or detailed. (d) To the extent appropriate, permittees should consider mitigation banking and other appropriate forms of compensatory mitigation. If the District Engineer determines that compensatory mitigation is necessary to offset losses of waters of the United States and ensure that the net adverse effects of the authorized work on the aquatic environment are minimal, consolidated mitigation approaches, such as mitigation banks, will be the preferred method of providing compensatory mitigation, unless the District Engineer determines that activity-specific compensatory mitigation is more appropriate, based on which is best for the aquatic environment. These types of mitigation are preferred because they involve larger blocks of protected aquatic environment, are more likely to meet the mitigation goals, and are more easily checked for compliance. If a mitigation bank or other consolidated mitigation .. approach is not available in the watershed, the District Engineer will consider other appropriate forms of compensatory mitigation to offset the losses of waters of the United States to ensure that the net adverse effects of the authorized work on the aquatic environment are minimal. 20. Spawning Areas. Activities, including structures and work in navigable waters of the United States or discharges of dredged or fill material, in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., excavate, fill, or smother downstream by substantial turbidity) of an important spawning area are not authorized. 21. Management of Water Flows. To the maximum extent practicable, the activity must be designed to maintain preconstruction downstream flow conditions (e.g., location, capacity, and flow rates). Furthermore, the activity must not permanently restrict or impede the passage of normal or expected high flows (unless the primary purpose of the fill is to impound waters) and the structure or discharge of dredged or fill material must withstand expected high flows. The activity must, to the maximum extent practicable, provide for retaining excess flows from the site, provide for maintaining surface flow rates from the site similar to preconstruction conditions, and must not increase water flows from the project site, relocate water, or redirect water flow beyond preconstruction conditions. In addition, the activity must, to the maximum extent practicable, reduce adverse effects such as flooding or erosion downstream and upstream of the project site, unless the activity is part of a larger system designed to manage water flows. 22. Adverse Effects From Impoundments. If the activity, including structures and work in navigable waters of the United States or discharge of dredged or fill material, creates an impoundment of water, adverse effects on the aquatic system caused by the accelerated passage of water and/or the restriction of its flow shall '�"" be minimized to the maximum extent practicable. Nationwide Permits / Seattle District/ 7 June 2000 w 23. Waterfowl Breeding Areas. Activities, including structures and work in navigable waters of the United States or discharges of dredged or fill material, into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 25. Designated Critical Resource Waters. Critical resource waters include, NOAA- designated marine sanctuaries, National Estuarine Research Reserves, National Wild and Scenic Rivers, critical habitat for Federally listed threatened and endangered species, coral reefs, State natural heritage sites, and outstanding national resource waters or other waters officially designated by a State as having particular environmental or ecological significance and identified by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate additional critical resource waters after notice and opportunity for comment. ► (a) Except as noted below, discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, „ 35, 39, 40, 42, 43, and 44 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the United States may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General Condition 7. Further, such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the U.S. Fish and Wildlife Service or the National Marine Fisheries Service has concurred in a determination of compliance with this condition. ► (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with General Condition 13, for any activity proposed in the! designated critical resource waters including wetlands adjacent to those waters. The District Engineer may authorize activities under these NWPs only after he determines that the impacts to the critical ► resource waters will be. no more than minimal. 26. Fills Within 100-Year Flood Ip ains. For purposes of this general condition, 100- year floodplains will be identified through the Federal Emergency Management Agency's (FEMA) Flood Insurance Rate Maps or FEMA-approved local floodplain maps. (a) Discharges Below Headwaters. Discharges of dredged or fill material into waters of the United States resulting in permanent, above-grade fills within the 100-year floodplain at or below the point on a stream where the average annual flow is five cubic feet per second (i.e., below headwaters) are not authorized by NWPs 29, 39, 40, 42, 43, and 44. For NWPs 12 and 14, the 'f" • Nationwide Permits / Seattle District 17 June 2000 prospective permittee must notify the District Engineer in accordance with General Condition 13 and the notification must include documentation that any permanent, above-grade fills in waters of the United States within the 100-year floodplain below headwaters comply with FEMA or FEMA-approved local floodplain construction requirements. (b) Discharges in Headwaters (i.e., above the point on a stream where the average annual flow is five cubic feet per second). (1) Flood Fringe. Discharges of dredged or fill material into waters of the United States resulting in permanent, above-grade fills within the flood fringe of the 100-year floodplain of headwaters are not authorized by NWPs 12, 14, 29, 39, 40, 42, 43, and 44, unless the prospective permittee notifies the District Engineer in accordance with General Condition 13. The notification must include documentation that such . discharges comply with FEMA or FEMA-approved local floodplain construction requirements. (2) Floodway. Discharges of dredged or fill material into waters of the United States resulting in permanent, above-grade fills within the floodway of the 100-year floodplain of headwaters are not authorized by • NWPs 29, 39, 40, 42, 43, and 44. For NWPs 12 and 14, the permittee must notify the District Engineer in accordance with General Condition 13 and the notification must include documentation that any permanent, above grade fills proposed in the floodway comply with FEMA or FEMA- approved local floodplain construction requirements. Section 10 Only Condition 1. Removal, Relocation or Other Alteration to Structures. The permitee understands and agrees that, if future operations by the United States requires the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. Special Condition 1. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. Nationwide Permits / Seattle District/ 7 June 2000 ire, Corps Regional General Conditions 1. Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in bog and bog-like wetlands or just the bog or bog-like component of a wetland system (as defined in the Definition section of this Public Notice), except for projects provided coverage under the following NWPs: ■r NWP 3(i,ii) — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste NWP 40(a) — USDA program participant NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a). 2. Mature Forested Wetlands.. The use of NWPs is specifically prohibited in mature forested systems or just the mature forested component of a wetland system (as defined in the Definition section of this Public Notice), except for projects provided coverage under the following NWPs: NWP 3(i,ii) — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste NWP 40(a) — USDA program participant w NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a). rrr 3. Revegetation. Though applying to all NWPs where wetland vegetation is temporarily removed, this condition most often applies to NWPs 12, 13, 14, and 33 which require restoration and/or revegetation of the temporarily impacted areas or Work areas. This condition does not apply to any NWP authorizations which require a separate mitigation plan. �rrr Upon completion of the work authorized by the NWP, the site shall be replanted with the appropriate native upland or wetland vegetation during the first available planting season. Vegetation removal or destruction shall be held to the absolute minimum necessary. The applicant shall take appropriate measures to ensure revegetation success, as defined below. Success is defined as 80% of the planted area being covered with native species five years after construction is completed. If this standard is not equaled or exceeded, remedial measures (e.g., replanting, soil amendments, additional monitoring, etc.) may be required until success is achieved. Measures such as hydroseeding with annual or non-invasive grasses or groundcovers may be used for temporary erosion control err ,. Nationwide Permits / Seattle District/ 7 June 2000 4. Commencement Bay. An individual permit is required in the Commencement Bay Study Area (CBSA) for activities which would have qualified for the following NWPs: .. NWP 12 -- Utility Line Activities (substations and access roads) NWP 13 -- Bank Stabilization NWP 14 -- Linear Transportation Crossings �. NWP 23 -- Approved Categorical Exclusions NWP 29 -- Single-Family Housing NWP 39 -- Residential, Commercial, and Institutional Developments NWP 40 -- Agricultural Activities NWP 41 -- Reshaping Existing Drainage Ditches NWP 42 -- Recreational Facilities NWP 43 -- Stormwater Management Facilities The CBSA is located near the southern end of Puget Sound's main basin at Tacoma, Pierce County, Washington. The CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways, wetlands, and any other jurisdictional waters. From Point Defiance, the line runs southeast to State Route 7 (Pacific Avenue), then south to the centerline of 1-5; then east (northbound lanes) along 1-5 to the Puyallup River. The boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road (Melroy) Bridge. From the Puyallup River, the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's Point to the northwest, following the 100-foot contour elevation above sea level located east of Hylebos Creek and Marine View Drive. 5. Mill Creek Special Area Management Plan (SAMP). Within the boundaries of the (SAMP), only the following NWPs can be used in those areas designated as "Developable Wetlands": NWP 14 -- Linear Transportation Crossings NWP 23 -- Approved Categorical Exclusions •.r NWP 29 -- Single-Family Housing NWP 33 -- Temporary Construction, Access and Dewatering NWP 39 -- Residential, Commercial, and Institutional Developments awr NWP 40 — Agricultural Activities NWP 41 -- Reshaping Existing Drainage Ditches NWP 42 -- Recreational Facilities aw NWP 43 -- Stormwater Management Facilities Until the SAMP is approved, the users of these NWPs listed above (except NWP 40a.) must notify the District Engineer in accordance with General Condition 13 for gny acreage or volume proposed. Once the SAMP is approved, the "Notification" limits will be as specified in the individual NWPs. w. Nationwide Permits / Seattle District 17 June 2000 , Mitigation requirements for these projects must either be onsite or within the areas designated as "Preferred Mitigation Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management Plan, King County, Washington, dated April 2000. An individual permit is required for all proposals in "Developable Wetlands" that would have qualified for NWPs other than those listed above. w NWP 27, Stream Restoration and Enhancement Activities, can be used within the SAMP, but, must comply with the requirements found within the Mill Creek Special Area Management Plan, Kind County, Washington. The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek, (Auburn), Mullen Slough, Midway Creek, Auburn Creek, and the area bounded by 4th Street Northeast in Auburn on the south, and the Ordinary High Water mark of the Green River on the east and north. 6. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11, the following construction activity prohibitions apply to protect bald eagles, listed as threatened under the Endangered Species Act: (a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle nest, nocturnal roost site, or wintering concentration area, within the following seasonal work prohibition times. (b) No construction activity authorized under a NWP shall occur within 1/2 mile ,r BY LINE OF SIGHT of an occupied bald eagle nest or nocturnal roost site, within the following seasonal work prohibition times. Work prohibition times: (1) Nesting between January 1 and August 15 each year. (2) Wintering areas between November 1 and March 31 each year. rrr Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S. Fish and Wildlife Service (USFWS). Contact the USFWS to determine if a bald eagle nest, nocturnal roost, or wintering concentration occurs near your proposed project: West of Cascades: Olympia Office - (360) 753-9440 East of Cascades: Ephrata - (509) 754-8580 " or Spokane - (509) 893-8002 Mainstem of the Columbia River downstream from McNary Dam: Portland - (503) 231-6179 NOTE: If the bald eagle is delisted (6 July 2000 at the earliest), this regional condition will no longer be valid. ` .. Nationwide Permits / Seattle District/ 7 June 2000 Regional General 401 Conditions State 1. Soil Erosion and Sediment Controls. «w (a) For in-water construction activities: An individual 401 Certification is not required under this condition for projects or activities authorized under NWPs that will meet the following requirements of the water quality standards (WAC 173-201A-110): (1) All necessary local and State permits have been obtained; (2) Best Management Practices have been implemented; and, (3) Turbidity does not extend beyond the following limits: (a) Up to 100 feet downstream from the activity in waters flowing up to �.. 10 cfs (cubic feet per second) at the time of construction; (b) Up to 200 feet downstream from the activity in waters flowing .. between 10 cfs to 100 cfs at the time of construction; (c) Up to 300 feet downstream from the activity in waters flowing above •• 100 cfs at the time of construction; or, (d) A radius of up to 150 feet for projects or activities within or along an lakes, ponds, wetlands, estuaries, marine waters or other non- flowing waters. .m For WDOT in-water construction projects or activities, an individual 401 certification is not required for those projects or activities in compliance with the Ecology approved Implementing Agreement regarding compliance with .» the State of Washington Surface Water Quality Standards. Applicants whose projects or activities will not or do not meet the above No requirements must contact Ecology to request issuance of an individual 401 Certification or a modification to the water quality standards pursuant to WAC 173-201A-110. (b) For upland and wetland construction activities: An individual 401 Certification is not required under this condition for projects or activities authorized under NWPs that meet the applicable turbidity standards in adjacent waterbodies (per WAC 173-201A-030). ww Nationwide Permits / Seattle District/ 7 June 2000 , For WDOT projects or activities authorized under NWPs, an individual 401„ certification is not required under this condition for projects or activities that are in compliance with the most current applicable WDOT Highway Runoff Manual and the Ecology-approved Temporary Erosion and Sediment Control (TESC) document for project site plans. Applicants whose projects or activities will not or do not meet the above requirements must contact Ecology to request issuance of an individual 401 ` Certification or a modification to the water quality standards pursuant to WAC 173-201A-1 10. 2. Stormwater Provisions. An individual 401 Certification is not required under this condition for any project or activity authorized under NWPs complying with applicable provisions of: (a) the stormwater-related conditions of an HPA issued for the project or activity; ,i or, (b) the most current Ecology-approved version of the Puget Sound Stormwater Manual, the WDOT Highway Runoff Manual, or any other Ecology-approved local stormwater manual. Compliance may be determined by submitting a - letter signed by a professional engineer certifying that the stormwater design meets the applicable manual. 3. Compliance with requirements of the National Pollutant Discharge Elimination System (NPDESJ. An individual 401 Certification is required for and project or activity authorized under NWPs that are not in compliance with all applicable requirements of a general or individual NPDES permit. 4. Projects or Activities Discharging to Impaired Waters. An individual 401 Certification is required for projects or activities that will discharge to a waterbody r on the state's list of impaired waterbodies (the 303(d) list) if the discharge will result in further exceedances of the 303(d)-listed contaminant or will result in further impairment of the listed reason for impairment of that waterbody, except as + described below: (a) For projects or activities that will discharge to a 303(d)-listed waterbody that has an approved Total Maximum Daily Load (TMDL), an individual 401 Certification is not required under this condition if the applicant provides documentation for Ecology approval showing that the discharge is within the limits established in the TMDL. rr .. Nationwide Permits / Seattle District/ 7 June 2000 (b) For projects and activities that will discharge to a 303(d)-listed waterbody that does not have an approved Total Maximum Daily Load (TMDL), an individual 401 Certification is not required under this condition if the applicant provides documentation for Ecology approval showing that the project or activity will .� not result in further discharges of the listed contaminant or further impairment of the listed reason for impairment. Note: For example, if a waterbody is on the 303(d) list foT exceeding the water quality criteria for fecal coliform, applicants must provide documentation showing that the proposed project will not result in further fecal coliform exceedances in that waterbody or individual 401 Certification will be required. When an individual 401 Certification is required for projects or activities that would result in further exceedances or impairment in 303(d)-listed waterbodies, Ecology may issue a 401 Certification if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody. This determination would be made during individual 401 Certification review. 5. Notification. For projects or activities that will require individual 401 Certification, applicants must provide Ecology with the documentation provided to the Corps (as described in Corps National General Condition 13), including, when applicable: (a) Delineation of special aquatic sites, including wetlands. [Note: delineation should also be provided for areas described in local Critical Areas Ordinances, such as riparian zones, locally-significant wetlands, shorelines of statewide significance, etc.] •�• (b) Proposed compensatory mitigation or restoration plans. (c) Proposed water quality and water quantity management measures (e.g., *+ proposed stormwater management plan and designs, proposed BMPs, etc.). (d) Endangered or threatened listed species that may be affected by the 4» proposed work. (e) Historic properties listed or eligible for listing in the National Register of d. Historic Places. (f) Site plans showing the 100-year floodplain. •w (g) Other applicable requirements of Corps National General Condition 13, Corps Regional Conditions, or notification conditions of the applicable NWP. Nationwide Permits / Seattle District/ 7 June 2000 , A request for 401 Certification is not complete until the applicable documents noted above have been provided to Ecology and Ecology has received a copy of the final ' authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program. err 6. Compliance Certification. Applicants must provide a copy of the compliance certification to Ecology whenever it is required to be submitted to the Corps (as described in Corps National General Condition 14). 7. Mitigation. 401 Certification is based on adequate compensatory mitigation being provided for wetland and other water quality-related impacts of projects or activities ` authorized under the NWP Program. An individual 401 Certification is required for projects or activities authorized under NWPs that do not receive written approval from Ecology of proposed mitigation plans for the following: (a) Any fill-related impacts to Category I wetlands or other high-quality wetlands including bogs, mature forested wetlands, vernal pools, camas prairie wetlands, playas, and prairie potholes. (b) Any fill-related impacts to tidal waters or to non-tidal wetlands adjacent to tidal waters. wr (c) Any Corps-required proposed compensatory mitigation plan (as described in Corps National General Condition 13) under NWPs 14, 39, 40, 42, and 43 for any fill-related impacts greater than '/4 acre. wr Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Guidelines for Developing Freshwater Wetlands Mitigation Plans and Proposals (Ecology Publication 94-29) and shall, at a minimum, include the following: (a) Evidence of wetland hydrology at the mitigation site. (b) Completion and submittal of an "as-built report" upon construction of the rr► mitigation. (c) Completion and submittal of monitoring reports at Years 3 and 5 showing the results of monitoring for wetland hydrology, vegetation types, and areal coverage of vegetation. (d) For projects proposing mitigation at an Ecology-approved mitigation bank, applicants shall provide a copy of the proposed impact and mitigation bank credit determination. ` •• Nationwide Permits / Seattle District 17 June 2000 Ow In addition to the above, WDOT projects and activities authorized under NWPs must comply with applicable provisions of the "Implementing Agreement between the Washington Department of Transportation and the Washington Department of Ecology Concerning Wetlands Protection and Management". 8. Temporary Fills. An individual 401 Certification is required for any project or activity authorized under NWPs that does not receive written approval from Ecology allowing temporary fill to remain in wetlands or other waterbodies for more than 90 days. The 90-day period begins when fill is first placed in the wetland or other waterbody. 9. Designated Critical Resource Waters. An individual 401 Certification is required for any project or activity authorized under NWPs in waterbodies on the most current list of the following Designated Critical Resource Waters (as described in Corps National General Condition 25 on page 101): .w (a) NOAA-designated marine sanctuaries. (b) National Wild and Scenic Rivers. (c) State natural heritage sites. In addition, an individual 401 Certification is required for any project or activity authorized under NWPs in any aquatic reserve established by WDNR or in any +• outstanding national resource waters or other waters officially designated by a State as having particular environmental or ecological significance and identified by the District Engineer after notice and opportunity for public comment. 10. Fills Within 100-Year Floodplains. An individual 401 Certification is required for any proposed project or activity authorized under NWPs that includes permanent, .w above-grade fill within the 100-year floodplain. 11. Standard 401 Certification Requirements. All permittees whose projects or activities receive 401 Certification are subject to the applicable requirements below: (a) Spill prevention and response: When operating equipment in or near wetlands or other waters of the State, extreme care shall be taken to prevent any petroleum products, chemicals, or other toxic or deleterious materials from entering the wetlands or other waterbodies. If a spill occurs, the operator shall immediately cease work, take steps to contain the material, and notify Ecology's appropriate regional office. Nationwide Permits / Seattle District 17 June 2000 wr` (b) Equipment fueling: Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc., shall be checked regularly for drips or leaks, and shall be maintained and stored to prevent spills into state waters. Fueling is to be done only in areas designed to contain spills and not within 50 feet of wetlands. ` (c) No wash water discharges: Wash water containing oils, grease, or other hazardous materials resulting from wash down of equipment or working areas shall be contained for proper disposal, and shall not be discharged into state waters or storm drains, unless authorized through a separate NPDES permit or state waste discharge permit. (d) Disposal of material: Construction debris and excess excavated or dredged material shall be disposed of at an upland location in a manner to prevent degradation of State waters. (e) Clean fill: Fill material used in projects or activities authorized under NWPs shall not result in exceedances of state water quality standards (WAC 173- 201A), including exceedances of the surface water quality numeric criteria, beyond the approved area of fill. Note: For example, fill material should not contain contaminants or toxic substances that would leach through the material and into wetlands or other surface waters of the state at rates or concentrations that exceed the surface water quality numeric criteria. (f) Identifying construction boundaries: Prior to clearing and grading in wetlands, the adjacent wetlands and waterbodies shall be protected from construction impacts. Construction fencing or flagging (using brightly colored tape at no less than twenty-five foot (25') intervals) of the existing wetlands and other waterbodies to be protected shall be completed prior to clearing. All project staff shall be trained to recognize construction fencing or flagging that identifies wetland boundaries. Equipment shall not be moved into or operated in wetlands or other waterbodies that are not authorized to be impacted. (g) Access: 401 Certification is based on NWP permittees providing access to project and mitigation sites upon request of Ecology personnel for site inspections, monitoring, or data collection to determine compliance with 401 certification conditions. (h) Liability. Any 401 Certification issued for projects or activities authorized under NWPs does not absolve the applicant from liability for contamination occurring as a result of construction or operations and for subsequent cleanup of surface waters or sediments. •r Nationwide Permits / Seattle District 17 June 2000 EPA 1. Soil Erosion and Sediment Controls. 401 Certification determination is based on the project or activity meeting established turbidity levels. EPA will be using as guidance, the State water quality standards [WAC 173-201A-110(3)]. Projects or activities that are expected to exceed these levels or that do exceed these levels will require individual 401 Certification. The water quality standards allow for short-term turbidity exceedances after all tw necessary Best Management Practices have been implemented (e.g., properly placed and maintained filter fences, hay bales and/or other erosion control devices, adequate detention of runoff to prevent turbid water from flowing off-site, providing do a vegetated buffer between the activity and open water, etc.), and only up to the following limits: to (a) Up to 100 feet downstream from the activity in waters flowing up to 10 cfs (cubic feet per second) at the time of construction; (b) Up to 200 feet downstream from the activity in waters flowing between 10 cfs to 100 cfs at the time of construction; or +� (c) Up to 300 feet downstream from the activity in waters flowing above 100 cfs at the time of construction. 2. Compliance with Stormwater Provisions. 401 Certification of projects and activities authorized under NWP permits will use the applicable provisions of the most current Ecology-approved version of the Puget Sound Stormwater Manual, or w. the Washington State Department of Transportation Highway Runoff Manual on highway projects as guidance to meet water quality standards. 3. Compliance with requirements of the National Pollutant Discharge Elimination System (NPDES). For projects and activities requiring coverage under an NPDES permit, certification is based on compliance with the requirements of that permit.. Projects and activities that are not in compliance with NPDES requirements will require individual 401 Certification. i" 4. Projects or Activities Discharging to Impaired Waters. Projects or activities that will discharge to a waterbody on the state's list of impaired waterbodies (the 303(d) list) require individual 401 Certification if the discharge may result in further exceedances of the 303(d)-listed contaminant or will result in further impairment. The current list of 303(d)-listed waterbodies is available on Ecology's web site at Ow http://www.wa.gov/ecology or by contacting Ecology's Federal Permits staff. w. Nationwide Permits / Seattle District/ 7 June 2000 For projects or activities that will discharge to a 303(d)-listed waterbody that does not have an approved Total Maximum Daily Load (TMDL), the applicant must provide documentation for EPA approval showing that the discharge will not result in further exceedances of the listed contaminant or impairment. For projects or activities that will discharge to a 303(d)-listed waterbody that does have an approved TMDL, the applicant must provide documentation for EPA approval showing that the discharge is within the limits established in the TMDL. EPA may issue 401 Certification determination for projects or activities that would result in further exceedances or impairment if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody. This determination would be made during individual 401 review. 5. Notification. For projects that will require individual 401 certification determination, applicants must provide EPA with the same documentation „p provided to the Corps (per Corps National General Condition 13), including when applicable: �r (a) Delineation of special aquatic sites, including wetlands. (b) Proposed compensatory mitigation or restoration plans. (c) Proposed water quality and water quantity management measures. r�r (d) Endangered or threatened listed species that may be affected by the proposed work. (e) Historic properties listed or eligible for listing in the National Register of Historic Places. (f) Site plans showing the 100-year floodplain. (g) Other applicable requirements of Corps National General Condition 13, Corps Regional Conditions, or notification conditions of the applicable Nationwide Permit. A request for 401 Certification is not complete until the applicable documents noted above have been provided to the certifying agency. 6. Compliance Certification. Applicants must provide a copy of the compliance certification to EPA whenever it is required to be submitted to the Corps (per Corps National General Condition 14). Nationwide Permits / Seattle District/ 7 June 2000 7.­ Suitable Material. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material, may consist of unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.) and material used .r for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 8. Mitigation. 401 Certification is based on adequate compensatory mitigation being provided for wetland and other water quality-related impacts of projects and activities authorized under the NWP Program. Compensatory mitigation is required under Corps General Condition 13 for projects and activities authorized under NWPs 14, 39, 40, 42, and 43. 401 Certification is subject to the applicant receiving written approval from EPA of the mitigation plan for projects and activities resulting in any of the following: (a) Any impacts to Category I wetlands; (b) Any impacts to tidal waters or non-tidal waters adjacent to tidal waters (applies to NWP 14); or, o. (c) Any impacts to wetlands greater than acre. Compensatory mitigation plans submitted for EPA review and approval shall be based on the guidance provided in Guidelines for Developing Freshwater Wetlands Mitigation Plans and Proposals (Ecology Publication 94-29) and shall, at a �+ minimum, include the following: (a) Evidence of wetland hydrology at the mitigation site; (b) Completion and submittal of an "as-built report" upon construction of the mitigation; (c) Completion and submittal of reports at Years 3 and 5 showing the results of monitoring for wetland hydrology, vegetation types, and areal coverage of vegetation. Projects and activities that do not receive written approval of their mitigation plan, or do not meet the conditions stated above, will require an individual 401 Certification. Note: Characterization of wetlands shall be based on field identification and using the "Washington State Wetlands Rating System, Western Washington, Second Edition", dated August 1993 (Publication 93-74) and "Washington State Wetlands Rating System, Eastern Washington", dated October 1991 (Publication 91-58) as guidance. Copies are available through Ecology's Publications Office at (360) 407-6000.) t Nationwide Permits / Seattle District/ 7 June 2000 ` 9. Management of Water Flows. 401 Certification of projects and activities ' authorized under NWP permits is based on guidance and/or compliance with th6 applicable provisions of the most current Ecology-approved version of the Puget Sound Stormwater Manual.. Projects and activities not meeting the applicable provisions will require individual 401 Certification. 10. Temporary Fills. An individual 401 Certification is required for any activity where temporary fill will remain in wetlands or other waterbodies for more than 90 days. The 90 day period begins when filling activity starts in the wetland or other waterbody. 11. Designated Critical Resource Waters. An individual 401 Certification is required for any proposed project or activity in waterbodies on the most current list of the Designated Critical Resource Waters per Corps National General Condition 25. Critical resource waters include, NOAA-designated marine sanctuaries, National Estuarine Research Reserves, National Wild and Scenic Rivers, critical habitat for Federally listed threatened and endangered species, coral reefs, and outstanding national resource waters or other waters officially designated by a Tribe as having particular environmental or ecological significance and identified by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate additional critical resource waters after notice and opportunity for comment. 12. Fills Within 100-Year Floodplains. An individual 401 Certification is required for any proposed project that would increase permanent, above-grade fill within the 100-year floodplain (including the floodway and the flood fringe). The 100-year floodplain is defined as those areas identified as Zones A, Al-30, AE, AH, AO, A99, V, V1-30, and VE on the most current Federal Emergency Management Agency Flood Rate Insurance Maps, or areas identified as within the 100-year floodplain on applicable local Flood Management Program maps. The 100-year flood is also known as the flood with a 100-year recurrence interval, or as the flood with an exceedance probability of 0.01. rr