Loading...
HomeMy WebLinkAboutContract Award Date: ,�,a-la�•v 0 Z- n CAG — 0 2 -/ 06, Awarded to: B O e,,.f+e ou-j ,S3„ t c c, �. Po gox i/JA-4 g3D.s ,k(cY . O Bidding Requirements, City of Renton s� Forms, Contract Forms, Conditions of the Contract, Plans and Specifications TO City of Renton Construction of: Thunder Hill Sanitary Sewer Pipeline Access Road Repair Project PROJECT NO. WWP-27-2766 City of Renton 1055 South Grady Way Renton, WA 98055 ... General Bid Information: (425)430-7200 City Contact: Mike Benoit (425)430-7206 Consultant Contact: Russ Snow,Hammond Collier&Wade-Livingstone (206)-632-2664 • sr =•«1 Printed on Recycled Paper Arttcher E. wmt irr Co &cf a. off1 r ; Ca1e, b oe(fch.e/- PO B6x Fq� aioNvi11.4)a9(73 �' pAoc 366- F3d 3143 33 - 3 ( - 2O ( fob Fore,mov: L3 rOLc / /oorc., PO Sox x.:39 A skfora Q / ,cP ply✓ cei( g2-S3 - 906 /)s/BO IV teLi�/C� MC, DOVICX-Ck DVS, fl p Bor 30(P-9 Kirrk laNk. totouct- r' r ac- i - 97y CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Thunder Hill Sanitary SewerAccess Road Repair Project PROJECT NO. WWP-27-2766 June 2002 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS 1NSLOh;S 41 u/nZ vmsoi- ;, %� igV WIN ,/;1tw 8610° e- -49/0N. AI.E_ I EXPIRES 11/8J Lro L CITY OF RENTON WASTEWATER UTILITY 1055 South Grady Way Renton, WA 98055 • Printed on Recycled Paper drr CITY OF RENTON WWP-27-2766 Thunder Hill Sanitary Sewer Pipeline Access Road Repairs •., CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders IMP Call for Bids *Bid Bond Form 41110 *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 was Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Standard Plans Geo-technical Recommendations for Pin Piles Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 ism voi W:Thunderhill/BIDSPEC/MAB air CITY OF RENTON «tr 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 osio 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 IMO employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation " of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996. wrr CITY OF RENTON: RENTON CITY COUNCIL: Imo N(ayor Council President "" Attest: City Cler! • Iw e:South kenton/BIDSPEC/MAB wr w. CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOLUTION NO. 3007 ,,,, The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, ,r„ staffing requirements, and in accordance with the Americans-With Disabilities Act and other applicable laws and regulations. (2) COOPERATION.WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt.of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT•POLICY -The.City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the 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 +rw . programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. • • CITY OF RENTON RENTON CITY COUNCIL: Mayor Counci President Attest: AXI City Clerk �' MIN CITY OF RENTON WWP-27-2766 •"` Thunder Hills Sanitary Sewer Pipeline Access Road Repairs SCOPE OF WORK w 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 construction of the following: •» • Resurfacing of 1,600 lineal feet of existing 10-foot wide access road. • 1,400 SF new rockery wall construction for streambank protection and stabilization. • Seven (7) new arch boulder weirs modeled after Washington State Department of Fish and .• Wildlife design standards. • Roadway washout repair/stream relocation/bank stabilization area. •• • Removals/disposals of±65 lineal feet of existing stream culvert piping and appurtenances, ranging in size between 36 inches and 48 inches and of various materials including CMP, steel, and RCP. • Three (3) new 4-foot wide glulam walkway and utility pipe support bridges with pin piles for abutment supports. • Replacement/relocation of±60 lineal feet of existing 8-inch diameter water main with new restrained joint,polyethylene encased ductile iron water main pipe, including deadman gravity blocks, fittings, and 26 LF of 18" OD steel casing with appurtenances. • 105 LF new 12'CPEP storm pipe and 25 LF new 4" corrugated polyethylene tubing drain lie pipe. • 70 tons of quarry spalls. • Two (2) Type 1 catch basins. • Two (2) new metal swing security gates. Any contractor connected with this project shall comply with all Federal, State, Country,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 sixty five (65) working days will be allowed ,•, for the completion of this project. \\CENTRAL\SYS2\DEPTS\PSPW\DIVISION.S\UTIIITTE.S\WASfE.WTR\W WP-27-2766 Thuoderhif Access Road\thunder0600.doc fii rr CITY OF RENTON WWP-27-2766 140 Thunder Hills Sanitary Sewer Pipeline Access Road Repairs 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 construction of the following: '• • Resurfacing of 1,600 lineal feet of existing 10-foot wide gravel access road. • 1,400 SF new rockery wall construction for streambank protection and stabilization. • Seven (7) new arch boulder weirs modeled after Washington State Department of Fish and Wildlife design standards. • Roadway washout repair/stream relocation/bank stabilization area. • Removals/disposals of±65 lineal feet of existing stream culvert piping and appurtenances, ranging in size between 36 inches and 48 inches and of various materials including CMP, steel, and RCP. • Three (3) new 4-foot wide glulam walkway and utility pipe support bridges with pin piles for abutment supports. • Replacement/relocation of±60 lineal feet of existing 8-inch diameter water main with new restrained joint, polyethylene encased ductile iron water main pipe,including deadman gravity blocks, fittings, and 26 LF of 18" OD steel casing with appurtenances. • 105 LF new 12'CPEP storm pipe and 25 LF new 4" corrugated polyethylene tubing drain pipe. • 70 tons of quarry spalls. • • Two (2) Type 1 catch basins. • Two (2) new metal swing security gates. Any contractor connected with this project shall comply with all Federal, State,Country, and City "`ie 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 sixty five (65)working days will be allowed for the completion of this project. OOP \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunde:0600.doc ill• .., ._, „z,` Q ,. L ,, ,,,/ '/ -I H Ill ¢ILEII LII ! U o E 1 rc i i i ` ro A 5, / NE 3<6 NO `qc cn 1 - Airport Woy ° //q ri NW 2nd N zrd yt �� S 132nd St pp,� 1- 0' ��, . .Qen STo GinEittist\___-1 ,, � c �O Ave o` /ctorio Ai q N ati r ` s _134-17 Sf o S end St 2nd `tom A dr an.s.,, ; 11 S 3rd St f 3 /-„,, o r , \cii .... a _ ` � if -,, ,,, .,p :), cy o. � 5th C- ,�r Q\ lP = --N, • O SW 7th St " ` Rh 111 -' 1 O�.vdo_L_____ )• , �th L7 A: SE 8 gth Q ¢ 8th / ei j— Oc iiii 4- • t i 10t = 5'�J .\0k\.\ S� t r°oY W°� ter'/ S Renton Village PI PROJECT Sti ti LOCATION S 15th St S'i'd 16th St ■ ;) nE rWMI ` `-`6 C'D `r) �e SE 16th PI O(' o S cn Q n r 4 80 > S17thiA 1 0 St wl► . o N I CO S 18th of N z o SW 19th St 167.'S 19th St SF , r co- a o. ii. Ln --c" Rollin a Fes. '>' SW 21St St n Q S 21St St ��-t Dr n o 1\ y o ( ( SEE 2611:+ St J SW 23rd St S 23rd St ��/ SE 161st St WO THUNDER HILL SANITARY SEWER up PIPELINE ACCESS ROAD REPAIR PROJECT VICINITY MAP INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Any omissions, discrepancies or need for interpretation should be brought,in writing, to the attention of the Project Engineer. Written addenda to clarify questions which arise then will iii 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 a shall in any way modify the contract documents,whether made before or after letting the contract. IN 3. The work to be done is shown in the plans and specifications. Quantities are understood to IN be only approximate. Final payment will be based on field measurement of actual quantities urr and at the unit price bid. The City reserves the right to add or to eliminate portions of that iii work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Customer Services Lti Department, sixth floor,Renton City Hall, 1055 South Grady Way. Bidders shall satisfy • themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the city of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders 1110 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 fil notice of intention to award contract. Should they fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall,upon request, furnish information to the City as to his fmancial and kW practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. \V:MVP-27-2766 Thunderhill Access Road\Thunder0600.doc tap l i 1 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 the forms enclosed herein and/or as identified within Specification Section 1-07.18. 13. The Contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, Contractor is required to supply information to the City of Renton on all chemical hazards that Contractor is bringing into the work place and thereby creating a potential for exposure to the City of Renton employees. lio 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage". t 16. Basis for Approval , The construction contract will be awarded by the City of Renton to the lowest,responsible, responsive bidder. The total price of Bid Items 1 through 18 will be used to determine the successful low responsive bidder. Bid Item 19, as it has no approximate quantity,will not be included in the determination of the lowest bidder. Bid Item 19 will be used to adjust payment,up or down, depending on the depths of the pin piles and therefore must have a bid price. Partial bids will not be accepted. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for ,,4,, the trench excavation that meet the requirements of the Washington Industrial Safety and li Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. { 18. Payment of Prevailing Wages VP In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers,workmen, or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist,between the CONTRACTOR and any laborers,workmen,mechanics, or subconsultants. The most recent issue of the prevailing wage rate are included within these specifications under section titled, "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is a 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. ige W:\W\VP-27-2766 Thunderhill Access Road\Thunder0600.doc top Po 4 ft 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 with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW,in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution 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 : i specifications except as may be exempted or modified by the City of Renton Transportation i Supplemental Specifications, Special Provisions, other sections of these contract documents. k,,, These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or I not. y 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 Ilr WSDOT/APWA standards shall be modified to read, "City of Renton",unless 11 specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards tti shall be detected and the measurement and payment provisions of Section 1- 's 09.14, Measurement and Payment (added herein) shall govern. 22. The provisions of Washington State Department of Fish and Wildlife Hydraulic Project iii Approval are a part of the contract documents and as such the Contractor shall familiarize and comply with the permit requirements. 23. Bidder Responsibility to It is the responsibility of each bidder to ascertain if all 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 t bid opening time. • Have you submitted, as part of your bid, all documents marked in the index as `Submit With Bid'? • Has a bid bond or certified check been enclosed? VI • Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? • Has the proposal been properly signed? , k • Have you bid on ALL ITEMS? • Have you reviewed the Prevailing Wage requirements? • Have you certified receipt of addenda,if any? W:\WWP-27-2766 Thunderhill Access Road\Thunder0600.doc of! /. , // ' P, CITY OF RENTON WWP-27-2766 .,, Thunder Hills Sanitary Sewer Pipeline Access Road Repairs CALL FOR BIDS +�w Sealed bids will be received until 3:00 p.m.July 17, 2002 at the City Clerk's office and will be opened and publicly read in conference room 511 on the 5th Floor, Renton City Hall, 1055 South Grady Way. mei The work to be performed within sixty five (65) working days from the date of commencement under this contract shall include but not be limited to: gip Resurfacing of approximately 1,600 lineal feet of gravel access roadway, two new metal swing security gates, culvert removals, stream reconstruction and new pedestrian walkway/utility support bridges at imp three locations, 130 lineal feet of 4" and 12" diameter storm sewer pipe, 60 lineal feet of new 8" diameter ductile iron water main, 26 lineal feet of 18" diameter steel casing pipe, two (2) Type 1 catch basins and 1,400 SF new rockery wall, jute matting, and plantings for erosion control and streambank protection at five locations. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. rrr Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady +•• Way,Renton,WA 98055. There is a non-refundable fee of$30.00 plus $2.58 tax (Total$32.58) for each set. No orders by mail will be accepted. No telephone orders will be accepted. .r Questions regarding this call for bids or the plan holders list should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project,please contact the Project Manager, Mike Benoit, at 1055 South Grady Way, Renton,WA 98055 or (425) 430-7206. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must .. accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disabilities Act Policies shall apply. Plan holder's list can be obtained online at ci.renton.wa.us/exec/bids.htm. &11/nCe .■1 (1)alteY -- Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce July 2, 2002 Daily Journal of Commerce July 9, 2002 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ 102 , '5 which amount is not less than five percent of the total bid. Sign here 4,1,6" Gf•!oI', Ca t e b 5 Know All Men by These Presents; ' 0 e-fE c - - c That we, Boettcher and Sons Inc. , as Principal, and Contractors Bonding and Insurance Co. as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of ***********5% of amount bid********* 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 Thunder Hill Sanitary Sewer Pipeline Access Road Repairs according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. July SIGNED, SEALED AND DATED THIS 17th DA Y OF Ju y , 20 02 . Boettcher and Sons Inc. } Principal Contr. 'o Bonding and Insurance Co. 4 :" Jeffrey L. Stewart Attorney In Fact Received return of deposit in the sum of$ WThundcrhit!/HIDSPEC/MAB 4 wr '1' °Oo o°��le°%0 -_-_ .0°, °o°o o'.__- uo :o° o ":,,o o°000 o �o°o°o o °°OOO o- -- ._- _,-- /, °00009 °^ °o��'_`►°0000°o°47:0 0 00 0 000°000 0 0�r000 oo°o o��o`o°oo°°O o�oa o o°o°ooh°o°o o°o 0000^o°o°o°o°o°�_�°o:o°o °o:°o°o oo��°o °o°o o°�_�°°o o°o°oo�'=•e o°9°0°0 ROND:b.0 e e d°o°o °o°°� o o°o° �o°o°o°e e°ono°o o°o°o°0 00�00 0 0°0°0°0°00�o°�o°o o°0 0 00�o°°o°o°0 0 00�00 o°oao°o o° °o°o°o a 0000 o°o°o°0 0 oe�o°o o°o°o°o o°ono° o°o°0 0 oo�oe°o°o°o°o a°°�e°e°o°��e°e°0°°066,11111:91M410° ° 0°°p p 0 0°0°0° o°°0°0°0°0°0°0 0°00 0°0°0°0°0 0°ova°00 000° 0:I f o°0�°°00°0°0°0°0°0 0°u�o°00 0°0°0°0°°0°0 0°00 0°°0°0°0 0°-00°0°0°0 0°0 0°0�°°00°0°0°0°0°0°0°0�°°00°0°0°o°0°O O°a°moo°00°0°0°0°0°°0°0�°°00°0°0°0°0°°0°0 0°0 o 0oo°e°0°� , ,;0°0000000000000gg;0000000000gg;00000000000g;g000000000$o;o;0000 0000$a;QOOOOOOOOO$o;0000000000g°;0000000000gg;0000000000g°•oo°000000000;og00000000$o;g°e°p0°ogoo° ,,�1i ,4,4ri�4�4r4,i� lk 9,iar414�4,0,io�o h9,Iqi°I4,4,4,00�o,0,O,4,414�4I4,i,0,o/4 0,4,4,4,4r4i4,4,4,0,0�o,0,a,4,4,4r4�4,4,oo�op,44I4r414l4,4,0,0L0,0,4,4,4,4r4I4,4,,010,4,4,4i4r4r4�4,$Vii0,0,44,41414,4,4,0,0 0,0,4,4,4141414,4,00w,0�4,4,4�4�4�4,0,0,0 '��°I °e° : : ,:4 e°e °° LIMITED POWER OF ATTORNEY ° :(1,:itigi YAP 1)1 • - ' o°°°°°°- INSURANCE _�°°°0°0°0 '#' ooei^°o°o� _ 000 00000°o 0°e - e°OO°°o°o o Oo o°eo 0000- 00 000000°° ';r;° Not Valid for Bonds Power of Attorney ° ,,,,,, �:S:: Executed On or After: MARCH 31ST, 2004 Number: 674824 aoo4i�, ;;, - °° o°o°eoo o ev] _°:,°°e°o °000 ° , ' ,, - `' RI;U) CAREFULLY' - to he used only with the hoed specified herein °e 0 0 0 o o° ] °oeee A valid original of this document must be printed on security paper with black,blue, and red ink,and must °°° '�; 000° -°'��° ,�' (I���1 bear the seal of Contractors Bonding and Insurance Company(the"Company").Only an unaltered original 'ooril'i,; dm ,;' °eoo 000_ of this power of attorney is valid- If a photocopy, the word "VOID" should appear clearly in one or more oQOOOO°',; 0°o°0 o°o °°o°0°e °°eeeeeo°o places- This Power of Attorney is valid solely in connection with the execution and delivery of the bond °o,°e°°°e° °iiiiil°°°°�° bearing the number indicated below,provided the bond is of the type indicated below,and is valid only if the °° bond is executed on or before the date indicated above. ^�1��)'1j r ' e o° o = oeoo e, ', °ee°ek- oo°e°°° -°°:oc°e° °o..000 KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute =e°°,°,°oo „' °000°000 -o:oop0 ,,, and appoint the following: JEFFREY L. STEWART, FRANK MCALLISTER, KEITH BEAN (Uao -o'I��O ;� 'I000 and KARLA JAGLA-REITZ its true and lawful Attorney(s)-in-Fact, with full power e° •w 0°0°00O and authority hereby conferred in its name, place and stead, to execute, °°°° ' :o e o o°°' _°00000000° ' °e°o°o°o o°o° _0 0 000 °e°°,vos acknowledge and deliver on behalf of the Company: (1) any and all bonds and _0000°o°o '.'; undertakings of suretyship given for any purpose, provided, however, that no ,eo°I�i�� °;f(0.11 such person shall be authorized to execute and deliver any bond or undertaking 1oim r o' °goge og oo°°° '';' °° that shall obligate the Company for any portion of the penal sum thereof in o °epe � 00000°°° - 0 0 0 0 0 0° o°ovo°o°0°0 0000000°. _o0 0000 eeooeo os excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall ° eeee lac.1>. eo;<°o°o° . have the authority to issue a bid or proposal bond for any project where, if a 000° liNit contract is awarded, any bond or undertaking would be required with penal sum kills°000 ooh' o ) ,45$:° in excess of $10,000,000; and (2) consents, releases and other similar °00°0, ' Ooo°O0°0° -�ooeoo °0°e°eoo°0e°- documents re uired b an obli ee under a contract bonded by the Company. This Cs°°°o°°°e°o °°o°e°o os q by g _.e° o e e o 00 00°oeoo appointment is made under the authority of the Board of Directors of the 000° „ �; 0oos. Company. _o vo°° '%! 0 o e s -0 00°0°°0 ' 0°0°0°0°0°0 �°,oo°o°o°o °p°o°o°o°000 �', °000°0 00°0°0 0 °00o°OO o0 --0 0 o°e°0° ,,I 000 eoo .-0000°° , i. to o0/o'!�H ,;' °00°0o 000.� �o°000°a0o° ii, o e e°00000' e°o°e a o e /i'f°0°pO ° 1�` -,": ' i°° CERTIFICATE -°°��l','0 0°0°30 a °%%e°e °^<ooso I, the undersigned secretary of Contractors Bonding and Insurance Company, a oo,°,0:°° . i i(((ii'I Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full 1o!!Q) 1)i; '‘ °oo°° v _0000eo° °epogoga0000 i force and effect and has not been revoked, and, furthermore, that the resolutions of the S o:egogo°°° °o°°o°0000 =°°°°o°°>° °o 0000 Board of Directors set forth on the reverse are now in full force and effect. ° �. ; 0000° ,°'hiss Bond Number o�vogeg°ge, e°ee°eo _ °ee> <°e°eo 00°°� o 000°c°0°c c'l(���e Signed and sealed this 17th day of July 2002 to 00;' �;1 0 oe:oo� p`�ti Valid 0000 '' , °oe _ ooe 0°0°0 0 ov J/�/� 0_ 0 00°Oo°000p0°o o .ie & oe�/ / ° °°000e � /Robert M.Ogle,Secretary .11;;S::':,, o o> CBIC • 1213 Valley Street•P.O.Box 9271 •Seattle,WA 98109-0271 _000 0 0°°° e°3I°o (206) 622-7053 • (800) 765-CBIC (Toll Free) • (206) 382-9623 FAX ,o:::°eo° eoe°, _e o:oe °0>oe a PoaLPOA.04-US101700 °° 1', wr I l�l�"a°,0444 !ee°,0044 Eee11111Monrp00�o�ore0arn► MITOanT�rprep�iadrnnrproro�oaiaOrmTprpretioren4marerTAr4T4WP ioro�oraraninrro° °e�ar4ir�n��e° oraiVAINr�ior°VoMIPI npOOroJ�o���l) ;% . ' 0°oo°co°�o°.°oo°e°�04°�o4°�eo"o°��e°�ed°�°�°�0e"o°�a°oe�°4<4e�°�ecoo.'eoo°fed°eo�0�0o°oc�o°oe�°�>4°�o6e000°�o o°hod<4°�°�00°00° 0 o°'°de�o�o�°000°_°000°hod°4°4°oeoo°.°0 0°'0�°�°�0�°0°00°x'0°�04°�o�°�°c�e�o 0°°�°4°�°�00°0o°.°p o°odod°�°�oioo°�00°400°4°po�oo^�°oo°0000°! ' 0°0 0°O Oo ems°o00e 0°0°0°00 0�0�0°0°0°0°0000 0�0 oo°e°o°0°0°00 0g0�o°o°o°o°o°°o°�oyeDO°°°o°o°°o°•a oy000°o°o°o°°o°�Dyo°o o°o°4 oho�°°o°o°o°o°eo e�00000 o°o°e°o ff oho Do°o°o°o°o°oo°�°o°°o o°o°o°off 0�o Do°o o°o°o°0j°�°�o°o°o°e°o°oj°�°Do o°o°o o o°e°o°0000°5∎ °:°,:e.°o°Oa:::°o°o°o o Z1°°°°:0000 o°'�:►°oo°°0000-oo°e°oevoo°��°°o°°oo vo°��°°o°°°00000°o�i° °o°o°o°o° "�o o°o 0000 o°�:oo•000 0 o^`�r'°o°o`O°0000:27∎oo°o°0 0iVEVo°o°o 0000 o-:i°:o°�Bd°o°o°o °°�Oo o°e ��°o°000�•►o°o 000°�•000 o°o°��o°o °o��o e 000��°oo°0 00 �'�°0000°000��.0::,0000°��:oo ��°00000��°oo Qo �� �7 o-4°o0��000 000°o 000 000°��" 000 000 ..°o �"� oeoo o°o°o --7:!:. 000 7-7-70°:::°'��o ��o �- 0°:::-°000 �4 0 '' o - o -" o o --'- o o 0 ,-- o -- o "" '° '"' o �� w� :. CITY OF RENTON WWP-27-2766 Thunder Hill Sanitary Sewer Pipeline Access Road Repairs 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. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti- trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND 11111 MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the W:Thunderhill/BIDSPEC/MAB err 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 .• pp C �,l n. Ci'�- S c�+°� n✓G, Name of Bidder's Firm Printed Name Ca f e-b 80e._ tic `ie✓' �cU 4e4x . Signature Address: PO ,86x gar L/4 J3•1- P' Names of Members of Partnership: a.► OR Name of President of Corporation Ccae,6 o che/' /p� rr�k o►�v� Name of Secretary of Corporation 0, C't njJAc Corporation Organized under the laws of � erk- VJa sk With Main Office in State of Washington at ksQ.c,t;uLtle,1 (,U 4 Subscribed and sworn to before me on this ( ? day of ,3?/f Y, 20 0 2—.,, ``�trirrrrii,,_�� ,t�`��' ,,,,,,R//,Q'; Notar Public in and for the S�e of Washingt n rr ``te Notary (Print) CY 7WM 12.1 /4)6 V ; A RV =t i= My appointment expires: /— /4----0 ¢- • c-f-k= PUBLIC ` -14-°�,``�&� 0� wNs am sill ali W:Thu nderhil1/B IDS PEC/MAB artr CITY OF RENTON . PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES THUNDER HILL SANITARY SEWER PIPELINE ACCESS ROAD REPAIRS ow (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.) TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. rc'f te..2,(/ f'howra-u0. 1 5-75"0 001. 1 Mobilization/Demo ilization i `.S.- 7.erO• Lump Sum $ - $eU,it ' , per Lump S (words) figures — 002. 1 Construction and As-Built Surveying Lump Sum $ `Tttx'-l.cJe, Thy / CO / a`60 Or- per Lump Sum (words) figures itiV 003. 1 Erosion Controls 't / Lump Sum $ ''rh,ti`'t'�ry 17"iN c i � 6 3` ?eta r3/`?oo. per Lump Sum (words) figures AM 004. 2 Metal Sw_irag,Security Gates Each $ i z. 116-c tS o ' 6—/D06 t D, d OD , ail per Each (words) figures 005. 105 12" CPEP torm Pipe r�� � t� flw Linear Foot $ (O r &p l 4�.f-5- l 0 y oZ 00 . per Linear Foot (words) figures „� 006. 25 4" Corrugated Polyethylene Drainage Tubin Drain Pipe LinearFoot $ - - I u)()n c&atL *-r$ () 3-0 0 , per Linear Foot (words) figures • 007. 2 Catch Basin -Type ��� Each $ N�. `F as le.).-t S `IC° 1900. per Each (words) figures OM 008. 965 Shoulder Ballast Material ��// Ton $ 1 u A i Gi.�" ®�l.df s' ��/ a�d i' —, per Ton !words) figures 009. 75 Gravel Borrow Ton $ "fl )eit)f I e- t y lvt Ls (t‘f 3' D,.v r , -f() a. -. `.. per Ton iv (words) figures 010. 70 4"-8" Quarry Spalls . Ton $ 1— ..%-1C- ./ ke(10 rS 0 ,z, cOG , per Ton (Words) figures .. 011. 1 Road Washout Repair, between STA 6+6 and STA 7+30 Lump Sum $ If,�tAbtlsw,it., '8 cur" Lis./4-a, 51)1 /0ILf ,, 10,476, per Lump Sum (words) figures WI Page 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES THUNDER HILL SANITARY SEWER PIPELINE ACCESS ROAD REPAIRS ms (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.) TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 012. 1 Culvert Pipe Removal/Utility Walkway Brid e,Area A,STA 8+30 Lump Sum $ f'8ctr`" /U 'i l.� 400 per Lump Sum (words) gures 013. 1 Culvert Pipe Removal/Utility Walkway Bride,Area B,STA 10+50 Lump Sum $ F6)u..•"-t"CA?^1 Ill-owl-a OOD /41, 600 . NO per Lump Sum (words) figures 014. 1 Streamside Restoration,between STA 11+60 and STA 11+90 ) per, or Lump Sum $ S eJ.e+i, tk UITo4..,&oNC, t-4.e-t'yA) 7l ® 7/4 0, per Lump Sum (words) figures 015. 1 Culvert Pipe Removal/Utility Walkway Bridge,Area C,STA 16+00 cy "' Lump Sum $ -rudely t, ` htc.0–aw�C AlbNe, A l G0O a 9O 0 per Lump Sum (words) figures 419M 016. 1 New 8"diameter water main replacem nt /�/ Lump Sum $ To w'�e, n/ - 7 AYO.. ' 6 06 < !/ 000 t per Lump Sum (words) €(gures rep 017. 1 18" OD x 0.375"Thick Steel C sing, Casing Spacers, and Lump Sum $ 11\t,e,L,,. rkacks-0,0e , 4 Af e. ,MA/4-a .3 3(90 30— per Lump Sum (words) fires 018. 1 Trench Safety Support Syste s 7 �/�qq Lump Sum $ "frh✓`,e. Th ec,,z'Ct,„ ro Ur- / 3 VOo 3 /00 f MI per Lump Sum (words) figures im• Subtotal J7('fit 1.26., 8.8% Sales Tax 14/J,9')I.d? Total ��Pvi a?2 Dek The following unit price shall be considered for any additive and deductive work for pin pile installations. The unit price a, shall include full compensation for the cost of labor, materials, equipment, overhead, profit, and any additional costs associated with the installation of the 2"diameter pin piles at the depths and locations shown on the plans. O 019. 2" Diameter, Schedule 80 Pin Pile $ lilk e ry " Uvn I r^ per Linear Foot (word figures Page 2 o BOND NO.LB9482 BOND TO THE CITY OF RENTON RECEIVED KNOW ALL MEN BY THESE PRESENTS: AUG - 9 2002 Boettcher and Sons, inc CITY OF RENTON That we, the undersigned UTILITY SYSTEMS rr . as principal, and Contractors Bonding and Ins. Co. corporation organized and existing under the laws of the State of Washington as a surety corporation, and qualified under the Iaws 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$ 187,097.08 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 Renton. Washington, this 22nd day of July , 2002 Nevertheless, the conditions of the above obligation are such that WHEREAS; under and pursuant to 'Public Works Construction Contract CAG-02-106 providing for construction of Thunder Hill Sanitary Sewer Pipeline Access Road Repairs. ' (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said at 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. Boettcher. and Sons, Inc. Contractors Bonding and Insurance Company Principal Surety fr Signature •fir Caleb Boettcher, President Jeffrey L. Stewart, Attorney In riict Title Title to Approved by Larry Warren 2!14.192 W:ThunderhillBIDSPEC/M AB err .:..:. ... .....:.•w e ° e „..,..,,,,,;•.° u. a°o °°,,.• °-o o°o;�,..ae..° o° °o0 0:,° �o°o°P°o°'aa°od,�.��0,4 P°oo40°3°o° '° ���.�` °ter°o c`y�° �'a✓o'a o' ►000,., ':�'►o°o'o°o°o `�°�e s s .... • G e d o s°...r°•°loo° 0 0 oocoa.a.yn„o°;°oO o,... o o�°,a oeo°,0 0 ..0'.D B&* S.co.oc°o 04x®000 c,,,:,,o°�'ie: �o`a°Oooe�A.000°°o�°°o P°o°d cam°°'°`d'c o o ,. 74, o°s o IT o e°000'�°a®c oo°e°a o°ooe °.cool:°,S°o°°°n°:,;.°+°.>°OO°o o°a o°c `'°o°°°e a°isA°se°o'o *,'000 dSCC°Opduq o'�.'�J000oe�e:,tiaap:0°o v�4 j?�®o?OOno�00yn�ipi C00 4°c�o®eo D'c 0o ee pn�_n�0a��0°�>v0000°°OO jomn�,00°-0egoo_;p00°OP OO��ao�o°COO°eq6;�°tiC 00QOC,0;,��,�D°oo00D�'e°epe...'o���e°00 pe0?�4�°�OCeo°° • Otig0tiP44n�0p0eW,6,',147 p40A0A00.d4 tTli °,5°50°e'��o P°eeos°*.71:Dfae°°Oej" °p DCOOO<.°4 o°0409°C00o0°0°°i..`°°0°9009°910,7eo°A°°9°99°0'9'°iia`"4060°59CJS0°or°°P0+1Wei J°o:D°00'o'',W 9°5°TA<NV.90 T ; )jj. , . . �°i QaPc �l � ' ���ali' l Plal ' '®S11 ll 1 lYll 11 fi 1 l d di911 11lt l l l l,i? 1 ° . . `yob o o II• :.... oo,Oe°•.... .. ' :0°,30,,,,I1:1:::1-: :.�,.:�ftC31�f0.5 :::: ... .. °o o°e a°0' •. oe ay LIl�1IED PUWER f� ATTORNEY. �00°4.•.. . .;:::•0110,' •:•'::-.C sp,00 , . •c°0:e°aaS ItsISURANCE.... .... ... 000. •• ° oe:oo,� .. . . ... :::::.:00' . .'°000000°6'�j :::4',°0• •;. . { Not Valid:••for Bonds� • .. Power of•Attorney . ....W: •�,���.. .. t 6827.84 • --ell') 'I;/ oo°�, Execu ed On or After:: JULY 31ST; 2004 Number: a o�•.� e 000�� . •.. .. = coal° 4°e°o e°°°°od°'' .. ... .. �.°,°°°,:000 ..• . , p°p°a c°..°,-: .. .. -000004 1,`. • ea:: q?�Oyood� READ CAREFULLY — to be used only t+t•ith the bond ,specified herein? _• I,• °e°°o o°e°`". --.v....O o°° . .Aloe.:o- _ , °'°°°°p' Only'an unaltered original of this Power of Attorney.document is valid.••A valid original':of this document'.is'printed :q;0° o°oo°oae a� �P$ o ° e°4=. •on gray security paper with black and red'ink and 'ears.the;seal'of Contractors Bonding•'a'nd Insurance Company .: • aP° � .• ID'1 o� �(the::":Company").The original document contains a:watermark with the letters"chic".embedded m:the paper rather . '::tt;±l1) Iii . '. 01 °°°°��- that.printed`upan it,The watermark appears:in.the blank space berieath;.the words"Limited Power of Attorney"at ° ��I; o°:P- the top of the document.and is visible when the document•:is held to the light. This:document is valid sole y in • . s *oae° 4S--°: connection•with.:the•execution add:delivery of the..bond bearing the number indicated below, and provided also = ope4?° ,.. .°a°;oeo;. •. - ;, o that the bond is of the type:indicated below.This document is valid only if.the bond is executed.`on or before the •• ' -�"' ,;:' it a, date indicated above: . —"OH 11,i '• q 4P / �OOO O1 ' KNOW..ALL NlEN 8Y THESE PRESENTS, that•the • C©iuupany dose :hereby make, constitute' ooe000°o' • c.1 - and appoint •the`-following: •J'EFFRE:7C"T:: STEWA]2T:,.. FRANC:MCAI;IiY STERy 'KEITH BEAN. °04°..l i.��. 9°°e D�io;7. . . ar :l�,1 o,c``oe; .,and KARLA JAGLA-RExTZ iC,s:.:true and 7;aCC'ful• �►ttorriey':(:s}=in:. Fact, with :full '' .,'•' °<o°g - ...and.authority.. hereby corkferred in its name'; 'place .and stead; to •execute 'vo° power ; a3�1° c,q c o .".� � '.. ,.. �: .. e°°fle°a°`,/. • 'o°q°JOOO°<-- COm an 1 an� •and all..bonds 'and.: �°J°'q; ..4 -• .acknowledge as�,d::del:. ... on:..behalf of"the:: p Y .(:.'); .. y _�"'°*°,0:' °°°000'.'. :undertakings: c.f suretyship gven' for:any•purpase,...::provided, howe..ver,' that no. I�; , 1 �)t such person .shall"be authorized •to execute end iieliver' any bond or undez't'aking' �=)U�)� �;; r .` 4°GO°°.a... •• e°°e,°eoa _'. that shall obl.:igate the Coimpany for any Orton of°•t:h� penal:'sum thereof:' 'in . - q• oo;; P 1` e 0 0 o Do°a- .. - ::ee o°°° °a°°�°�°°= excess of $1.©,':000,000; and provided,• fu.rther;;.that::`no Atctorn'ey�in�Fact shall:: 4�qp�>°Eq> P p°ye oT:' ,. °�e ao hive the authora.ty.:.to issue a. bid os prcpl3'sa'1 bond-fox. any project where;,: if a. ooe°°�, . ' gg�1� • 't 111 �: 'Contract-is .awarded; any' bond•or'•undertaking would;:be :required 'with penal •sum �o�;{�� �! .•„,NN d--: 'in excess o€ $10;000,0'104 and: (2) coinsen:te, releases,end.other'similar . . o i• l'ooe 000°. . ... Fin** '.documents re a,red by an obligee e•unde.r e..con'tract bo:ndad':by. the company ' This o0°ooe° C;u y �.:::..' . • - :°eA . Ooo#as - . • %,' °oea°, appointment is. iaade under.:the;:authc�rty:cf th+ee:'�oa7cei of •Di:r�ctcirs. of:the 9.go°o°° •;` ' (1 �,- C I,0::.> :: •ompany . is:::0 ° ° • : • • •:.. 6'::o:oP°�: • - .. • _ °000„o°°• . •- e0°0•o 000 °o- - 04 00• • a"11V�„oo �,.y 6' 11, ,. •• r.r -,r .. 0 oo0 0 0°' '. . . • °°• ..': oe° -, . - o q 0 0• ooe 1c P •� ` I RTIFICATE 4:: CE 0. coo : .. eo°'So •: I, the undersigned:secretary Of Contractors Bonding and Insurance Company, a..°9aaa°° (11�`on! Washington corporation, DO HEREBY CERTIFY that this'Power of Attorney•remains in full 0 111 jee :°�-..: c� e: v force and effect and has,•not been`revoked, and furthermore, that the resolutions of the �oovoo;�a;D• .k..,:',".}...,,..---1.. :. .. ,090. ' Board of Directors set forth or .the reverse are now m.full;force and:effect. ;.o°° . ..,4. �V° . . 0 11; . •• a°0°0°9°e o - Bond.Number :coo.A L8948� Si:ned and sealed this '. • day of .4tay 2002 • :;• OI►lr�.. � $' 2nd y ��igl���l� •; . > 1, oe°or °°-. . % 4's. ..„,,,,„4,e• o0 vo a V .. - e°°0 0• .�(/�..�+.f� '' 030• '''! Dooe oa°P^ - : • • .. : •Robert K.Eland,Secretary elgaeo 1,,.....• ,; �`�ieo� f "11))•l r' 4° C • 1 Valley Street•P.O.Box 927;1 •Seattle,..WA 98109-0271 .- °,° ' 1 ... 0 oOwo-':t..:. - ogee op° 44.. - 3..• ( (Toll Free) :+.::(800) 950,1558:FAX •: n°• ,. °a .. . . PoaLPOA:05 US060702 ..'0..•0 q;P 'fil °0 206 622-.7:05 soo 76scBlc i ';'ti: Pt 1 ,f fl. i 1 ,ll !t f 1 ! lilt ftit iw lllfitll!' ...lRlIwIl rltlptilf fil'!!lill fillwilliertli A?!!(7�ywf?imliw.41 ' ,t.��{o°v,Aflti E!!i!i°�O lllllf 1,OD.9.!111! q,, I11 0®0'■1 1 �Q i! q'2• t-4�0 ,A, 1 E�d l O�d �e Gpn.e 90°1 0 OGo.o?+::, 4 • 'w pia. �pe°Pea ”°J;dddbdbl�Q° °°odldd?ldo�°D;4?dddd,dl�+4p,=°r;dddddabo°D„n°edlddldlo�'ogddFFb!!°°�°cd°ridded.Q°pD.Oq�slddd!^o?D.0°adlddB 0°°.,,?dldddAa�p r;°,oedddddb° °°°gpd!ldddb°p,.°p4dddddblDD:�.O 00 ' is °*QF§Oyn°A°?r00°00°I Dp00�S0°°°�°?4400?OV°0°p°o>anJV.40A°OODApc°°mo°090'00GOO°.}rPO<p5�°4'•>;'s:�4jo0 4,:',.,?°:oo°ef°'O OeO.'o:::0°°00:�ti0�°'��°040000Laigio0°°Oa60°Ope00��popd0°q'O pro°-°igePo4oC°0°oocq°s°o''p VN . °::::4 ,. 0°°0°0°q°0°0°.Y s o°°O d o 0 Po .:0°0 h:41b S c°o r°J:�°ODO.t.(4°.°0°C n�o°J o00 O C j 6.o p4,:,• jam o,:,.. ..::P y ,,, 9�./°0."U°p..�e.o°o 00,p��c.,,:e.�° J"i�0°eC Op v r°u cQ0�eex q ,,,.%O°"4 010 A °0°J ng ir-T=°:°OO O'r O� Q .rx 00 O e°°zlr �O a°O 4'.--w O°Op 0. loop:O ooe* °400.;0 �'�0 AV 0O, eel ooe°00 ry�J O'O00 O ep rT° 9e�,^Oy n��°e°Oe°OJPOVe�i°e:0.8000 0 4°D°✓,re o e° °a.�°<P°°��: Certificate of Appointment and Resolutions of the Board of Directors The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attorney(s)-in-Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: 1 RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any Assistant Secretary, and any other employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee") may appoint attorneys-in-fact or agents with authority I as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking, recognizance,or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authorized Officer or Employee and attested and sealed(if a seal be required); or I (ii) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required)by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in- fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of 1 the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal I when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER,that all previous resolutions of the Board of Directors concerning powers of attorney and attorneys-in-fact remain in full force and effect; that all forms of powers of attorney I previously or in the future approved by the Board of Directors, including, but not limited to, so called "fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond(for example,a fax power of attorney may be attached to the final bond for a project for which the different form of power was attached to the hid bond) I without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 1st day of Jan ary, 1994. I State of Washington Steven A.Gaines, r Attest: Kevin L.Lybeck,Secretary County of King On January 1st, 1994 before me, Molly A. Hudspeth Notary Public, personally appeared Steven"f Lair res aft i t:.leszn L. Lybeck,personally known to me to be the persons whose names are subscribed to the within i4.-iit11in and-ac-1.nowl- edged to me all that they executed the same in their authorized capacities and that by them s'r.. liturels lie e:'itity--upon behalf of which they acted executed the instrument. = ��t t �'.. WITNESS my hand and official seal. ;p�,.•�ys�Ok,c '�jr,;O 4 f NQTARy m'' 10 a'-'-'s.y\ s 0 N\ i Signature (seal) ++ �� Molly A.Hudspeth,Notary Public 11 7 \. �` '%o W* y CITY OF RENTON 1`t FAIR PRACTICES POLICY 1o� AFFIDAVIT OF COMPLIANCE ■r ( 'e, `t C ct, S D(LS hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) 6 I. It is the policy of go e CAS'✓` a,A�. 5 41 d1/fi, to offer equal (Name of contractor/subcontractor/consultant/supplier) err opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. 11111 II. .D D-2 L I (, „f'Gty - 50/15 ✓v�, complies with all applicable (Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. II. When applicable, #80 ti Lt�P„/` Gtr( c�D�1 S ��Vt"= will seek out and NO (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Ca,k8 () Print Agent/Representative's Name ot,e471± Print Agent/Representative's Title Olt atti .664e6k,,v Agent/Representative's Signature 7 � oa Date Si ed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. rr Contracts other than Federal-Aid FHWA CONTRACTS OTHER THAN FQEDERAL-AID FHWA THIS AGREEMENT, made and entered into this ,�7 - day of , 20 82 . by and between THE CITY OF RENTON, Washington, a municipal co or Ion of the State of b g P corp or hereinafter referred to as "CITY" and BOETTCHER AND SONS, INC, hereinafter referred to as "CONTRACTOR." WITNESSETH: +rr 1) The Contractor shall within the time stipulated, (to-wit: within sixty-five [65] working days from date of commencement hereof as required by the Contract, of which this agreement is a rr 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 rrr (identified as No. WWP-27-2766 for improvement by construction and installation of: Thunder Hill Sanitary Sewer Pipeline Access Road Repairs. "' All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and — the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of ... this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans .rr f) Bid g) Advertisement for Bids h) Special Provisions, if any ee. i) Technical Specifications, if any VIIN err W:Thunderhill/BIDSPEC/MAB err Contracts other than Federal-Aid FHWA w. 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 •is 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 sm` remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be "' performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid W:Thunderhi ll/BIDSPEC/MAB VIP Wr Contracts other than Federal-Aid FHWA VIM and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of ,.. such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than sixty-five [65] 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 12. s,,,, The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. mir W:Thunderhill/BIDSPEC/MAB Contracts other than Federal-Aid FHWA 12) The total amount of this contract is the sum of $185,097.08 numbers One-Hundred-Eighty-Five-Thousand-Ninety-Seven and 08/100 Dollars which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. +1110 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. 1111 CONTRACTOR CITY OF RENTON 111 Presiden Partner/Owner Mie ATTEST Secretary City Clerk dba Firm Name check one ❑ Individual ❑ Partnership n Corporation Incorporated in 66/( ar Attention: 1111 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. imp If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. H/forms/contract/othcont/bh/June92 tor 11100 0110 W:ThunderhillBIDSPEC/MAB There being no further business to come before the meeting, it was upon motion duly made, seconded and unanimously passed, adjourned. /6 OP • Secretary ATTEST : 61(4 Chairman 4-Ittikt Di For V4 ildt,46/ Director X0-526/ .,&7 -, Director Combined Organizational Meeting Page 9 tion 9. ASS15t.att'- ssistant secretaries, when authorized by the Board of may sign with the President, or a Vice President, actors, ertificates for shares of the corporation, the issuance of which been authorized by resolution of the Board of Directors . shall have if required by the The assistant treasurerstshall, respectively, Board of Directors, give bonds for the faithful discharge of their ow duties in such sums and with such sureties as the Board of Directors shall determine. The assistant secretaries and assistant �• eneral, shall perform such duties as shall be treasurers, in g assigned to them by the Secretary or the Treasurer, respectively, or by the President or the Board of Directors . +rp Section 10 . Salaries . The salaries of the officers shall be fixed from time to time by the Board, and no officer shall be I• such salary by reason of the fact that he prevented from receiving is also a director of the corporation. ARTICLE VI CONTRACTS, LOANS, CHECKS, AND DEPOSITS The Board of Directors may authorize Section 1 . Contracts. .. agent or agents, to enter into any any officer or officers, in the name of and or execute and deliver any instrument, .r contract, be general or on behalf of the corporation, and such authority may confined to specific instances . Ole Page 18 VW By-Laws - ---- Detach And Display Certificate ar DEPARTMENT OF LABOR AND INDUSTRIES " ' "` ti REGISTERED AS PROVIDED BY LAW AS CONS CONT GENERAL 1111 y, REGIST. # , EXP. DATE CC01' BOETTSI019D4' 09/21/2002 EEFECTlIE DATE, -03/24/1999 • wow r BOETTCH R & SONS INC . , PO BOX 992 , EATONVILLE 'WA 98328 F625-052-000(8/97) — � -- — �:�_ a s a oaf • J 1 I I X°' 0 L) is APPLICATION FOR CITY OF RENTON BUSINESS LICENSE r''i.`�,�• COMMERCIAL IBusiness Name&Location 1 City of Renton License# •i93 , ! ) I �-1 1<f'E, l� ('1tiP:` cz.�c.-� .:-( 0 t �-".`--- WA State UBI# /-)C ,i. c x I9.4 Contractor's License 1P D C fl 5,1'09 1:cf I ��. c--1 t P� f L/Ct i,,-/'.=',T i Owner Name, Address C. rx.Lc- b J r- ii Telephone: j(—.0 ; ?,Z — J g S' P U � n k 79 2 Mailing Address: , I ,L, <.>r („a_ Telephone: ;ii& 0 3 2_ $`7/;‘, ' i&--.0,4-t:i, L , l (, ' .� f z " No. of Employees j/ Date Business Opened in City of Renton: -Q� IOr Job Starts: c-P/2,A 2. Describe Type of Business: ii Emergency Names &Telephone: 9 , II 1. ra k.0 ,, f //c/�. 2. 1I,- J 6 C 3`2 - 3 J 7 1 FEE SCHEDULE: I 1. Total number of personnel (all) (for business located outside the City Limits report only personnel working in the City Limits) 2. Total number of hours worked by all personnel in a quarter(approx.) I (quarter being 3 months) Jan-March: April-June: July-Sept: Oct-Dec: 3. Multiplied by rate per hour(.029) 4. TOTAL FEE: 1 3 . 1 r( Hours worked by all personnel that equal less than 480 hours in a quarter will be subject to the minimum fee of$13.75 for a quarter. IFurther questions, please call the License Division (425) 430-6851. I hereby certify that the statements and information furnished by me on this application are true and complete, to the best of my knowledge. I acknowledge that the statements and information furnished by me on this application are public records and are available for public inspection pursuant to State of Washington RCW 42-17-260. ISignature: 6 ELJ Z&.f, Print Name: C t).�t L 1 c P- t( ( hC,,. Date: OA' ITitle: p " ; . < z.,4- Phone: 7-40 • d-..?.z_-,-`'. / Return Completed Application to: City of Renton License Division I 1055 South Grady Way Renton, WA 98055 (425) 430-6851 IFOR OFFICE USE ONLY Amount How Paid Date Planning Dept Bldg Dept Fire Dept IFISbI-03 9/98 �/ (,�` ' F-962 T-928 F-001 AUG 16 '02 12:55 AGLIHU v��� ® �� t1Vr� ■ Y■ Lei s.r. VO/02 TIM CER I TFR:ACE1513SUED AS-A-MAT1 ER OF INFURMAI R 11 PRDDVGER (825)827-7400 FAX (425)827-7402 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE EXTEND OR McDonald Insurance Group Inc ALLTER THE COVERAGCERTIFICATE FFORDED BY HE POLICES BELOW. 416 6th St S PO Box 3089 INSURERS AFFORDING COVERAGE I, Kirkland, WA 98083-3089 INSURED Boettcher & Sons, Inc. INSURER A: American States Insurance Co.AM Best A+ P. O. Box 992 i iNSURERB: - Eatonville, WA 98328 I INSURER C: IINSURER 0: INSURER E: I COVERAGES 1 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. PUL1l.Y khI- L I Oft PULlI.Y tl(PIKAI IUN LIMITS �ILIR i TYPE OF INSURANCE POLICY NUMBER DATE(MMIDO/YY) GATE(MWDOTYY) 07/29/2002 07/29/2003 EACH OCCURRENCE $ 1,000,000 GENERAL LIABILITY 01-CE-917828-1 FIRE DAMAGE(Any one fire) S 200,000 X COMMERCIAL GENERAL LIABILITY MED EXP(Ant one person) $ 10,000 CLAIMS MADE X OCCUR - PERSONAL$ADV INJURY S 1,000,000 A I GENERAL AGGREGATE S 2,000,000 PRODUCTS-GbMProP AGE £ Z,00000 GEN L AGGREGATE LIMIT APPLIES PER' POLICY X ECCT 4EJ LOC AUTOMOBILE LIABILITY X06-CC-0202039-1 07/29/2002. 07/29/2003 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ (Per Eamon) A 1111 SCHEDULED AUTOS BODILY INJURY $ III AUTOS (Per accident) ,,, . NON-OWNED AUTOS PROPERTY DAMAGE $ (Pcr accident) AUTO ONLY•EA ACCIDENT $ GARAGE LIABILITY EA ACC $ OTHER THAN ANY AUTO AUTO ONLY: AGE S EACH OCCURRENCE $ EXCESS LIABILITY — OCCUR El CLAIMS MADE AGGREGATE $ — 8 DEDUCTIBLE $ RETENTION $ W� 51AIU- UIH 1 TORY LIMITS l ( ER WORKERS COMPENSATION AND EMPLOYERS'LIABILITY E.L.E4CH ACCIDENT S E.L.DISEASE-FA EMPLOYEE S E.L.DISEASE-POLICY LIMIT $ OTHER I I OESCRJPTION OF OPLRAYIONS/LOCATIONSNE)4ICLES/ERCLUSFONS ADDEO BY ENDORSEMEN1fSPECIAL PROVISIONS CAG-02-106 roject: Thunder Hills Sanitary Sewer Pipeline Access Road Repairs; ity of Renton is named additional insured per attached form CG7680 (10-00). This policy is rimary and Non-Contributory and Waiver of Subrogation applies per the policy wording. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL RXXXSICE0 MAIL City of Renton 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Human Resources & Risk Management Dept. X► J�fD�QJC8Q�f9iiD(1i4Q�(['} NK3F1[4(�fJQ?f? E?t4@?�14?S?S?6X Mike Benoit RKRx� v ( XXXXX Renton,5 South, WA 9805 5 Way AUTHORIZED REPRESENTATIVE * a,' "f Renton, WA 98055 9 Id"ua I 7effre Stewart CONNIE . ••' FAX: (425)430-7241 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY CG 76 80 10 00 COVERAGE COMMERCIAL GENERAL LIABILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Renton Human Resources & Risk Management Dept. 1055 South Grady Way Renton, WA 98055 (If no entry appears above, information required to complete A person's or organization's status as an insured under this this endorsement will be shown in the Declarations as endorsement ends when your operations for that insured applicable to this endorsement). are completed. WHO IS AN INSURED (Section II) is amended to include as No coverage will be provided if, in the absence of this an insured the person or organization shown in the endorsement, no liability would be imposed by law on you. Schedule subject to the following provisions. Coverage shall be limited to the extent of your negligence or fault according to the applicable principles of comparative 1. This insurance applies only to the extent you are held fault. liable for With respect to the insurance afforded the additional a. Your ongoing operations for that insured by or for insured, paragraph 4. of COMMERCIAL GENERAL LIABILITY you; or CONDITIONS (Section IV) is deleted and replaced by the b. The general supervision of your ongoing following operations by the person or organization shown 4. Other Insurance in the Schedule. 2. Tnis insurance does not apply to: a. This insurance is primary and noncontributory, a. "Bodily injury' or 'properly damage' arising out and our obligations are not affected by any other of the sole negligence or willful misconduct of, insurance carried by such additional insured or for defects in design, furnished by, the person whether primary, excess, contingent, or on any other basis. or organization shown in the Schedule; or b, This additional provision applies only to the b. 'Bodily injury' or 'property damage' included within the "products-completed operations person or organization shown in the Schedule. hazard.° CG 76 80 10 00 Page 1.of 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. $ A F E C o° LIABILITY PLUS ENDORSEMENT CG 76 35 10 00 COMMERCIAL GENERAL LIABILITY „ This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Renton Human Resources & Risk Management Dept. �r 1055 South Grady Way Renton, WA 98055 AO ADDITIONAL INSURED BY WRITTEN CONTRACT, (3) The maintenance, operation or use by you AGREEMENT OR PERMIT, OR SCHEDULE of equipment leased to you by such person The following paragraph is added to WHO IS AN INSURED or organization, subject to the following (Section II): additional provisions: organization shown in the Schedule or (a) This insurance does not apply to any 5. Any person or or 9 "occurrence" which takes place after for whom you are required by written contract, the equipment lease expires; agreement or permit to provide insurance is an (b) This insurance does not apply to insured, subject to the following additional provisions: "bodily injury" or "property damage" a. The contract, agreement or permit must be in arising out of the sole negligence of effect during the policy period shown in the such person or organization; Declarations, and must have been executed prior (4) Permits issued by any state or political to the "bodily injury," "property damage," subdivision with respect to operations "personal and advertising injury." performed by you or on your behalf, subject b. The person or organization added as an insured to the following additional provision: by this endorsement is an insured only to the This insurance does not apply to "bodily ..► extent you are held liable due to: injury," "property damage," "personal and (1) The ownership, maintenance or use of that advertising injury" arising out of operations part of premises you own, rent, lease or performed for the state or municipality: occupy, subject to the following additional c. The insurance with respect to any architect, provisions: engineer, or surveyor added as an insured by this (a) This insurance does not apply to any endorsement does not apply to "bodily injury," "occurrence" which takes place after "property damage," "personal and advertising you cease to be a tenant in any injury" arising out of the rendering of or the premises leased to or rented to you; failure to render any professional services by or (b) This insurance does not apply to any for you, including: t" structural alterations, new construction (1) The preparing, approving, or failing to or demolition operations performed by prepare or approve maps, drawings, or on behalf of the person or opinions, reports, surveys, change orders, organization added as an insured; designs or specifications; and (2) Your ongoing operations for that insured, (2) Supervisory, inspection or engineering whether the work is performed by you or for services. you; Page 1 of 3 CG 76 35 10 00 COMMERCIAL GENERAL LIABILITY d. This insurance does not apply to "bodily injury" (2) Premises you sell, give away or abandon, if the or "property damage" included within the "property damage" arises out of any part of "products-completed operations hazard." those premises; ti. A person's or organization's status as an insured (3) Property loaned to you; under this endorsement ends when your (4) Personal property in the care, custody or control operations for that insured are completed. of the insured; �r. Nn rnyaragp will be provided if, in the absence (5) That particular part of real property on which you or any contractors or subcontractors working of this endorsement, no liability would be directly or indirectly on your behalf are imposed by law on you. Coverage shall be limited performing operations, if the "property damage" to the extent of your negligence or fault according arises out of those operations, or to the applicable principles of comparative fault. (6) That particular part of any property that must be NON-OWNED WATERCRAFT AND NON-OWNED AIRCRAFT restored, repaired or replaced because "your LIABILITY work" was incorrectly performed on it. Exclusion g. of COVERAGE A (Section I) is replaced by the Paragraphs (1), (3) and (4) of this exclusion do not following: apply to "property damage" (other than damage by fire) to premises, including the contents of such g. "Bodily injury" or "property damage" arising out premises, rented to you. A separate limit of insurance of the ownership, maintenance, use or applies to Damage To Premises Rented To You as entrustment to others of any aircraft, "auto" or described in Section III - Limits Of Insurance. watercraft owned or operated by or rented or Paragraph (2) of this exclusion does not apply if the loaned to any insured. Use includes operation premises are "your work" and were never occupied, .. and "loading or unloading." rented or held for rental by you. This exclusion does not apply to: Paragraphs (3), (4), (5) and (6) of this exclusion do (1) A watercraft while ashore on premises you not apply to liability assumed under a sidetrack i• own or rent; agreement. (2) A watercraft you do not own that is: Paragraph (6) of this exclusion does not apply to (a) Less than 52 feet long; and "property damage" included in the 4•• (b) Not being used to carry persons or "products-completed operations hazard." property for a charge; Paragraph 6. of Section III is replaced by the following: (3) Parking an "auto" on, or on the ways next e• to, premises you own or rent, provided the 6. Subject to 5. above, the Damage To Property Limit is "auto" is not owned by or rented or loaned the most we will pay under Coverage A for damages to you or the insured; because of "property damage" to any one premises, (4) Liability assumed under any "insured while rented to you, or in the case of damage by fire, contract" for the ownership, maintenance or while rented to you or temporarily occupied by you use of aircraft or watercraft; or with permission of the owner. (5) "Bodily injury" or "property damage" arising out of the operation of any of the The Tenants' Property Damage to Premises Rented to You equipment listed in paragraph t(2) or f,(3) limit is the higher of$200,000 or the amount shown in the of the definition of "mobile equipment." Declarations as Damage to Premises Rented to You Limit. (6) An aircraft you do not own provided it is not WHO IS AN INSURED - MANAGERS operated by any insured. The following is added to Paragraph 2.a. of WHO IS AN TENANTS' PROPERTY DAMAGE LIABILITY INSURED (Section II): When a Damage to Premises Rented to you Limit is shown Paragraph (1) does not apply to executive officers, or to in the Declarations, Exclusion J. of Coverage A, Section I is managers at the supervisory level or above. replaced by the following: SUPPLEMENTARY PAYMENTS - COVERAGES A AND B - r BAIL BONDS I. Damage To Property "Property damage" to: a. Paragraph 2. of SUPPLEMENTARY PAYMENTS - .. (1) Property you own, rent, or occupy; COVERAGES A AND B is replaced by the following: rr Page 2 of 3 CO 76 35 10 00 COMMERCIAL GENERAL LIABILITY 2. Up to $2,000 for cost of bail bonds required (1) A co-volunteer or your employee; or because of accidents or traffic law violations (2) You, any of your "employees", any partner arising out of the use of any vehicle to which the or member (if you are a partnership or joint Bodily Injury Liability Coverage applies. We do venture), or any member(if you are a limited not have to furnish these bonds. liability company). EMPLOYEES AS INSUREDS - HEALTH CARE SERVICES 2. Exclusion 2.a. of COVERAGE C (Section I) is replaced by the following: Provision 2.a.(1) u. of WHO IS AN INSURED (Section II) is deleted, unless excluded by separate endorsement. a. To any insured, except volunteer workers who are EXTENDED COVERAGE FOR NEWLY ACQUIRED not paid a fee, salary or other compensation; ORGANIZATIONS Provision 4.a. of WHO IS AN INSURED (Section II) is INCREASED MEDICAL EXPENSE LIMIT imp replaced by the following: The medical expense limit is amended to $10,000. a. Coverage under this provision is afforded only KNOWLEDGE OF OCCURRENCE until the end of the policy period. The following is added to Paragraph 2. Duties In The Event •r Of Occurrence, Offense, Claim Or Suit of COMMERCIAL EXTENDED "PROPERTY DAMAGE" GENERAL LIABILITY CONDITIONS (Section IV): Exclusion a. of COVERAGE A. (Section I) is amended to Knowledge of an "occurrence," claim or "suit" by your read: agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the a. "Bodily injury" or "property damage" expected or named insured has received such notice from the agent, intended from the standpoint of the insured. This servant or employee. exclusion does not apply to "bodily injury" or UNINTENTIONAL FAILURE TO DISCLOSE ALL HAZARDS "property damage" resulting from the use of reasonable force to protect persons or property. The following is added to Paragraph 6. Representations of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section ADDITIONAL INSURED - VOLUNTEERS IV): 1. WHO IS AN INSURED (Section II) is amended to If you unintentionally fail to disclose any hazards existing include as insureds any persons who are volunteer at the inception date of your policy, we will not deny workers for you, but only while acting at the direction coverage under this Coverage Form because of such failure. of, and within the scope of their duties for you. However, this provision does not affect our right to collect However, no volunteers are insureds for: additional premium or exercise our right of cancellation or non-renewal. a. "Bodily injury" to: LIBERALIZATION CLAUSE (1) Co-volunteers or your employees arising out of and in the course of their duties for you, The following paragraph is added to COMMERCIAL or GENERAL LIABILITY CONDITIONS (Section IV): (2) You, any of your "employees," any partner 1O If a revision to this Coverage Part, which would „� or member (if you are a partnership or joint provide more coverage with no additional premium, venture), or any member(if you are a limited becomes effective during the policy period in the + + liability company). becomes VIIVV\IrV during the Ne11UU in ll le state shown in the Declarations, your policy will b. "Property damage" to property owned, occupied automatically provide this additional coverage on the or used by, rented to, in the care, custody, or effective date of the revision. control of, or over which physical control.is being exercised for any purpose by: ""' Page 3 of 3 08/14/2002 07: 32 13608323943 BOETTCHER AND SONS PAGE 01 At(N 7)71 &N° 11+- r. /�nJtic11er M 206 OCktr S—o/v5-- ,loork 4'1 �s co p eNS ojt o n/ a.r (0y j (/ 'f` � r IS ( Ou ere v f 1),Vt p 7C /a 7 U r a -.-riv Acji/'l ‘ o ( — 736 -- 7aa. A c C,f 1((26 — 769— ( .6-0(AA", lord- 4 -1 / • CITY OF FtENTON .•.1R • HUMAN RESOURCES &RISK MANAGEMENT DEPARTMENT • INSURANCE INFORMATION FORM CONTRACTOR/CONSULTANT: :0- .- .0 .0 s s _ _ 00 PROJECT NUMBER CAG-0 2-1 06 STAFF CONTACT: Certificate of Insurance indicates the coverages and limits •specified in contract? If no,evlain below: 0 Yes l2 No Ay Is the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? (OJT:arable in met areas) 0 Yes JD No (If no,attach a copy of the policy with required coverages clearly identified) ISO CG0001 (10/01 Edi_tion) Provided CG 0043 Amendatory Endorsement provided?*A (inaluzied in 030001 CS Yes 0 No (10/01)) CGL General Aggregate provided on a"per project basis(CG2503)?* 0:{ Yes 0 No Additional Insured wording provided?* (CG 7635) cit Yes 0 No 4110 All coverage on a primary basis and non-contributing basis?*(CG 7680) Ca Yes 0 No Waiver of Subrogation Clause applies?* 1.31 Yes 0 No Severability of Interest Clause(Cross Liability)applies? Yes 0 No Notice of Cancellation/Non-Renewal amended to 45 days?* ESI Yes 0 No ° *To be shown on certificate of insurance A Not required ifISO Occurrence form is 1990 or earlier;may also be assumed under contract. AM BESTS RATING FOR CARRIER: • CO, A+ Auto A+ Umb Professional This Questionnaire is issued as a rnnti*c 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 MIG Jeffrey L. Stewart Agency/Broker Completed By(Typeor Print Name) P.O. Box 3089, Kirkland, WA r;,5tia-s' Address Comp t By(Signature) Jeffrey L. Stewart (425)-827-7400 AIN Name of person to contact Telephone Number NOTE THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF kb INSURANCE FOR EACH LINE OF COVERAGE Inane=Contract Coadchnes 1124G. RW 411P Itcrisailt95 IOW IMO ,r.10 PREVAILING MINIMUM HOURLY WAGE RATES AMP 4 IMO drr RATES DOC\ Department of Labor and Industries STATEMENT OF INTENT TO ei,aso Prevailing Wage PAY PREVAILING WAGES (360)902-5335 1.dy� Public Works Contract www.lni.wa.gov/prevailing wage nom a°y $25.00 Filing Fee Required wr •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) (APPROVED FORM WILL BE MAILED TO THIS ADDRESS t ) Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 a Awarding Agency Project Contact Person Phone# ( ) so County where work will be performed City where work will be performed Bid due date (m/d/y) Date contract awarded (m/d/y) Ai / I / / Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? D Yes ID No ❑Yes []No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. vs Hourly Pay fringe benefits of workers ar — - I I am (Company name,address,city,state,ZIP+4 Indicate total dollar amount $ ._.._ ,...w.__.__u.__,_._.._._....__.,.... ._...,_.._..._.. v....... ....-_._. 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 For CAI:Use Only ( ) Check Number: Amount L& : For I Use Only APPROVED: Department of Labor and Industries Issued By ar By Industrial Statistician \ F700-029-000 statement of intent to pay prevailing wages 2-02 \After APPROVAL, send white copy to Awarding Agency. gig Canary copy-L&I Department of Labor and Industries AFFIDAVIT OF WAGES PAID Prevailing Wage (360)902-5335 i,ay�1BeB�o,1 Public Works Contract www.lni.wa.gov/prevalingwage $25.00 Filing Fee Required r •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) +■t k l ONg.II 1FO WII L DID MAILED T©`. HIS ADDRESS. Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 MO 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) I / I I 4" Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) / I / / Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#hrs Rate of Rate of hourly air registration#,trade,dates of work on project and stage of progression) of Workers worked-ea trade Hourly Pay fringe benefits fa 140 v'w WO W (Company name,address,city,state,ZIP+4 Indicate total dollar amount „„ I of your contract I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no it 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 tirt Email address Phone number s `�I O v . . .. - ,..:3 �.L.,,.�:...� �s :.. ]"��I.�6E1�ae C}HI3i`F*hkq..,a, �� .>z £„�i t'�'��� w., ( ) 'Check Number: Amount: s 4" I CERTIFIED: Department of Labor and Industries Issued B A. r .rr y; By 1 4 is Industrial Statistician 1. F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to Awarding Agency. Canary copy-L&I ma so srr CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project CAG No. CAG-02-106 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period A. 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 Ael request. Company Name By: Title: AW ■ 110 MAI BENEFIT CODE KEY-EF'F'ECTIVE 03-03-02 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER „s . ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF r TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. wo 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) ow 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. 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 ow RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDIIIONS 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 rr 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 two 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 air ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE 'w HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. It. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ar BENEFIT CODE KEY-EFFECTIVE 03-03-02 -2- 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:00AM 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 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. err 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. ■r 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 fib 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 TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, iso 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. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 1116 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. IN 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 ism -3- 5. B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). rr D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ■r G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). FL HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). r' S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). aw T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. ar 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, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). two 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). +�r 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). ar C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). 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 AI.1 ER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY Al.IER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND ow CHRISTMAS DAY.(8) BENEFIT CODE KEY-EFFECTIVE 03-03-02 t -4- 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). lit W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES Illli 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'-$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 Imo 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 t B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. State of Washington ems DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 t PO Box 44540,Olympia,WA 98504-4540 '"vi 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 rw total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY No Effective 03-03-02 (See Benefit Code Key) tar Over PREVAILING Time Holiday Note Classification WAGE Code Code Code rw ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.67 1M 5D BOILERMAKERS — JOURNEY LEVEL $38.71 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1M 5A do CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 1 CARPENTERS ACOUSTICAL WORKER $35.31 1M 5D "s` BRIDGE,DOCK AND WARF CARPENTERS $35.15 1M 5D CARPENTER $35.15 1M 5D CREOSOTED MATERIAL $35.25 1M 5D err DRYWALL APPLICATOR $34.94 1M 5D FLOOR FINISHER $35.28 1M 5D FLOOR LAYER $35.28 1M 5D FLOOR SANDER $35.28 1M 5D op MILLWRIGHT AND MACHINE ERECTORS $36.15 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $35.35 1M 5D SAWFILER $35.28 1M 5D iiii" SHINGLER $35.28 1M 5D STATIONARY POWER SAW OPERATOR $35.28 1M 5D STATIONARY WOODWORKING TOOLS $3528 1M 5D ✓ CEMENT MASONS JOURNEY LEVEL $36.15 1m 5D DIVERS&TENDERS – DIVER $75.57 1M 5D 8A al" DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 1B 5D 8L O 0 ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L BOATMEN $35.67 1B 5D 8L ENGINEER WELDER $35.72 1B 5D 8L fig LEVERMAN,HYDRAULIC $37.11 1B 5D 8L MAINTENANCE $35.23 1B 5D 8L MATES $35.67 1B 5D 8L OILER $35.33 1B 5D 8L 'r DRYWALL TAPERS JOURNEY LEVEL $34.92 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS ow JOURNEY LEVEL $18.69 1 Page 1 oris KING COUNTY ri Effective 03-03-02 . ************************t****************** ** ****At* * *********** ********* *******#******** (See Benefit Code Key) Over UN PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $45.65 1D 6H CABLE SPLICER(TUNNEL) $62.70 1D 6H CERTIFIED WELDER $43.99 1D 6H NW CERTIFIED WELDER(TUNNEL) $60.27 1D 6H CONSTRUCTION STOCK PERSON $23.33 1D 6H JOURNEY LEVEL $42.33 1D 6H I, JOURNEY LEVEL(TUNNEL) $57.83 1D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C mit JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A ids GROUNDPERSON $29.62 4A 5A HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A oa JACKHAMMER OPERATOR $31.13 4A 5A JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A ea POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 00 ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q i iir MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $11.05 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 1B 6S rit ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 18 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS-Welder $18.24 1B 6S ALL OTHER CONCRETE-PRODUCTS-Wet Pour $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S 00 FENCE ERECTORS FENCE ERECTOR $24.62 1 FLAGGERS JOURNEY LEVEL $24.99 1M 5D GLAZIERS JOURNEY LEVEL $35.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS 00 MECHANIC $35.93 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $30.15 1M 5D Page 2 III KING COUNTY "'"' Effective 03-03-02 (See Benefit Code Key) ■. Over PREVAILING Time Holiday Note Classification WAGE Code Code Code "I INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER es JOURNEY LEVEL $9.07 1 INLAND BOATMEN ASSISTANT ENGINEER $30.70 1K 5D CHIEF ENGINEER $31.57 1K 50 .w COOK $26.58 1K 5D DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D DECKHAND $26.17 1K 5D o" FIRST MATE $30.80 1K 5D MASTER $33.74 1K 5D MATE,LAUNCH OPERATOR $28.83 1K 5D ;aw MESSMAN $21.96 1K 5D ORDINARY SEAMAN $23.28 1K 5D INSPECTIOWCLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL ti. CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 as 'TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS op JOURNEY LEVEL $35.15 1M 5D IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS 'dM ASPHALT RAKER $30.15 1M 5D BALLAST REGULATOR MACHINE $29.67 1M 5D BATCH WEIGHMAN . $24.99 1M 5D ,"i CARPENTER TENDER $29.67 1M 5D CASSION WORKER $30.51 1M 5D CEMENT DUMPER/PAVING $30.15 1M 5D CEMENT FINISHER TENDER $29.67 1M 513 rir CHIPPING GUN(OVER 30 LBS) $30.15 1M 5D CHIPPING GUN(UNDER 30 LBS)__ $29.67 1M 50 CHUCK TENDER $29.67 1M 513 "o CLEAN-UP LABORER $29.67 1M 5D CONCRETE FORM STRIPPER $29.67 1M 5D CONCRETE SAW OPERATOR $30.15 1M 5D es CRUSHER FEEDER $24.99 1M 5D CURING LABORER $29.67 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $29.67 1M 5D DITCH DIGGER $29.67 1M 5D ar DIVER $30.51 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $30.15 1M 5D DRILL OPERATOR,AIRTRAC $30.51 1M 5D "w DUMPMAN $29.67 1M 5D FALLER/BUCKER,CHAIN SAW $30.15 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $22.67 1M 5D am construction debris cleanup) FINE GRADERS $29.67 1M 5D Page 3 me KING COUNTY • , iii Effective 03-03-02 ' ************************************************************************************************************** (See Benefit Code Key) Over Si PREVAILING Time Holiday Note Classification WAGE Code Code Code to FIRE WATCH $29.67 1M 5D FORM SETTER $29.67 1M 5D GABION BASKET BUILDER $29.67 1M 5D GENERAL LABORER $29.67 1M 5D so GRADE CHECKER&TRANSIT PERSON $30.15 1M 5D GRINDERS $29.67 1M 5D GROUT MACHINE TENDER $29.67 1M 5D tat 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 1M 5D ow HIGH SCALER $30.51 1M 5D HOD CARRIER/MORTARMAN $30.15 1M 5D JACKHAMMER $30.15 1M 5D LASER BEAM OPERATOR $30.15 1M 5D Ow MINER $30.51 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $30.15 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, Olt SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $30.15 1M 5D PILOT CAR $24.99 1M 5D PIPE RELINER(NOT INSERT TYPE) $30.15 1M 5D NO PIPELAYER&CAULKER $30.15 1M 5D PIPELAYER&CAULKER(LEAD) $30.51 1M 5D PIPEWRAPPER $30.15 1M 5D wit POT TENDER $29.67 1M 5D POWDERMAN $30.51 1M 5D POWDERMAN HELPER $29.67 1M 5D ow 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 iii, SIGNALMAN $29.67 1M 5D SLOPER SPRAYMAN $29.67 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $30.15 1M 5D so SPREADER(CONCRETE) $30.15 1M 5D STAKE HOPPER $29.67 1M 5D STOCKPILER $29.67 1M 5D sir TAMPER&SIMILAR ELECTRIC,AIR&GAS $30.15 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $30.15 1M 5D TOOLROOM MAN(AT JOB SITE) $29.67 1M 5D TOPPER-TAILER $29.67 1M 5D iii TRACK LABORER $29.67 1M 5D TRACK LINER(POWER) - $30.15 1M 5D TUGGER OPERATOR $30.15 1M 5D limi VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $29.67 1M 50 VIBRATOR $30.15 1M 50 WELDER $29.67 1M 5D Ow WELL-POINT LABORER $30.15 1M 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $29.67 1M 5D PIPE LAYER $30.15 1M 5D el Page 4 ita KING COUNTY `. Effective 03-03-02 (See Benefit Code Key) or Over PREVAILING Time Holiday Note Classification WAGE Code Code Code "lit LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 au LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $34.94 1M 5D MACHINISTS(HYDROELECTRIC SITE WORK) ow MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 'w 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 ma EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $926 1 Am TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 ow PAINTERS JOURNEY LEVEL $28.63 2B 5A PLASTERERS JOURNEY LEVEL $35.63 1R 5A ex PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS as JOURNEY LEVEL $44.76 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 IT 5D 8L ✓ BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36.05 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $36.49 1T 50 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $36.99 1T 5D 8L BACKHOES. (75 HP&UNDER) $35.69 1T 5D 8L go BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L BARRIER MACHINE(ZIPPER) $36.05 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $36.05 IT 50 8L ii• BELT LOADERS(ELEVATING TYPE) $35.69 IT 5D 8L BOBCAT $33.59 IT 5D 8L BROOMS $33.59 IT 5D 8L BUMP CUTTER $36.05 IT 5D 8L CABLEWAYS $36.49 IT 5D . 8L CHIPPER $36.05 IT 5D 8L COMPRESSORS $33.59 IT 5D 8L '"r 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 513 8L w CONVEYORS $35.69 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS " $35.69 IT 5D 8L Page 5 M KING COUNTY - is Effective 03-03-02 (See Benefit Code Key) Over l 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 o 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 ow 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 Ill 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 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $36.99 1T 50 8L OR CRANES,TOWER CRANE OVER 175 IN HEIGHT,BASE TO BOOM $37.49 IT 5D 8L CRUSHERS $36.05 IT 50 8L DECK ENGINEER/DECK WINCHES(POWER) $36.05 IT 50 8L 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 5D 8L lb DRILLING MACHINE $36.05 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $33.59 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $35.69 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 8L I16, FORK LIFTS,(3000 LBS AND OVER) $35.69 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $33.59 IT 5D 8L GRADE ENGINEER $35.69 IT 50 8L ii GRADECHECKER AND STAKEMAN $33.59 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $35.69 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 1T 50 8L I. HORIZONTAL/DIRECTIONAL DRILL OPERATOR $36.05 IT 5D 8L HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $33.59 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $35.69 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $36.49 IT 50 8L lilk LOADERS,OVERHEAD(8 YD&OVER) $36.99 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $36.05 1T 5D 8L LOCOMOTIVES,ALL $36.05 1T 5D 8L la MECHANICS,ALL $36.05 IT 5D 8L MIXERS,ASPHALT PLANT $36.05 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $36.05 IT 5D 8L NO 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 50 8L OPERATOR Ili PAVEMENT BREAKER $33.59 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 1T 5D 8L PLANT OILER(ASPHALT CRUSHER) $35.69 IT 5D 8L flit 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 1T 5D 8L Mir Page 6 I KING COUNTY dm Effective 03-03-02 ************************************************************************************************************** (See Benefit Code Key) aw Over PREVAILING Time Holiday Note Classification WAGE Code Code Code +a 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 1T 5D 8L air 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 leo SAWS,CONCRETE $35.69 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) ea SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $35.69 IT 5D SL SCREED MAN $36.05 IT 5D 8L ire SHOTCRETE GUNITE $33.59 IT 5D 8L SLIPFORM PAVERS $36.49 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 1T 5D 8L SUBGRADE TRIMMER $36.05 1T 5D 8L ow TRACTORS,(75 HP&UNDER) $35.69 IT 513 8L TRACTORS,(OVER 75 HP) $36.05 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 IT 5D 8L am TRANSPORTERS,ALL TRACK OR TRUCK TYPE $36.49 1T 5D 8L TRENCHING MACHINES $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 IT 5D 8L w TRUCK CRANE OILER/DRIVER(100 TON&OVER) $36.05 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $33.59 1T 5D 8L YO YO PAY DOZER $36.05 IT 5D 8L raw POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A Ise SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A r TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $43.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS ON JOURNEY LEVEL _ $19.25 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 to RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $36.15 1M 5D RESIDENTIAL DRYWALL TAPERS me JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 SW RESIDENTIAL GLAZIERS JOURNEY LEVEL $24.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 am Page 7 an KING COUNTY Effective 03-03-02 . *************************** ******************* ***** * *** * ***** ******** ** ******** (See Benefit Code Key) ` Over ` PREVAILING Time Holiday Note Classification WAGE Code Code Code OM RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 rlll RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.87 1G 5A RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS or JOURNEY LEVEL $43.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $26.23 1J 5A Atli RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 Mt ROOFERS JOURNEY LEVEL $32.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A alit SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $39.68 1J 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) mii SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 MI SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A lb SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) Iso JOURNEY LEVEL $42.48 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS 1M CHAIN PERSON $9.35 1 INSTRUMENT PERSON -- $11.40 1 PARTY CHIEF $13.40 1 Mr TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $24.74 2B 5A HOLE DIGGER/GROUND PERSON $13.18 2B 5A INSTALLER(REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER I $24.74 2B 5A SPECIAL APPARATUS INSTALLER II $24.21 2B 5A i` TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 2B 5A TELEVISION GROUND PERSON $12.42 2B 5A Is TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A TELEVISION TECHNICIAN $18.33 2B 5A am TREE TRIMMER $22.91 2B 5A Page 8 al KING COUNTY Effective 03-03-02 ***,*** *********** ******** ** * **** * ************* * *************** ** *** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $32.83 1H 5A TILE,MARBLE&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 DUMP TRUCK $33.48 1T 5D 8L DUMP TRUCK&TRAILER $34.06 IT 5D 8L OTHER TRUCKS $34.06 1T 5D 8L TRANSIT MIXER $23.45 1 +wr WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Mt IMO r VMS IMP .r Page 9 scar FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/3/02 Page 1 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia,WA 98504-4540 tow 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. IMO FABRICATED PRECAST CONCRETE PRODUCTS Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note r Classification Wage Code Code Code di 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 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: KING ARCHITECTURAL AND PRESTRESSED $11.05 1 CONCRETE - All Classifications .w ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S Carpenter ., ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS - $18.24 1B 6S Fabricator "' ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S Maintenance ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B 6S httn•//www_lni_wa_Qov/nrevailin2waee/iwaQes/20021/FABR.htm 04/02/2002 FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/3/02 Page 2 of 2 oi ALL OTHER CONCRETE PRODUCTS - Wet $17.99 1B 6S Pour ALL OTHER CONCRETE PRODUCTS - Yard $17.99 1B 6S Patch Counties Covered: PIERCE ALL CLASSIFICATIONS $10.00 1 r Counties Covered: SPOKANE LABORER $6.90 1 "' MACHINE OPERATOR $10.33 1 Counties Covered: WHATCOM CARPENTER $11.43 1 CONCRETE FINISHER $12.53 1 so LABORER $8.43 1 REBAR $14.60 1 Counties Covered: YAKIMA CRAFTSMAN $8.65 1 LABORER $6.90 1 PRODUCTION WORKER $7.15 1 otio so o N N a 1 //_________ 1 ____ ___./-.__._'1' _-______/'_______/n ll/l/)t T!A TT 7 n /nn in nnn INDUSTRIAL ENGINE AND MACHINE MECHANICS -Effective: 3/3/02 Page 1 of 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES "w 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 dW hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. • INDUSTRIAL ENGINE AND MACHINE MECHANICS Effective 3/3/02 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ, a„ 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 httn.//www.lni w a.gov/nrevailin2waae/iwages/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 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 alio 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 IWO 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 n►,rCm AA 11nrl Nlnrn METAL FABRICATION (IN SHOP) -Effective: 3/3/02 Page 2 of 3 ma LABORER $11.13 1 MACHINE OPERATOR $10.66 1 or PAINTER $11.41 1 Counties Covered: Iii CLARK FITTER $22.72 1J 6U LABORER $16.57 1J 6U IN LAYEROUT $23.06 1J 6U MACHINE OPERATOR $17.08 1J 6U ,;, PAINTER $19.65 1J 6U WELDER $21.54 1J 6U iti Counties Covered: COWLITZ FITTER $22.39 1B 6V so LABORER $17.62 1B 6V MACHINE OPERATOR $22.39 1B 6V WELDER $22.39 1B 6V et Counties Covered: GRANT to FITTER/WELDER $10.79 1 PAINTER $7.45 1 Counties Covered: KING FITTER $15.86 1 lb LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 ' WELDER $15.48 1 Counties Covered: Mk KITSAP FITTER $26.96 1 LABORER $6.90 1 to MACHINE OPERATOR $13.83 1 WELDER $13.83 1 wok Counties Covered: KLICKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 ft LABORER $10.44 1 MACHINE OPERATOR $17.21 1 r► PAINTER $17.03 1 Counties Covered: PIERCE iil iii nn Inni'nrn METAL FABRICATION (IN SHOP) -Effective: 3/3/02 Page 3 of 3 FITTER $15.25 1 LABORER $9.25 1 MACHINE OPERATOR $13.98 1 MI 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 1R 6T to LAYEROUT $23.22 1R 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 tt Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 L.._.0 _: ... ..i� ... : :w ....,.�i:... .o�i�nrn�mifPTA kt,-. (IA/Mona" SHEET METAL WORKERS -Effective: 3/3/02 Page 1 of 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES are 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. ism de. 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 1B 5A Counties Covered: NO BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $34.29 1B 5A Counties Covered: CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON, Mir PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL (FIELD OR SHOP) $39.68 1J 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $38.60 1B 5A Counties Covered: JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 1 •• Counties Covered: SAN JUAN, SKAGIT AND WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $35.65 1J 5G all httn•//www lni_wa_vov/nrevailingwage/iwages/20021/SHEE.htm 04/02/2002 SIGN MAKERS &INSTALLERS (ELECTRICAL) -Effective: 3/3/02 Page 1 of 2 Aso 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. SIGN MAKERS & INSTALLERS (ELECTRICAL) Effective 3/3/02 my 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 sip 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 MIS httn-//www lni wa onv/nrevailinowaoe/iwaoec/2nM.1/4Tf;F.htm na/m/'nm 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 JOURNEY LEVEL $26.17 1 Counties Covered: SAN JUAN LEVEL $9.75 1R lit httr •//iinau, ln; iia rtnw/nravailinmva err/;wanac/' flfl)1/QT(;P htrn 11AM1/)nm SIGN MAKERS &INSTALLERS (NON-ELECTRICAL) -Effective: 3/3/02 Page 1 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. OW SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) Effective 3/3/02 ONO Benefit Code Key ire Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN ION JOURNEY LEVEL $13.91 1 Counties Covered: ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTITAS, WALLA m` WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 Counties Covered: CHELAN, DOUGLAS AND OKANOGAN JOURNEY LEVEL $16.14 1 OS Counties Covered: 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: ,M„ GRAYS HARBOR, MASON AND PACIFIC JOURNEY LEVEL $18.04 1 Counties Covered: ISLAND AND WHATCOM II /rVIP'/VYi SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) -Effective: 3/3/02 Page 2 of 2 JOURNEY LEVEL $26.55 1 Counties Covered: 't" 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 1M 5D Counties Covered: PIERCE 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 lilt JOURNEY LEVEL $14.04 1 rr MO CUM',11 nal a' CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS SUPSPEC.DOC\ ar 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. .W WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. ,r„ 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. (This is deleted.) All replacement text or text being added is shown as underlined 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. .r, When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following ,,, the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. 1. Page-RS-i Revision Date:May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS 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 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 1-08 Prosecution and Progress 12 1-09 Measurement and Payment 14 1-10 Temporary Traffic Control 18 w'" 1-11 Renton Surveying Standards 19 Division 2 Earthwork 22 2-02 Removal of Structures and Obstructions 22 Air 2-03 Roadway Excavation and Embankment 22 2-04 Haul 23 2-06 Subgrade Preparation 23 411.11 2-09 Structure Excavation 23 Division 3 Production From Quarry and Pit Sites and Stockpiling 25 3 No supplemental specifications were necessary 25 rr Division 4 Bases 25 4 No supplemental specifications were necessary 25 4" Division 5 Surface Treatments and Pavements 26 5-04 Asphalt Concrete Pavement 26 Division 6 Structures 29 6-12 Rockeries 29 Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers,Water Mains, and Conduits 30 tre 7-01 Drains 30 7-02 Culverts 30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass 30 7-04 Storm Sewers 30 7-05 Manholes, Inlets,and Catch Basins 31 7-08 General Pipe Installation Requirements 32 7-10 Trench Exc., Bedding,and Backfill for Water Mains 34 7-11 Pipe Installation for Water Mains 34 7-12 Valves for Water Mains 37 7-14 Hydrants 38 7-15 Service Connections 39 81. 7-17 Sanitary Sewers 39 Division 8 Miscellaneous Construction 40 8-09 Raised Pavement Markers 40 moo 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 8-22 Pavement Marking 47 8-23 Temporary Pavement Markings 48 aw Page-RS-ii Revision Date:May 19, 1997 ar Division 9 Materials 49 9-00 Definitions and Tests 49 9-02 Bituminous Materials 49 - g"' 9-04 Joint and Crack Sealing Materials 50 9-05 Drainage Structures, Culverts, and Conduits 50 9-06 Structural Steel and Related Materials 51 9-08 Paints 51 'IN 9-23 Concrete Curing Materials and Admixtures 52 9-29 Illumination,Signals,Electrical 52 9-30 Water Distribution Materials 58 INDEX TO WSDOT AMENDMENTS 60 WSDOT AMENDMENTS 60 ar uiw r. err arr rrr aw ar. Page-RS-iii Revision Date:May 19, 1997 a 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements . •• -"••• .!• ..,•. •- —__odifications to the standard specifications •• ••-••• ,• &paci€cations and supplemental specifications that apply to an individual project. The special provisions may describe work the 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 1-01.1 IS REVISED BY ADDING THE FOLLOWING: Contractor shall include all costs of doing 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. Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents (APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include, but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and Change Orders. 1-01.3 Definitions (RC, APWA) Dates (APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids. or other natural phenomenon 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. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer (RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) _ Agency. The date stated in the Notice to Proceed on which the Contract Day (RC) 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 Equal (RC) completed. The Contract 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 engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner (RC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply, commodity, equipment, or manufactured or fabricated profiles, cross-sections, and other details. product and does not perform labor at the Pro'ect Site- a sup Tier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting_Agency to the are a part of the Contract Documents, regardless of the method of successful Bidder si•-ni in:. the Contractin• Alenc 's acceptance binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting_ApPncv or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with the Work and establishing theme date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other I authorized representatives. The chief executive officer to the t- Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract I 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed 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 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals 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 postpone the 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 1 IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RC) FOLLOWING: a. The bidder is not prequalified when so required; 1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH 1 TO READ: Information as to where Bid Documents can be obtained or I reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not pcqualified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE I, PARAGRAPH 1 TO READ: 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of BidsSRC, APWA) bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the 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 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED 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 and execution, together with a list of all other forms or documents p g g (-not-words-)written in required to be submitted by the successful bidder, will be ink or typed. The proposal shall include: 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 The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.6(1) Proprietary Information (RC) Within 29 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be corn►leted b the material(s) which constitute "(valuable) formula, designs, Contractorato, 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 29 10 calendar days after the award 1- Page-SP-2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes (RC) 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 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 1-04.11 IS SUPPLEMENTED AS FOLLOWS: license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's 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. The contract price for "Finish and Cleanup, lump sum," shall SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further 5. 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 partner). If the Contractor is a corporation, the bond must be signed by the SECTION 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 Drawings (RC) corporation(i.e., corporate resolution,power of attorney or a letter The Contractor shall submit supplemental working drawings to such effect by the president or vice-president). as required for the performance of the work. The drawings shall be on sheets measuring 21 by 36 22 by 34 inches or on sheets with ' 1-04 Scope of the Work dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE F FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans and Stakes (RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such regard to the actual 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 Engineer. method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY the specifications. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the Special Provisions Specifications, and Addenda Contractor shall •rovide all r-•uired surve work includin: such (RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs Any inconsistency in the parts of the contract shall be resolved for this survey work shall be included in "Contractor Supplied 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): 1. Addenda 1-05.5(1) General (APWA, RC) 2. Proposal Form The En:ineer or Contractor sut died surve or will provide 3. Special Provisions ^ and rades r..,P� Flo es e 4. Contract Plans construction stakes and marks establishin 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and wilt perform 6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full 7. Standard Plans res,onsibili for detailed dimensions elevations and excavation 6,8. Standard Specifications sloes measured from the En:ineer or Contractor su.•lied surveyor furnished stakes and marks. t- Page-SP-3 Revision Date: May 19, 1997 1-05 Control of Work 1-05 Control of Work hip The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey 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 reconstruction 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 substantiating 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 secondary survey controls, the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for 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 successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey 1-11.1(3). 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 dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced 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 constructing the "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. IN 1-05.5(2) Roadway and Utility Surveys (APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all surve 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 completion of the Work. These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet, and If the Contractor and Surve or fail to provide as directed b III 4. Offset points to establish line and grade for underground the En:ineer and/or these plans and I ecifications 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). En:ineer ma elect to'Irovide at Contractor expense a surve or to On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs En:ineer. The En:ineer shall deduct expenses incurred b the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor. t- 1Page-SP-4 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings.shall be included in the additional remedy or damages with respect to the Contractor's lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required. 1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE (RC) FOLLOWING: 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, upon written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work 11.. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults, Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted 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). unauthorized 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 limiting actions upon a contract in writing, or liability expressed or its accuracy. All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the THE VACANT SECTION 1-05.8 IS REPLACED BY: Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to 1-05.8 Contracting Agency's Right to Correct recover under any bond given by the Contractor for their Defective and Unauthorized Work (APWA) protection, or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts, and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Section 1-05.11 is deleted and the first two sentences of the Agency forces. If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: situation, the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA) Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05.11 1 Substantial Coln•letion Date APWA 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 noti the Engineer and r••uest might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be attributable to correcting and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform, shall 1. The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the o..rational and Engineer from monies due, or to become due, the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2. Only minor incidental work, replacement of tem ora 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. destroyed or damaged by correction, removal, or replacement of The Contractor's re.uest shall list the s•ecific items of work the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach .h sical completion. The Engineer ma also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights t- Page-SP-S Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work • iii If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections I 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, supplies, and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing. the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the s stem ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer, substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished I shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING: revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting Inspection. Agency will establish the Completion Date and certify the Work as 1-05.11(2) Final Inspection 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 Engineer to schedule a final inspection. The 1. The physical work on the project must be complete. Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then make a Final Inspection and the Engineer will by the Contract and required 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 complete. Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed 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 Iiir be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. h sisal completion of the listed deficiencies. This Failure of the Contactor to perform all of the Contractor's p Y p process will continue 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 If 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 after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: I 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) I the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That p+equalification 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. 444se-reports into account. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing(APWA) FOLLOWING NEW SECTIONS: It is the intent of 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; street lighting, electrical distribution or bear the costs for sower and water necessa for the •erformance signal systems; buildings; or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with an officer a:ent or under operating conditions for the time period specified to ensure emilo ee of the Contractin. A:enc either before or after their acceptability prior to the Physical Completion Date. During execution of the contract shall affect or modi an of the terms or and following the test period,the Contractor shall correct any items obligations 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, electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for I the purpose for which they were installed. The Physical 1 Page-SP-6 Revision Date:May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases, however, FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) describes this exception. 1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency will pay the retained percentage only Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. 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 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, 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 Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor (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 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 Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington State Sales Tax-Rule 170 (APWA) Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other providing first aid to the injured. The Contractor shall establish, structures, upon real property. This includes, but is not limited to, publish, and make known to all employees, procedures for ensuring the construction of streets, roads, highways, etc., owned by the immediate removal to a hospital, or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary including employees, who may have been injured on the Project sewers and sewage disposal systems unless such sewers and Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of, a street or road drainage Site before the Contractor has established and made known system; telephone, telegraph, electrical power distribution lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching Rt any article r not such peblepl property op property in efficiency, and adequacy of the Contractor's plant, appliances, and or to real property, methods, and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. or improper maintenance, use, or operation. The Contractor shall For work performed in 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 contract Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction .rices or in an other contract amount sub'ect to Rule 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 Exce.tion: The Contractin• A:enc will not add in sales tax measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the .urchase or rental of tools machine e•ui.ment or consumable SECTION 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the project. Such sales taxes shall be 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) 1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contractin A_eiic on an contract wholl for 1rofessional or special rules on the state sales tax. Sections 1-07.2(1) through 1- other services as defined in State De.artment of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust 1, Page-SP-7 Revision Date:May 19, 1997 I 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public I SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less,or have more than a 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlifes-of than 50 NTU; for other classes of waters, refer to WAC 173-201- (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 1 and measured with a calibrated turbidimeter. 09.4. • -. Discharges to a State waterway caused by aggregate washing, drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds, settling basins, overflow weir, polymer water treatment, discharging to ground (RC) surface, by percolation, evaporation or by passing through gravel, 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 Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain 1-07.13(1) General (RC) situations may include netting, mulching with binder, and seeding. Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for 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. culverts and other pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions 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 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is II accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is I recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section -1-09.41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispens g in area is properly lighted. If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical 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. I to other pay items in the Contract and no further compensation shall be made. 6. Sewage: If a sanitary sewer line is encountered and repair or relocation work is required, the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer 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 discharge. The 1. Turbid Water Treatment Before Discharge: existing sewers shall be maintained b the Contractor without Determination of turbidity in surface waters shall be at the interru•tion of service b the use of tern•ora sewer b passes. In discretion of the Engineer; for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a ru•ture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions; for Class AA and Class A Waters, !- Page-SP-8 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of easement areas 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 original 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 expense 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 property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The 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 The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads, detour roads, or other temporary work as required Requirements, which is available at the Public Works Department by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material, and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. SECTION I-07.17 IS SUPPLEMENTED BY ADDING: A. General. All construction 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. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW 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 weekends 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; B. Structures. The contractor shall remove such existing Call Before You Dig structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without construction area and stockpile it in such a manner that it may be uncovering, measuring, or other verification. If a utility is known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth •ro•osed excavation and that utili is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. If in the trosecution of the work it becomes necessa to All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no intern'•t existin: surface draina:e sewers underdrains conduit additional cost to the Contracting Agency. In the event that it is utilities similar underground structures or .arts thereof the contractor shall be responsible for and shall take all necessa necessary to trench through any lawn area, 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 backfilled. The lawn area shall be cleaned by sweeping or other such facilities or structures due to this construction operation to the means,of all earth and debris. satisfaction of the Ci • exce•t for Ci owned facilities which will The contractor shall use rubber wheel equipment similar be re'aired b the utili de•artment at contractor's ex•-nse or b 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, mail boxes, or t- Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance (RCZ insurance, the City of Renton shall not be deemed or construed to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader di SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect, from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable). Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory Ow Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including • Independent 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 either 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 • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation ilk period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability (when necessary) required on the contract prior to the date work 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 primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability 1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract. which details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or All coverage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on and underwritten by a company acceptable to the Contracting work performed(i.e. pollution liability). Agency. The City requires that all insurers: I) 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 Insured (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 Insurance,. prior proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request to two(2)years after the completion of the project. copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, 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. I Be on a .rima basis not contributo with an 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 RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, 4) Policy may ti qi 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 CITY OF RENTON by certified mail. f= Page-SP-10 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- 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 LIMITS REQUIRED not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a General Aggregate* $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: PersonaUAdvertising Injury $1,000,000 1-07.20 Patented Devices, Materials, and Processes Fire Damage(Any One Fire) $50,000 Medical Payments(Any One Person) $5,000 (APWA) Stop Gap Liability $1,000,000 The Contractor shall assume all costs arising from the use of * General Aggregate to apply per project (ISO Form CG2503 or equivalent) patented devices, materials, or processes used on or incorporated in **Amount may vary based on project risk the work, and agrees to indemnify, defend, and save harmless Automobile Liability The Contracting Agency, and their Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers'Compensation materials, or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING: Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and Each Occurrence/Incident/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 Contractor shall obtain, comply with, and pay for such The City may require the CONTRACTOR to keep permits and costs as are necessary in conjunction with blasting professional liability coverage in effect for up to two (2)years after operations. completion of the project. When the use of explosives is necessary for the prosecution of The Contractor shall promptly advise the CITY OF RENTON the Work, the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate permitting the blasting. limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4) IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC) SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the project limits and on any street which is Within 20 days of award of the contract the CONTRACTOR utilized by his e_quipment for the duration of the project. shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks, CONTRACTING AGENCY the following: .ower swee.ers and other .ieces of e.ui•ment as deemed 1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance. herein) without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project, and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. 07.18(2), and 1-07.18(3). as revised above. Other Complaints of dust, mud or unsafe practices and/or requirements are as follows: property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be requirQd by the contractor. and confers no rights upon the Certificate Holder"; b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose t- Page-SP-11 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress " SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL FOLLOWING: , REFERENCES TO "COMMISSION, THE SECRETARY" OR "STATE"TO READ "CONTRACTING AGENCY." 1-07.24 Rights of Way (APWA) SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARy" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within these limits, unless arrangements for use of private_property are made. Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION I-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) II Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents 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 Engineer. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify 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 promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the is acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract. 1. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior 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 construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. 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 Project Schedule. acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account 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 com.utin* this .ercenta!e however The Contractor ma subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract .rovisions s.-cificall desi l nates ma be first excluded from the Awarded Contract Price. it The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that the s subcontractor has the experience, ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish all certificates submittals and statements re.uired b the Contract Documents. 111 i Alan_ with the request to sublet the Contractor shall submit the names of an contractin. firms the subcontractor .ro•oses to Page-SP-12 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to 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 exceeds the subcontractors without being subject to the 25 percent limitation: Contractin: A_enc 's noise control re.tulations or com'laints are 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. subcontractors. 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 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 carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting 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 during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. (1) purchase of sand, gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews; concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab; structural 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 O Reimbursement mbursement for Overtime Work of owned or operated by such plants or by recognized independent or 1-08.1 commercial hauling companies. Contracting Agency Employees (APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work provisions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply an inspector will be present, and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged, Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the 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 THE The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1(3) Hours of Work(APWA) (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction 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 prosecuted diligently, If a Contractor desires to perform work on holidays, vi•orousl and without unauthorized interru.tion until oh sical Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowin• of operations b the Contractor without .riot a.•roval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual ,obli•ation to comilete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. i- Page-SP-13 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. I FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL 5 The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF the time specified in the Contract Documents or as extended by the TRANSPORTATION" IN THE LAST SENTENCE, Engineer. The Contract Time will be stated in "working days", PARAGRAPH S 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: 1 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 The contractor alone shall at all times be responsible for the holidays: January 1, • • " • • adequacy, efficiency,and sufficiency of his and his subcontractor's Monday of February, Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make 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. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays.- When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding 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, secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date The contractor shall give his personal attention to and shall and ending with the Physical Completion Date, shall be charged to supervise 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 times be represented by a competent superintendent who shall unworkable day. have full authority to execute the same, and to supply materials, The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for Contract Time for the preceding week; (2) the Contract Time in the faithful observance of any instructions delivered to him or to working 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 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date riven to the Ins ector on the .ro'ect at the time of delive of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the 're oared on the basis of said tall tickets delivered to the Ins.•ctor report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are s.•cified to be said b the ton the followin: establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Du.licate tickets shall be .re fared to accom.an each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Numbers 2. Truck tare weight(stamped at source). I 3. Gross truck load wei.ht in tons stamped at source . 4. Net load weight (stamped at source). 5. Driver's name and date. Page-SP-14 Revision Date:May 19, 1997 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." 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: lump 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) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit 1-09.9(1) Progress Payments (APWA) price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and "ENGINEER." 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 accompanied by documentation supporting the Contractor's FOLLOWING: Application for Payment. 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites 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 shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications, will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified 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 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the 04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are 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). synonymous. The value of the progress estimate will be the sum of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 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 Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3. Materials on Hand — 90 percent 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 the clause 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 described in that particular Section. Payment items will generally completed extra work as determined by the Engineer. be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item, such items shall 1. Five (5)percent for retained percentage. be furnished FOB project site, or, if specified in the Special 2. The amount of Pro I ress Pa ments previous( made. Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency 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 performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission b the Contractin: 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 in the Pa ments will be made b warrants issued b the Contractin: Specifications. Payment for material "furnished," but not yet A:enc 's fiscal of icer a•ainst the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work perform ed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL t- Page-SP-1 S Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment h 1-09.9(2) Retainage (APWA,RCZ 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 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 progress pa ents the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel 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 eft 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. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired on the indicates the Work will not be completed within the Contract Time. -- • .. ' - • - •• When calculating an anticipated time overrun, the Engineer will • • -•• •• ...!• •- • - • •• •• at make allowances for weather delays, approved unavoidable delays, least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld 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 further 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 percentages in securities. The Contracting Agency may also, at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the 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 Engineer with a RCW 60.28) provided the following conditions are met: field office when required by the Contract Provisions. I. 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 II (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection IRCW 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 Pay retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor 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. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect 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 En•ineer elects to do so will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contractin: A•enc 's intent to do so and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. 1= Page-SP-16 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsib to comply with all laws, ordinances, and Contractor in accordance with this section will be made. A re lations — Federal, State, or local — that affect the contract. payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. 1-09.11 Disputes and Claims If legal action is instituted to determine the validity of the claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS: written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment giaai Upon Acceptance of the Work by the Contracting Agency the Contract Voucher Certification such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) 2. for all things 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 claims 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 where the work is performed. 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 Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting 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 recovering 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. claims or causes of action which a Contractor asserts against the Before the Work 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 the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating 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 certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "KING COUNTY." If 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 documents required for the final acceptance of the contract, the Contracting Agency 1-09.13(3) Procedures to Pursue Arbitration (RC) 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 bindin: on the arties unless the a:•rieved . Contractor has been provided the opportunity, by written request a within 10 da s challen_es the findin•s and decision b servin: and frlin_ from the Engineer, to voluntarily submit such documents. If a .etition for review b the su.erior court of Kin: Coun voluntary compliance is not achieved, formal notification of the certified letter Washin ton. The :rounds for the ►etition for review are limited to impending unilateral acceptance will be provided by certi from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: I. Are not responsive to the questions submitted; days for the Contractor to submit the necessary documents. The 2. Is contrary to the terms of the contract or any component 30-calendar day deadline shall begin on the date of the postmark of thereof; the certified letter from the Engineer requesting the necessary 3. Is arbitr. and/or is not based u.on the a..licable facts documents. This reservation by the Contracting Agency to and the law controlling the issues submitted to arbitration. The unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall su..ort its decision b settin• forth in Writing their findings are terminated in accordance with Section 1-08.10. Unilateral ndings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or t. Page-SP-17 Revision Date:May 19, 1997 1 1-10 Temporary Traffic Control 1-10 Temporary Traffi I c Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional I statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment, or services which could such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal, they are not by the contractor. specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General(RC) required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for "Traffic Control," control plan(s)appearing_in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment 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, SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisor(RC) (SA) personnel for all traffic control labor; When the bid proposal includes an item for "Traffic Control 3. Furnishing any necessary vehicle(s) to set up and remove Supervisor," Tale Contractor shall designate an individual or t III he Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project. The TCS shall be certified inasa worksite traffic control ..e - __ 1 4. Furnishing labor and vehicles for patrolling and maintaining ' e • _•_ •_ •, in position all of the construction signs and the traffic to Y . The•TCS shall assure thatpereonally control devices, unless a pay item is in the bid proposal to 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. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the has concurrence of the WSDO-T-TCS is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. • _ �•. 7. Preparing a traffic control plan for the project and ' designating the g g 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) Traffic Control 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., correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" appears in the proposal then well as any other appropriate signs prescribed by the Engineer, or all work required by these sections will considered incidental and required to conform with established standards, will be furnished by the Contracting gency Contractor. their cost shall be included in the other items of work. ^ t.. Page-SP-18 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. Payment for Class 8 adustment .er Section 1-04.6 onl when the total contract trice •- increases or decreases by more than 25 percent.• described•in Section 1 .10.3(1). All other costs for the work to "_t• ' -' _t• ' " provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per hour 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 one-pilot car operation. Any necessary flaggers will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control. "Traffic Control Labor,"per hour, 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum nit contract price per hour shall be full Construction Zone pay for all costs for the labor provided for performing those u �'' •' 'j construction operations described in Section 1-10.3(1) and as • _ _ authorized by the Engineer. ••. ' •• . • _ ' =- ' ' The Lump Sum unit contract price per square foot of • panel area shall be full pay for all costs for performing the • -• -• ' - - - work described in Section 1-10.3(3) and Section 1-10.3(4). . .• - . ••1 - • This payment will include all labor, equipment, and vehicles • _ _ �'' necessary for the initial acquisition, the initial installation of Traffic Control. Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. '. •• • •. - - - • Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be furnished by the Engineer.. Contractor "Traffic Control Supervisor," per day. • The Lump Sum unit contract price per day shall be full _ '• pay for all costs involved in furnishing the person(s) assigned • - t • e as the "Traffic Control Supervisor" during an Engineer DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)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-Supeaveioc." "Temporary Traffic Control Devices, " lump sum. No specific unit of measurement will apply to the lump sum item of"Traffic Control". • • - ! - ' -- paymentfer the lump sum item "Temporary Traffic Control SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-10.5 Payment (RC) be paid Payment for all labor, materials, and equipment described in •• - ' Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when they are included in the proposal: - -• "Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not " a -" ' " covered by other specific pay items in the bid proposal for The Lump Sum unit—contract price per day shall be full furnishing, installing, maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(2). The operator(s) of conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the 1 public.. 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 end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC) and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct su.ervision of a .erson retistered to •ractice land surve under the provisions of Chapter 18.43 RCW. b. Payment for the remaining 70 percent of the amount All surve s and surve reports shall be prepared in accordance bid for the item will be paid on a prorated basis in with the re.uire ents established b the Board of Retistration for accordance with the total job progress as determined Professional En•ineers and Land Surve ors under the ,rovisions of by progress payments. Chapter 18.43 RCW. Page-SP-19 Revision Date: May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards el 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes. lit coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to ow used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a ow Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under the Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including ow angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including one- survey control shall be revealed on the face of the survey drawing, sixteenth corners; and as shall the method of adjustment. The horizontal component of the control system for surveys • Any permanently monumented boundary, right of way ow using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys corners. as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques 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 go 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 consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. The benchmark(s) used observed for staking or "as-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 not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments, the project 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 project. 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 remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A ow methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of 1-11.1(4) Field Notes (RC) Renton and, upon their review and acceptance per the specific 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. 1116 bound field book with waterproof pages. In cases where an If recordin_ is not r-.uired the surve drawin_ shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a it sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of point. WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols OP a description. Point numbers shall be unique within a complete shall be used whenever possible and a le l end shall identi all lb job. The preferred method of point numbering is field notebook, s mbols used if each •.int marked b a s mbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing_ The listing should to Upon completion of a City of Renton project, either the field include the .oint number desi:nation corres.ondin! with that in notebook(s) provided by the City or the original field notebook(s) the field notes a brief description of the •oint and northin: used by the surveyor will be given to the City. For all other work, eastin• and elevation if as,licable values all in ASCII format surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media llor t, Page-SP-20 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(7) Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5), satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded surve shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e g., the front corners of lots, a 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 shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other (RC) cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5), shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface,per section 1-11.2(3). In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature (PC), points of tangency (PT), street intersections, center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non corner monuments set while under 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 circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of 1-11.1(10) Station—Offset Topography (RC) tangency (PT), point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91 Control 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. 1-11.1(11) As-Built Survey (RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC) and TITLE 9 Public Ways and Property, must be located both Corners per 1-11.1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal survey. 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 number. The specific nature of improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should occur prior to backftlling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in Ci of Renton Standard Plans sale H031 and Bermanentl surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. 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 computed, either manually or by means of electronic data processing_eq_uipment, by Earthwork use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer, shall be provided FOLLOWS: by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections, fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall: shall produce a surface which is smooth and even, without abrupt 1. Haul broken-up pieces ' changes in grade. to some off project site. •_ Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work. Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after bacltflling and compaction are complete, before placement of 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 subgrade free from standing water. they • • •' ° '• • • •• • ' .re Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified 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 (RC) native materials from becoming saturated with water. The 2. "Saw Curtin r Lineal Foot. measures may include sloping to drain, compacting the native g"' materials, and diverting runoff away from the materials. If the 3. "Remove Sidewalk", per Square Yard. 4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or 5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the 6. "Remove Asphalt Concrete Pavement," per square yard. 7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are All costs related-to the removal and disposal of structures and not available to complete construction of the roadway embankment, obstructions including saw cutting, excavation, backfilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project, all portions other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determined b the 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway Embankment embankment Gravel Borrow meetin• the r•,uirements 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 perfoYmed 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 en:ineer roadwa excavation the Contractor. borrow excavation, and unsuitable foundation excavation - by the 1- Page-SP-22 Revision Date:May 19, 1997 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2-06 Sub grade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS: 2-06.5 Payment (RC) 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 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 SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that part below the 2-foot depth shall be paid for as FOLLOWING: provided in Sdaction–I-04•4 Item 3 of this payment section. In this 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.•material. -. • - . • . ! -• - '' ' '= 2-09.3 Construction Requirements haul• rn that cases &The unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 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. •• • • The unit contract price per cubic yard shall include haul. - - •• If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for • loading and hauling the material the full required distance., �:` • , otherwise all such disposal costs shall be considered incidental to -.• ••. . _ . • •.. • !Payment for the work. embankment compaction will not.be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the 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 backfill unless a specific separate pay item is included in the contract for gravel 2-04.5 Payment (RC) backfill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS 1. "Haul", per unit. FOLLOWS: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "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 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items,, of work if "Structure Excavation" or Page-SP-23 Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Inc( Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as 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 (Type 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 purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny 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 included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. I 1 1 Page-SP-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. Al IN tilt = •w tar ow wit Page-SP-25 ale Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) .... Surface Treatments and Pavements Y• - . . samples-teWhen a sample from uncompacted mix is needed, the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained in accordance with WSDOT Test Method 7l2.-The pl tf SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is--shall-ba defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix as—provided under c- tat ctical ^r a nonstatistical acceptance. �. formula (JMF). Only one lot per JMF is expected to occur. for Determination of--statistical-or 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) shallwill be evaluated for quality of gradation on a p•��Nr�r� �'�` �' '�`p." , chart °` r dailylet basis by the Contractor. This gradation analysis shall be based on WSDOT Test Method 104 and the results delivered to the (job Mix Formula) is defineddefined described in Section 9- Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the with Section 9-03.8(6)A.2.-and A-asphalt content shall be tested at Engineer. the Eengineer's discretion if the Compaction Pay Factor(Section 5- S. •• •04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent - . • gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ±3% for sieve sizes greater than 1/4" and±2% for sieves smaller than the No. 10, then " the costs of the sampling and testing shall be borne by the •• - Contractor. If the test results vary from the Contractor's data ' ase-within the ranges listed above from the Contractors data, then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one Agency.!• •• sample for each sublot of 400 tons or each day's production,• • - whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be advertised, awarded, and •administered by WSDOT, •unlesr determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a ' maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available. of all - ... sampling, the Composite Pay actor (CPF) of the-sempletod •f• • D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance 2. Aggregates. _Aggregates w 11 be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test equivalent and fracture based on their conformance to the Method 722 T. When sample testin_ of _radation is necessa requirements of Section 9-03.8(2)_ Aacceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation using Alternate Solvent Procedure; WSDOT Test Method 723-T. 3. Asphalt Cement. Asphalt Cement will be accepted fes E. Reject Mixture tests-based on their conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, prior to 02.1(44).e 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 the asphalt cement changes, a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated for evaluated and approved. ; 43. Asphalt Concrete Mixture acceptance. p (2) Rejection -by Engineer Without Testing`x-i h A. Sampling The Engineer may, without sampling, reject any batch, load, or (1) A sample will not be obtained from either the first or last section of roadway. 25 tons of mix produced in each production shift. Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement material that appears defective in gradation or asphalt cement SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into anythe pavement. Any rejected section of 5-04.3(10)A General (RC) compacted xeadu�aypave removed. The Contractor shall not use vibration when compacting on a No payment will l b be e made shall e f for the rejected materials or the removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) ._ , Asphalt concrete pavement Classes A, B, E, and F used in ., traffic lanes, including lanes for ramps, truck climbing, weaving, ••r,- 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 a Composite Pay Factor Section 1 06.2(1), using a minimum-o 94.0 percent of the •Acceptance of the initially reference maximum density as determined by WSDOT Test rejected suspected material will use the acceptance sampling and Method-705• _The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that developed in the job mix formula(JMF) , formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be concrete being placed. If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of 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 job mix formula Contractor at the Contractor's expense. The specified level of tolerances, the mix will be accepted for quality of mix but will density attained• will be determined by the average statistical remain subject to the compaction adjustment of Section 5-04.3(10) evaen--of three five 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 determined by the stratified random_samplin� re edu ( }—A Partial Sublot. ha addition to the preceding random ■ _ •• within each density lot less. The Engineer will furnish. a copy of the results of all acceptance testing performed in the field as soon as •r. •.. the results are availabl•. •te! •.•- . - • • • _ 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 adjustments of Section 5- 04.5 1 B. -. • .. .. ... . . - (1) An Entire Sublet. If as entire sublot is rejected in .• . O . • deteaiaed• • For compaction lots falling below a CPF of 1.00 pay factor • - and thus subject to price reduction or rejection, cores may be used (.5.)--A Lot in Progress. The Contractor shall shut down as an alternatives to the nuclear density gauge tests. , _ __ • - . - _ .*Elk• . - after paving. •When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, ' tThe cost--• • • • • .• .• •. . .. f o r•• tlte-•coring a. Drops below 1.00 and the Contractor is taking no - and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a •_ , • sublot is treater than 92.0 •ercent the cost for corin: and testin_ • _ shall be borne by the Contracting Agency. oxpimee. -at-•^'-=="V` shall-hs-25-per.uem- At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design. I 1- Page-SP-27 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (924. percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH of the reference maximum density determined by WSDOT Test THE FOLLOWING: Method 705). 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 III proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within I considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted (see basis of a test point evaluation of the compaction train._ The test Section 5-04.3(8) Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. II Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction (RC) In addition to the randomly selected locations for tests of the For each sublot a Compaction Pay density, the Engineer may also isolate from a normal lot any area Factor .• ' ••; - �� • will be that is suspected of, being defective in relative density. Such determined based on the relative density of the tests. The 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., The CIPAF equals the difference The isolated area will then be evaluated for price adjustment in • - •• - - - -• accordance with this ection, considering '• .! r.• it as a separate-sublotlet. ' ' • "'' t- '• - - P- - - quantity of asphalt concrete i• • .. . . - • . SECTION 5-04.5 IS REVISED AS FOLLOWS: and the unit contract price per to of 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Misc and/or Driveway Asphalt Conc. Approach Cl. , __92.0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 "Job Mix Compliance Price Adjustment," by calculation. 90.0 0.85 .. ,. . . •. ' ' .. •• " ' . 89.5 0.80 .• - !• . • 89.0 0.75 I., Page-SP-28 Revision Date:May 19, 1997 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) 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 and the cut or fill material. The backfill material will be placed in engineer. lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each 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 setting 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 shall not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No 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, weathered portions, seams, cracks and other defects. subject to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the site. 6-12.4 Measurement (RC) The rock walls shall be constructed of one-man rocks, (85 to Measurement of the finished rock wall for payment will be 300 pounds) each 10" in its least dimension; two man rocks, (300 made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13" in its least dimension; three-man rocks the nearest square yard. (800 to 1,200 pounds) each 16" in its least dimension; four-man rocks (1,500 to 2,200 pounds) each 18" in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly in size for 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 wall", 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 (RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation, 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 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. 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 I. Page-SP-29 Revision Date:May 19, 1997 7-01 Drains 7-04 I Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall 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 are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-03 Structural Plate Pipe, Pipe Arch, Arch, 7-01.2 Materials (RC) and Underpass Drain pipes may be concrete,zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following used. 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 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 vat 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, screw-on, or wraparound coupling bands as I recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) ow PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal: described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear foot with Asphalt Treatment I. at PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch Gage Ft._In. Span", snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I. recommended by the manufacturer of the tubing. "St. Str. Plate Arch Gage Ft. In. Span", per in SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING: "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl.Haul", per cubic yard. 7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure riut 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 INN incidental. 7-02 Culverts 7-04 Storm Sewers I 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) I Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized), Asphalt Treatment I Coated 4:* I 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) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) 1 Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) t. Page-SP-30 I 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 (RC) Pipe bedding for PVC sewer pipe shall consist of clean, All manholes shall have eccentric cones and shall have granular pea gravel consistent with section 9-03.12(3). It shall be 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 (RC) 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 specifications. existing structure shall be raised or lowered to the required SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. r - ••_ . . . - • . •• FOLLOWING: •• 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed 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 SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement (RC) 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 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 adjustment, 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 catch basins and similar type structures. thoroughly compacted. In cement concrete pavement: 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 adjustment shall be 7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted 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 standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade•_ - ••.-" • •- utilizing the same methods of construction as for the manhole Testing of storm sewer pipe, if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wed:ed us to the desired trade. The asphalt concrete 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 frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be sainted with hot asphalt cement. Asphalt Class G concrete shall then be •laced and compacted with hand tampers and a patchin_ roller. The complete patch shall match the existin• paved surface for texture densi a d uniformit of trade. The point between the Page-SP-31 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: I hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe. iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by "Adjust Existing ," per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the 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 casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) and plastered. "AdjustMaele Existing ," per each. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner The unit contract price per each for "Adjust Existing Manhole" or "Adjust Catch-Basin" shall be full pay as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings: Adjustments of valve box castings shall be II of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. 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 Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the 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 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: liti FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes (RC) 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 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. I 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 channeling will be required. further compensation shall be made. A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: I 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(RC) will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. 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 i I ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint t- 11Page-SP-32 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the 'lie line shall be closed with water ti:ht expandable Al sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to all gnment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER,_pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between SECTION 7-08.3(2)/IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement, 7-08.3(2)J Placing PVC Pipe(RC) 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. 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 manufacturer to verify proper gasket placement. the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 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 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 Engine-in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main where they shall be carried by means of a laser 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 "0" ring rubber gasket meeting ASTM C-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. • PVC pipe connection shall consist of tee, nipple and couplers as ••• - . - _ approved by the Engineer. • _ SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS . _ FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09., 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 larger size, pipe(s) shall be laid by matching the (eight-tenths) flow fill the pipe for a distance of two diameters. Computation for elevation, unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe, fittings, 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, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the 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 installed. specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior . to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. t Page-SP-33 Revision Date: May 19, 1997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment l (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 (RC) "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 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 incidental. the manufacturer's printed recommended deflections. SECTION 741.3(4)B IS SUPPLEMENTED AS FOLLOWS: 7-10 Trench Exc., Bedding, and Backfill for Water Mains 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) (RC) 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 (RC) THE TITLE 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 maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with rte' accordance with Section 1-09. Polyethylene Encasement (RC) Where sh^.°^ :^ the Plans The Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (RC) encasement 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 �• "' ••- 4-5 of ANSI 21.5 or AWWA C105. •• The polyethylene wrap shall be tube type and black color. • •- - •• _ Any damage that occurs to the wrap shall be repaired in accordance . • •• . . .• ! _ ? Payment for "removal with ANSIJAWWA 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 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) 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 7-1I.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" , per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains (RC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor material per Section 9-30.7B(1). shall not operate any valves on the existing system without-speuifte Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a re.resentative of the water de•artment is •resent to ins': t the work. When not stated otherwise in the special provisions or on the .lans all connections to existin_• water mains will be done b Ci forces as provided below: City Installed connections: Page-SP-34 ' Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water 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 1000 ft. 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 scheduled time for the 450 0.95 1.27 1.59 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 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 plans, including but not limited to the required fittings, couplings, 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 pipe spools, shackle materials to complete the connections. The 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 Contractor shall provide and install concrete blocking, polywrap 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 the piping at the connections, backlit' and surface restoration at the *If the pipeline under test contains sections of various locations shown on the plans for the connections to the existing water mains. diameters, the allowable leakage will be the sum of the computed 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 L=ND� 7-11.3(11) Hydrostatic Pressure Test (RC) 7400 A hydrant meter and a back flow prevention device will be in which used when drawing water from the City system. These may be L = Allowable leakage, gallons/hour obtained from the City by completing the required forms and N = No. of joints in the length of pipeline tested making required security deposits. There will be a charge for the D = Nominal diameter of the pipe in inches water used. Before applying the specified test pressure, air shall P = Average test pressure during the leakage test, psi be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor r •• •' !" • •° ' ' ..• . shall install corporation cocks at such points so that the air can be th 1 to t t p rio4r expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A 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-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be f ushedpoly- 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. If furnish the water necessary to fill the pipelines for testing purposes Perin,-the main cannot be "pow-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 "Pol -ii:" shall be e.ual to Girard Industries A.ua- required pressure, stopping the pump for a minimum of two hours, Swab-AS, 21b/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coatin= on the rear of the "Pol -,i=" onl . The "Pol -.i:" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water • .. - • . • . . . for pumping up pressure on the main being tested. This makeup a •_ .•. +.- water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/1. accomplished in accordance with the Ci 's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1) pumping from an open container water s stem shall not be dis•osed into the storm draina:e s stem of suitable size such that accurate volume measurements can be or any water was'. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand I. Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains I SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH:: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat 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" mechanical 7-11.3(12)K Retention Period (RC) joints. 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 specification as Imib 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/I. ASTM A563, grade C3, or zinc plated. S8: 518" and 3/4", ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A.563, grade A, zinc plated or hot-dip galvanized 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 aid installation, zinc plated or hot- Before placing the lines into service, a satisfactory report shall dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, w be received from the local or State health department or an approved grade C3. 510: for 5/8" and 3/4" tierods,ASTM A563, grade A. pproved testing lab on samples collected from representative points in the new ystem. Samples will be collected and Tierod: 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, sisr ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36, A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17:ASTM A242, F436. S17: ANSI B18.22.1. 7-11.3(13) Concrete Thrust Blocking and Dead-Man Installation: Block(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. All 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 threaded equal distance into tiecouplings. Arrange 1 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 restraint(shackle rods), where required, shall be installed in I accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels, shackle rods,installation and removal of formwork. Tie Rods Required B 1 locking shall be commercial concrete (hand mixed concrete 4" 2 is not allowed)and poured in place. 6" 2 8" 3 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10" 4 ._ 12" 6 7-11.3(15) Joint Restraint Systems (RC) 14" 8 err General: 16" 8 Where shown on the flans 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) 3 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_k treated, superstar "SST"series. supplied with slots for "T" bolts instead of holes, a flanged valve High strength low-alloy steel(cor-ten), ASTM A242, superstar with a flame b mechanical 'oint ada•ter shall be used instead so "SS"series. as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: Where a continuous run of die is r wired to be restrained ASTM A153 for galvanizing iron and steel hardware. no run of restrained :i•e shall be treater than 60 feet in len:th ASTM A123 for galvanizing rolled, pressed and forged steel between fittin:s. Insert Ion: bod solid sleeves as rewired on shapes. loner runs to keel tierod lengths to the 60 foot maximum. Pi se or used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Page-SP-36 ea Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC) koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: -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: included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner 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 mains 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 in accordance with the applicable portions of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to "_Pipe for Water Main and Fittings In. Diam.", per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of " Pipe for Water Main _In. Diam." shall be full pay for fourth inch(1/4") to one-half inch (1/2")below finished grade. ' 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 insertion and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust 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 SECTION 7-12.5 IS DELETED AND REPLACED WITH THE Dead-Man Block" Shall be for the complete cost of labor, FOLLOWING: materials, equipment for the installation of the concrete thrust "Gate Valve from 4 inch to 10 inch in diameter and Valve blocks and dead- man blocks, including but not limited to Box," per each. excavation, dewatering, haul and disposal of unsuitable materials, The unit contract price per each for the valve of the specified concrete, reinforcing steel, shackle rods and formwork. If this item is not included in the contract schedule of prices, then thrust size shall be full .a for all labor equipment and material to furnish and install the valve complete in dace on the water main blocking and dead-man blocks shall be considered incidental to the includin trenchin ointin: biockin: of valve paintin installation of the pipe and no further compensation shall be made. - "Connection to Existing Water Mains", per each. disinfecting, hydrostatic testing, cast-iron valve box and extensions as required valve nut extensions ad'ustment to final Jade.The unit contract price per each connection to existing water "12 inch Gate Valve and Concrete Vault," per each. mains shall be for complete compensation for all equipment, labor, The unit contract price . reach for the 12" :ate valve materials required for the connections to the existing water mains. assembl shall be full .a for all labor •,ui.ment and material to furnish and install the valve corn ilete in .lace on the water main includin• trenchin: 'ointin: blockin: of valve b -sass assembl cast-iron casting and cover, ladder rung, concrete risers as required, adjustment to final grade. "16 inch and lamer Butterfl Valve and Concrete Vault " qer each. t. Page-SP-37 Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories, I butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). 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 to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE "Blow-off assembly,"per each. FOLLOWING: The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC) shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail, latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets of 'Air-Release/Air-Vacuum Valve Assembly," per each. the type required for a new installation of the same type. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC) disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced "Adjust Existing Valve Box to Grade (RC)," per each. with new gaskets of the type required for a new installation of the The contract bid price for "Adjust Existing Valve Box to same type. Grade" above 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 (RC) work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant . , assemblies, including all costs for auxiliary gate valve, shackles, - - - tie rods, concrete blocks, gravel, and painting and guard posts P' required for the complete installation of the hydrant assembly as snasker—post-,. specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made., 7-14 Hydrants as specified in Section 7 11.5. "Resetting Existing Hydrants",per each. 7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant), FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants(RC) 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 eastwo field coats. The specified in Section 7 11.5. Guard posts, shown on the plans shall ri type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall 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 full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting 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 - 1/2 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 (Ml connection), 4" x 5" Stortz adapter, t Page-SP-38 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 717.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC) Once the television inspection has been completed the 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection .lus the video to es. Said video tales are to be in color and compatible with the City's viewing and recording systems. The lines shall be copper. Where instalation is in existing paved streets, the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5/16 I.P.S.). (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails, regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be 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. Diam." 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 (hoe- Section 7-17.3(2) will be the number of linear feet of completed f hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested. I` 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 the neat line dimensions shown in the Plans, or by the Ton on truck tickets. 7-17 Sanitary Sewers SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 7-17.5 Payment (RC) 7-17.2 Materials (RC) (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. or V.C. Sewer Pipe _ In. Diam.", per linear Concrete ABS-Canvesita foot. Vitrified Clay PVC (Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe In. Diam."^per linear foot.• Plain Concrete Storm Sewer Pipe 9-05.7(1) "• -• ------ ' .` . " °' • ! . •. °. le Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Vitrified Clay Sewer Pipe 9 05.8 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 ABS Composite Sewer Pipe 9 05.11 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 conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit .rice for "Testin: Sewer Pipe" is included it shall be FOLLOWING: considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per 7-17.3(1) Protection of Existing Sewerage Facilities cubic yard. (RC) cubic unit contract price per cubic yard for "Removal and When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full pay for all work shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable trap in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A. shall be the contractor's responsibility to maintain this screen or "Bank Run Gravel for Trench Backfill Sewer", per cubic trap until the new system is placed in service and then to remove it. yard. or Ton. Any construction debris which enter the existing downstream The unit contract price per cubic yard, or Ton for "Bank Run system, shall be removed by the contractor at his expense, and to Gravel for Trench Backfill Sewer" shall be full pay for all work to the satisfaction of the Engineer. When the first manhole is set, its furnish, place, and compact material in the trench. outlet shall be plugged until acceptance by the Engineer. "Television Inspection", per Lump Sum. t- Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks trr Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE I Miscellaneous Construction FOLLOWING: 8-13.5 Payment "Reset Existing Monument"per each. I 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices, fa 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks "at 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 THE "Raised Pavement Marker Type 1", per eachkuadred. FOLLOWING: "Raised Pavement Marker Type 2", per eachhuadred. 8-14.3(4) Curing(RC) "Raised Pavement Marker Type 3- In.", per eachhuadced The Contractor shall have readily available sufficient I "Recessed Pavement Marker", per eacttlivadrad. protective covering, such as waterproof paper or plastic membrane, The unit contract price per eachhuadred for "Raised Pavement to cover the pour of an entire day in 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. PIN necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control - . .. . . .. . . .. . 0 n l e s s traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control •• • - ! - is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement(RC) I 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated 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 r 8-13.1 Description (RC) each price for "Curb kamp, 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. mit Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, then supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment Ri FOLLOWS: shall be included in the pay item for "Miscellaneous and/or 8-13.3 Construction Requirements Driveway Asphalt Concrete." I SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE The monument will be furnished and set by the Engineer or by FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) I Contractor shall be responsible for assuring that a registered "Curb Ramp, Cement Concrete," per each. surveyor references the existing monuments prior to construction. Payment for excavation of material not related to the After construction is complete, the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal, a 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contraction shall be considered incidental to the and the .er each contract •rice for Curb Rain. Cement Concrete." oil contract unless specifically called out to be paid as a bid item. tab ,. 1Page-SP-0O Revision Date:May 19, 1997 . 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimum width for the trench will be at the option of the THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will, however, be of sufficient size so SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths 8-17.5 Payment (RC) specified while maintaining the minimum cover. 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, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC) and Electrical • . 8-20.2 Materials 02.3(14)C. Where obstructions prevent construction of planned SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWING: satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings (RC) �' • ' . ' . ' ' " The Contractor shall submit for approval six sets of shop The contractor shall provide all material for and construct the drawings for each of the following types of standards called for on foundations for and to the dimensions specified in table I below. this project: The anchor bolts shall match that of the device to be installed 1. Light standards with or without pre-approved plans. 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. Disturbed earth or backfill material shall be compacted to 95 percent 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 dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. 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 (RC) thereon. The contractor shall supply trench within the unit widths and to the specified 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 site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet 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. I. Where sidewalk or raised islands are to be constructed as a Trench within the roadway area shall use select trench backfill p of this project, the top of the foundation shall be made which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or sheet) schedule of prices and directed for use by the engineer. The source 2. Where no sidewalks are to be installed,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 detail sheet) with acceptable materials from the excavation subject to the 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 and backfill shall be select material approved by the Engineer. The I- Page-SP-41 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical 1 ' SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within legless; continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size bex' shall be as indicated on the wiring_and conduit schedule shown on plans. •" Conduit to be provided and installed shall be of the type utilities. indicated below: ' •- - 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM • - standards shall be used whenever the conduit is to be placed other • than within the roadway area. • . . 2. Schedule 80 extra heavy wall p.v.c. Conforming to • _ ASTM standards shall be used when the conduit is to be placed -• . .. _ • . . within the roadway area. All joints shall be made with strict compliance to the • • _ - manufacturer's recommendations regarding cement used and _ -- _ - •• environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE • ! .. _ FOLLOWING_ 8-20.3(6) Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail ay be employed as an alternate to sheets. • 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" • 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function, �• i.e. street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and steel- detail sheets. • The unit contract price per each for "Type I" or "Type II" ,. • ' junction box shall be full compensation for furnishing same and for • all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavation, • _ backfilling and compaction all in accordance with plans, •• If allowed in the Plans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel to each other and extend 2 feet one under and around the base of the junction box. Concrete shall be (1) foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the • 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 contract includes separate pay items for "crushed restored per the Renton Standard Detail. surfacing" and/or for "concrete pad." 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 (RC) 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 Stag City. Three types of power service are used as indicated below: • „ I. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C.(traffic signal service only) •• _ 2. Type II, 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 III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. street lighting contactor/traffic signal, grounded • •• . neutral service) • - '" The power service point shall be as noted on the plans and ise serving any circuit contained in the shall be verified by the electrical servicing utility. fit' The service cabinet shall be marked with the service Identification of the equipment grounding conductor shall conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Specification TT-E-489. • • - • SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS • - • FOLLOWS: 8-20.3(11) Field Test (RC) The first service ground rod shall be _ th Q f r I „th if-thA a 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 clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday. complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a signal/lighting 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 junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans, specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered until 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 workin• da s notice will be r-suired 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. Any deletions of channelization prior to turn on must be approved by the 8-20.3(10) Service (RC) engineer. Power sources shown in the Plans are approximate only; exact 6. Cit forces shall .rovide lost and maintain •ro•er si•nin. location will be determined in the field. warning of new signal ahead. • _ 8-20.3(13) Illumination Systems ••. . . _ - SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED _ - AS FOLLOWS: 8-20.3(13)A Light Standards (RC) (SA) assoa44- -• _ r. . - Page-SP-43 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical I •. _• •-••'• ••• - - •. All poles and davit arms shall be designed to su ort a •• - -• -•• luminaire weight of 50 lbs. or more and to withstand pressures 2. All washers shall be AASHT© M 164 (ASTM A 325). caused by wind loads of 85 m.p.h. with gust factor of 1.3. • All poles shall maintain a minimum safety factor of 4.38 .s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: - ! The davit style arm shall incorporate a 5'9" radius bend r.. ... „ _ r.. as measured from the centerline of the shaft. The outer portion of I ••• •: •- . .• . _• - - •, the arm shall be nearly horizontal to +2' above horizontal and • _ II shall be furnished with a 2" diameter shipfitter with a maximum • _ _ length of 8 inches to fit the luminaire specified. The pole end of �• . . the davit arm tube shall be fastened securely to the top of the shaft • _ producing a flush joint with an even profile. . . •• _ _ .. o.■ _ • Anchor Base: the4r-r-egelar-ities,. 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 bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to 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 bolt, be provided with each pole. cutting threads on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.53) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending be installed plumb, ± 1 degree. moment of the pole shaft at its yield point 9. Wiring for slip base installation shall conform to details in the The contractor shall assure that all anchor bolts conform to the 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 • ••. •• •_ ••. 'e• •• anchor bolts meet these specifications. • Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed • - ._. to complete the installation shall be stainless steel. • I.D. (Identification for poles): installed with top of bolt 2 1/2 to 3 inches above the The contractor shall supply and install a combination of foundation. 4-digits and one letter on each pole, whether individual luminaire • or signal pole with luminair. The letter and numbers combination •- - shall be mounted at the 15 foot level on the pole facing approaching •. traffic. Legends shall be sealed with transparent film, resistant to - •. •• .• dust,weather and ultraviolet exposure. The decal markers shall be • - •• • •• 3 inch square with gothic gold, white reflectorized 2 inch legend on a black background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic • engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall 3" Luminaire•u oltage. 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 Contractor 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 •lumbed nuts shall be ti•htened on anchor bolts usin• •ro•-r sized and shall plumb or rake the poles as directed by the Engineer. sockets o.en end or box wrenches. Use of pliers •i•e wrenches ID The hand hole shall be located at 90 degrees to the davit arm or other tools that can dama:e :alvanizin: will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the sole base .late shall be filled with a d pack mortar •rout and t- Page-SP-44 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: base plate. 8-20.3(14)F Opticom Priority Control Systems (RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier. the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout (RC) 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 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude 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 crimping with pliers, wire FOLLOWS: cutters, etc., will not be allowed. All wiring inside the controller 8-20.4 Measurement (RC) cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor 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 ystem conductor runs shall be attached to appropriate signal terminal - • _ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply, but measurement 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. loops. Conduit of the kind and diameter 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 (RC) 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 (RC) bid item. 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract 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 8-20.3(14)D Test forinduction Loops and Lead-in FOLLOWS: Cable(RC) 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall Payment will be made for each of the following bid items that furnish the engineer with a copy of the results. are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System ", lump sum. AS FOLLOWS: "Traffic Signal D ystem _", lump sum. 8-20.3(14)E Signal Standards (RC) " _° •• " 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 ystem _", aacl• luminaire. • •• . - - - " - -• . . • _" hall be full pay for furnishing all labor, materials, tools,• and equipment necessary for the • � � : . •. construction of the complete electrical system, modifying existing clefs tors. •• •. systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all WSDOT. required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to complete the proper sized sockets, open end or box wrenches. Use of pipe electrical system2shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the ' .••. • .•.•• " - . . • nuts and bolts will not be permitted. r.. _• • - ••• _ • Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). - - Page-SP-45 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical I • The unit per each price for (14)"Service cabinet" shall be full : _ • . compensation for furnishing and installing the fully equipped • .• : . • -••-• : . • .- • • cabinet and for risers, standoffs and any other materials, labor or - ••• costs associated with providing electrical service as required by the•• • . . - electrical utility, the contract plans, details and specifications and .. .. '.. , •• .•• -• _ _ not included as separate pay items in the contract schedule of _ . . . • • • . •• • prices. Signal head ," per each. All costs for installing conduit containing both signal and " Signal head mounting hardware," per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying_and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting ;i The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all "2/c 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 the contract ...-pair shld interconnect 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. linear 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 arm," 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 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. sawcut required for installation. The unit price shall be full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, " Foundation, ," per each.* splices to loop return cables unless separate pay items are included "Type ....Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as i 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 (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before 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, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type I, 10-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 ler each price for "relocate existin• ....pole" shall be grade along the middle of the trench line and adding a vertical full compensation for removin: the pole from its existin. measurement at the end of each conduit run equal to the design foundation removin• and salva:in: or re-installin: existin: depth of the trench. No payment shall be made for additional equipment plu:•in• holes as r-.uired and installin: 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 an other costs necessa and/or incidental to "Street Light Standard " per each. complete the installation and make the electrical equipment -watt...Luminaire and lamp," per each. operational all in accordance with the plans, specifications and " -watt...Luminaire and lamp with photocell," per each. detail sheets. III AWG....copper wire," per linear foot. "Remove existing Foundation," per each. "Service cabinet, " per each. t- Page-SP-46 i s II Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic LettosLegend shall be full compensation for full and complete removal and A WHITE marking e ••• ■ . •- el-•. • e.! hauling and disposal of the foundation. proportionusing alphabetical letters.. 8-22 Pavement Marking high See contract plans and detail sheets. SECTION 8-22.1 IS REVISED AS FOLLOWS: SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.1 Description(RC) 8-22.3(5) Tolerances for Line Stripes (RC) Skip Center Stripe A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error within a 40 foot 24-foot length of skip stripe shall not exceed plus or "skip" pattern shall be based on a 40 foot 24 foot unit consisting or minus 1 inch. of a 10 foot 9-foot line and a 30 foot 15-foot gap. Skip center stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch or 12 inch space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be F is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations and a and for channelization. ipeApproach Stripe . ' A SOLID WHITE line, 8 inches wide, used at freeway SECTION 8-22.3(7)IS A NEW SECTION: .• . • - .. _I ..•• to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8-22.3(7) Removal of Traffic Markers (RC) mark stripes shall be placed on 45 degree angle and 10 2A feet The work to remove all old or conflicting stripes, lines, apart. buttons, or markers as required to complete the channelization of Lane Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are broken or "skip" pattern shall be based on a 40 foot24-foot unit provided for such removal. consisting of a-10-foot 9-foot line and a_39-foot 15-foot gap. 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 at an off ramp. The broken or "skip" pattern shall be based on a 2414 foot unit consisting of a 93.-foot 8-22.4 Measurement (RC) (SA) line and a 15.1.2-foot gap. The measurement will be based on the travel No Pass Stripe of a marking system capable A SOLID YELLOW line, 4 inches wide, separated-fr-efa • ' " GoreApproach stripe, barrier stripe, crosswalk stripe, and 4' stop bar will be measured by the linear foot of each marking type. YELLOW lines,•each 4"inches • id t•d by " 4-inchct Traffic arrows will be measured by the unit with each arrow - head defined as a unit. fie- _ . . . Two BROKEN YELLOW lines, each 4 inches wide, Traffic lettosslegends, handicapped parking stall symbols, • �.• preferential lane symbols, railroad crossing symbols, drainage .. markings, and cycle detector symbols will be measured by the unit. " _ _ Measurement for saint/elastic stripe line removed shall be b gaP- Two Way Left Turn Stripe the linear foot of "...." wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified to be paid as a separate pay item. If not specified as a separate pay BROKEN YELLOW line, 4 inches wide, separated by a 4-inch item then removal of existin! traffic markin•s shall be considered space. The broken or "skip" pattern shall be based on a 40 foot 24- incidental to the payment for other items of work and no further foot unit consisting of a 10 foot 9-foot line and a 30 foot 15-foot space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-12 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe with a 6 foot 8-22.5 Payment (RC) . ,-• •• ., and "Painted 6eFSApproach Stripe", per linear foot. parallel to the direction of traffic flow and centered in pairs on lane " lines and the center of lanes. See detail sheet.. "Painted Traffic i"etteFLegend", per each. Stop Bar "Plastic Traffic LettesLegend", per each. A SOLID WHITE line,--1-8 12, 18 or 24 inches wide "Remove Paint Line " wide," per linear foot.* Listless as noted otherwise-ia on the Contract plans. t- 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 I "Remove existing traffic markings, "per lump sum.* * The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED "Remove Plastic Line" and the lump sum contract price for WITH THE "Remove existing traffic markings" shall be full compensation for FOLLOWING: removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RC) 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 associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the contract or included under "Traffic Control," rrr other items in the contract and no further compensation shall be if that item is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. I I . 1 I I I I I I I Page-SP-48 I Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material forpayment may be produced for use on a project until the job mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6). The determination of the job mix formula shall be the responsibility of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single , FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment tom the 9-00(A) Recycled Materials (RC) JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of 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. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.1(10) IS A NEW SECTION: of materials be made, a new JMF must be approved by the 9-02.1(10) Loop Sealant (RC) Engineer before the new material is used. Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be been established, hot-melt, rubberized asphalt sealant(Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience •• The average-gradation of the completed a sphalt specifications of ASTM D3407 and shall be installed with an _ ;• �' ; approved applicator in conformance with manufacturer's recommendations. The contractor shall request and obtain approval from the newer-�1gr Engineer for the type of loop sealant to be used before installing n. Job Mix Formula Tolerances_and-A.djustatents. detector loops and shall submit manufacturer cutsheets or other a. Tolerances Statistical Accpetance.-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 applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified in Section 9-03.8(6). 9-03 Aggregates Aggregate passing 1", Broad band specification 3/4 5/8 /2 , and limits Section 9-03.8(6). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves Aggregate passing 1/4" sieve ± 6% I 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve ± 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve ± 4% conformance to the project job mix formula (JMF). For the Aggregate passing No. 200 sieve t2% Note1 Asphalt cement ±0.5%Note2 • _ _ For open graded mix: Tolerance limits shall be for aggregate • . .. gradation only and shall be as specified in Section 9-03.8(6). _• . .. _ •. .. . . _ • . _._.• Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt •• •• Pavement), 2.5% for 50% RAP or more. _ Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% •• RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. .. _ These tolerance limits constitute the allowable limits used in .. •• ••, - -. Section 5-04.3(8)A to determine acceptance. •• .. 106.2(1). • _ r •..l_ I. Page-SP-49 Revision Date: May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits I • • _ - SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE .. ._ FOLLOWING: • .t ' •••_ . - .. . .. - 1, I • . .. . 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)• •• ! Joint assembly design shall be reinforced concrete bell and ts spigot type incorporating a fully retained single rubber gasket in • accordance with ASTM C361 or AWWA C302. Rubber gasket • _ material shall be neoprene. -' _ SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints - Project Engineer provided the change will produce material of (RC) I• r.. Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test - - ' pressure shall be 5 psi. I tolerances shall be within the range of the broad band SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS specifisatio ne. FOLLOWS: • 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) the approval of the Materials Engineer. e,c4c,atioes• I The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal Butyl rubber shall conform to ASTM D2000, Ml BG 610. axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall I 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 - SECTION 9-05.4 IS REVISED AS FOLLOWS: •• ' '•' ' •: •• •• •1. AASHTO M 36, Section 7,2.2, 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ! !• - - •• Steel culvert pipe and pipe arch shall meet the requirements of - AASHTO M 36, Type I and Type II. Welded seam aluminum seat coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2) 'IS DELETED AND REPLACED BY THE .•,. . . ,, . FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and (RC) inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. Reinforced Concrete Storm Sewer pipe shall conform to the For s•iral rib storm sewer 'i.e helical ribs shall .ro'ect requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum 9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center(measured 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 C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway f- IPage-SP-50 Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 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 pipe,_helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3) and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricate inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). 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 bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corers of the ribs shall be 0.0625 inch with an allowable tolerance of-10 percent. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING: manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts (RC) Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended 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 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 (RC) 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 cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of Basket. 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" bend _„ .. on the bottom end and a minimum of six inches of die-cut threads on the top end. - 2. The anchor bolts for signal poles and strain poles shall .. .. meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or . , .. . . specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized center. unless such :alvanization is not •ermitted for the Ale of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: • • "' 9-08.8 Manhole Coating System Products (RC) For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8 1 Coatin: S stem S•ecification 'C inch deep with a nominal spacing of 7-1/2 inches center to center. The followin: coatin: s stem specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coatin. sealin: interior concrete includin• the channel 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 + 1 Page-SP-51 Revision Date: May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical 1 Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS I FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number a. Buried, and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the 9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loops. A. High Solids Urethane The contractor shall provide and install all the necessary I wiring, fuses and fittings so as to complete the installation of the Coating System: C1 signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. I Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG stranded (Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethylene Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. 1 between coats shall not exceed (11) Six pair Communications cable(6PCC) shall meet REA 24hours in any case specification PE-39 and shall have sic--pair-.No. 19 AWG wires System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside of MC-Conseal high solids the cable. it urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable shall Two or more coats of Wasser meet the following: MC Conceal (min.4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. I 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 abuse during installation) is extruded overall to provide a 9-29.1 Conduit(RC) continuous covering. I The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed indicated below: sequentially a minimum of 2' along the outer jacket. 1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded ASTM, Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal I 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: I The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" The filter shall bd charcoal with 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. The above inscriptions shall not be higher than the top surface of the cover plates. Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals, Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. ' , • . . _ .. on each luminaire. • • • •• - •• - • .• .• • - 9-29.11 Control Equipment � -� 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts, 60 Hz. The unit shall consist of a light command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit gr-aeayellow. 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 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 luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS: 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 SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. Pre-emption shall sequence as noted in the contract. Pre-emption 9-29.13 Traffic Signal Controllers (RC) equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single 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 Manufacturers Association (NEMA) t. • •. . • • • - Standard Publications. Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City soldering. All components shall be standard "Off the shelf" items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. 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, in "line of sight" path. The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: intersection. a. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal. FOLLOWS: b. Discriminators which shall cause the signal controller to go into internal pre-emption 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 diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the 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. Fittin•s shall meet the specifications of the stem 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c. Shall operate over an ambient temperature ranee of-40°F immediately resume normal cyclic operations at the beginning of to +180°F(-40°C to +85°CZ artery greeayellow. d. Shall have internal circuitry encap sulated 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 ener: impulses lenerated b shall re energize consistent with No.2 above to ensure an 8 second a pulsed Xenon source with a pulse ener: densi of 0.8 micro flash period prior to the start of artery green. A power interruption oule per spuare meter at the detector a rise time less than one of less than 475 plus or minus 25 milliseconds 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-53 Revision Date:May 19, 1997 1 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical I Discriminator Each module shall do the following: I 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. •, • W I hen a pre-emption detector detects an emergency vehicle, •, • the phase selector shall hold the controller in the required phase or . • •• ' advance directly to that phase after observing all vehicle - - c I learances. The phase selector shall hold the controller in the • , phase selected until the detector no longer detects the emergency ,,• ,• • vehicle. When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall I be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2)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) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be I of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. I FOLLOWING: SECTION 9-29.13(7)4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(6) Radio Interference Suppressors A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(7)4 Environmental, Performance and Test I Standards for Solid-State Traffic amps or equivalent shall be used to filter the A.C. power. 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 shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal 9-29.13(7) Traffic-Actuated Controllers (RC) Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components I more intersections. satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. 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 functioning properly shall not relieve the contractor of any • ' ' •" •° responsibility relative to the proper functioning of all aforestated I Actuated traffic signal controllers shall be 8-phase control control gear when field installed. units. Volume-density timing features shall be provided on all controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED • - _ _ AS FOLLOWS: I 9-29.13(7)B Auxiliary Equipment for Traffic Actuated • Controllers (RC) I Laborat4i3L-testiug" . . ' .. • ■ • •I_•• • .• . • .... - .. .�, w I .. I. Page-SP-54 J Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit 41111, 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 4++ 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 unit and the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RC, SA) air 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 clear normal cycling operation while the intersection remains in flashing anodized—sheet aluminum, or cast aluminum. Cabinets shall be ;r. operation. finished inside with an approved finish coat of exterior white 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. pdo Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets '1111 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 1 3/4 inch long w 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" w Fail Safe Unit position. A second switch shall be the auto-flash switch. When placed in the "flash" position,controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. ale sine wave for all green, amber and pedestrian walk indications. c e,-. •• '• •-, - ' - -- .'" The duration of a display of conflicting indications shall not be long 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 may be held open in either of two- °ii the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. paw e. The Controller cabinet shall have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and, terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall -pm shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications). 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 full access to the Field Wiring Terminal terminations on the back of the load bay panel. appio = There shall be a terminal strip for field wiring in the - .. - , M— • _.- -• P '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 411' 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 terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the si:nal •lans. Vehicular si:nal head provided. housin_s shall consist of separate sections and be ex,andable .- for vertical mountin:. Lens shall be :lass and meet I.T.E. 11. Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. 1- Page-SP-55 4r Revision Date: May 19, 1997 i 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical I 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 plates shall be finished with two coats of factory-applied traffic traffic signal green yellow 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. between the signal head and mast arm. All mounting hardware , , '• -• (RC) will be of the top-mount plumbizer type as shown on the standard 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 (RC) and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other ' ' . - 1 •• -• 'e _ _ miscellaneous mounting hardware shall be stainless steel. Heads (RC) SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29. HAS BEEN REVISED AS FOLLOWS: I 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 130424 volt operation, 595 minimum , ••_ initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted. All other hardware for other mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal heads require green baked enamel. 124130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated I initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base. Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RC) I Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. Induction loop amplifiers installed with NEMA controls shall 9-29.16(2)B Signal Housing (RC) conform to current NEMA specifications. Each lens shall be protected with a removable visor of with Type 170 controls shall conform to FHWA publication TT' '8 aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: I have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.I6(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either incandesseat- fiber optic or neon-grid type, or other types as specified in the contract. I 9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed. Directional louvers shall be constructed to '- - _• I I have a snug fit in the signal visor. The outside cylinder shall be • • . .. • ! • ••• .• -• constructed of num , and the louvers shall • '! ••• . ?!!.! •- be constructed of anodized aluminum painted flat black. center length, A 21 bulb. Dimensions and arrangement of louvers shall be as shown in the I contract. a minimum of -1 1/2 inches high. Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal yellowgrce13 enamel. il 9-29.16(2)D Back Plates (RC) 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 Type (RC) 5-inch square cut border and painted black in front and yellow in The fiber o.tics shall be drawn from o.tical :lass of hi h back. - purity. The fibers shall be temperature resistant. The fibers shall I be resistant to the UV light emitted b the halo:en lam. and shall maintain their hi•h transmission .roterties throughout the lifetime I. Page-SP-56 I Revision Date:May 19, 1997 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 WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: *r. 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 light grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). r 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: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors do 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 so housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type "® Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(-120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt) m. matrix plate. When the sign is not illuminated, it shall blank out p g 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 aio SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service) 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles " All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. MI name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary mat SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: • 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 approximately 16" high x 13-7/8" do not walk mode) in Portland orange and "Man" (for the walk wide x 5-7/8" deep and have a minimum of 16 terminals on the map mode) in lunar white. The message module shall consist of two neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the door locking side. All hardware will be stainless steel. All visors shall be flat black in color. AIN mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be se.arated b a marker stri.. The marker stri. 40 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 wires fitted with .so 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 pion_ o hinge• panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each AO and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" hi:h x 13" wide x 11" dee. and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. i. Page-SP-57 woo Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials I 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) Butterfly valves shall be Dresser 450 or Pratt Groundhog. SECTION 9-30.1(1)IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED I 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5259 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water. I the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS: 9-30.3(7) Combination Air Release/Air Vacuum SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW: 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 I pressure of 200 PSI:-'Gate valves shall be Iowa List 14, Mueller equal. Company No.A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail, latest revision. Approval of valves other than models specified shall be Piping and fitting shall be copper or brass. Location of the air obtained prior to bid opening. 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: I Water Standard Detail for 12" gate valve assembly vault and I" bypass installation. 9-30.3(8) Tappihg Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron&tlialass-ste.a, I body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. and 0-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) I exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow off assembly shall be#78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate 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)of AWWA Standard C-550 latest revision. Valves ns) shown on the plans. shall be provided with two (2) internal 0-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall be valves shall be equipped with one (1) anti-friction washer. The installed at location shown on the plans. IA- 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 integrally cast. considered incidental to the contract and no additional payment I 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) I End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Tvpe (opening with the mechanical by flanged joints as shown on the project 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) so Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid .ro.osal descri.tion. 1_ IPage-SP-58 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials AO SECTION 9-30.5(2) IS DELETED AND REPLACED WITH' synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable. arw 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: 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 1/2 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon 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. ma threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test gripper ring. • pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded 40 end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. OW Ar AO MO ar ar WO 40 4 ww t- Page-SP-59 +®a" Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOT/APWA 1996 Standard Specifications 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 •Aro 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. 416 The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. ar SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock Cuts is revised. Sub-section 2-03.3(14)K Select of 04.AP1 SECTION 1-04, SCOPE OF THE WORK Common Borrow is added. (March 3, 1997) "Embankments at Bridge and Trestle Ends" aw "Increased or Decreased Quantities" revised. formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) 4111— (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 m,,, 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. ,, PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 02.AP3 SECTION 3-02, STOCKPILING (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March 3, 1997) Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. t Page-SP-60 + Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS sel SECTION 6 SECTION 8 I 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) 1 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 I 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. I Curing Concrete is added. 10.AP8 SECTION 8-10, GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials I 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) t section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised. added. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP I (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT A'IT NUATOR I 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS CATCH BASINS (March 3, 1997) (March 3, 1997) Construction Requirements revised. Revised to include drywells. New standard item 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 1 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. I (March 3, 1997) "Equipment List and Drawings" revised. This section is deleted in its entirety. 21.AP8 SECTION 8-21, PERMANENT SIGNING 08.AP7 SECTION 7-08, GENERAL PIPE (March 3, 1997) I INSTALLATION REQUIREMENTS A new Amendment. Sub-section 8-21.3(6) Sign (March 3, 1997) Refacing is revised. Sub-section 8-21.2 Materials. A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is S II ub-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. I "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) A new Amendment. Sub-section 8-22.4 1 17.AP7 SECTION 7-17, SANITARY SEWERS 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 I (October 28, 1996) I. IPage-SP-61 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) 01.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. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BTTUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. As` "Anti Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. A new Amendment. Sub section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. (March 3, 1997) "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Posts and Blocks", revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS (September 30, 1996) CULVERTS, AND CONDUITS A new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. A new Amendment. Sub-section 9-05.6(4) 40r 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) r,,,, 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- - 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 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 as Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (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.. ■r wr Page-SP-62 Revision Date:May 19, 1997 arr WO WO OW WO WSDOT AMENDMENTS VOW O WO r WSDOT.DOC\ WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. Page-AMD-i Revision Date:May 19, 1997 Table of Contents ow WSDOT AMENDMENTS i SECTION 1-04, SCOPE OF THE WORK March 3, 1997 5 1-04.6 Increased or Decreased Quantities 5 I SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 5 1-07.9(5) Required Documents 5 1-07.11(10)B Required Records and Retention 5 1-07.13(4) Repair of Damage 5 SECTION 1-09, MEASUREMENT AND PAYMENT March 3, 1997 6 1-09.8 Payment for Material on Hand 6 SECTION 1-10, TEMPORARY TRAFFIC CONTROL March 3, 1997 6 1-10.2(1) Traffic Control Supervisor 6 1-10.2(1) General 6 1-10.2(3) Conformance to Established Standards 8 1-10.3(1) Traffic Control Labor 8 1-10.3(2) Traffic Control Vehicle 8 1-10.3(5) Temporary Traffic Control Devices 8 1-10.4 Measurement 9 1-10.5 Payment 9 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997 10 so 2-03.3(14)I Embankments at Bridge and Trestle Ends 10 2-03.3(14)K Select or Common Borrow Including Haul 10 w SECTION 2-09, STRUCTURE EXCAVATION March 3, 1997 10 2-09.3(1)E Backfilling 10 2-09.4 Measurement 11 2-09.5 Payment 11 fir SECTION 3-02, STOCKPILING AGGREGATES March 3, 1997 11 3-02.3(1) Asphalt Concrete Aggregates 11 iii SECTION 6-02, CONCRETE STRUCTURES March 3, 1997 11 6-02.3(4)D Temperature and Time For Placement 11 6-02.3(11) Curing Concrete 12 illo 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 12 6-02.3(24)A Field Bending 12 6-02.3(25)F Prestress Release 12 SECTION 6-10, CONCRETE BARRIER March 3, 1997 13 6-10.3(1) Precast Concrete Barrier 13 6-10.5 Payment 13 SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 13 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS 13 1 7-05.1 Description 13 7-05.2 Materials 13 7-05.3 Construction Requirements 14 7-05.4 Measurement 14 7-05.5 Payment 14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3,1997 15 Page-AMD-ii Revision Date:May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 15 7-08.2 Materials 15 • 7-08.3(1)A Trenches 15 7-08.3(1)C Pipe Zone Bedding 15 7-08.3(1)C Bedding the Pipe 15 7-08.3(2)D Pipe Laying-Steel or Aluminum 15 7-08.3(2)G Jointing of Dissimilar Pipe 16 7-08.4 Measurement 16 7-08.5 Payment 16 +w SECTION 7-17, SANITARY SEWERS March 3, 1997 16 7-17.2 Materials 16 7-17.3(2)C Infiltration Test 17 SECTION 8-09, RAISED PAVEMENT MARKER March 3, 1997 17 8-09.1 Description 17 8-09.3 Construction Requirements 17 8-09.3(5) Recessed Pavement Marker 17 8-09.5 Payment 17 err SECTION 8-11, GUARDRAIL March 3, 1997 17 8-11.3(1)C Erection of Rail 17 8-11.3(1)D Anchor Installation 18 *or SECTION 8-15, RIPRAP March 3, 1997 18 8-15.2 Materials 18 8-15.4 Measurement 18 air SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997 18 8-17.3 Construction Requirements 18 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 18 Jai AND ELECTRICAL March 3, 1997 19 8-20.2(1) Equipment List and Drawings 19 8-20.3(13)A Light Standards 19 SECTION 8-21, PERMANENT SIGNING March 3, 1997 19 8-21.2 Materials 19 mr 8-21.3 Construction Requirements 19 8-21.3(4) Sign Removal 19 8-21.3(9)F Bases 20 Air 8-21.3(10)A Sign Lighting Luminaires 20 8-21.3(9)G Identification Plates 20 8-21.3(12) Steel Sign Posts 20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997 21 8-22.2 Materials 21 SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997 21 9-02.4 Anti-Stripping Additive 21 SECTION 9-03, AGGREGATES March 3, 1997 21 9-03.12 Gravel Backfill 21 9-03.12(5) Gravel Backfill for Drywells 22 9-03.14(2) Select Borrow 22 ar SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997 22 9-04.3 Joint Mortar 22 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 22 Aria 9-05.4(7) Coupling Bands 22 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe 22 Page-AMD-iii Revision Date:May 19, 1997 r 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe22 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 ow 9-05.19 Corrugated Polyethylene Culvert Pipe 23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 23 ft 9-06.16 Roadside Sign Structures 24 9-06.5(3) High Strength Bolts 24 9-06.5(4) Anchor Bolts 24 is 9-06.5(5) Bolt, Nut, and Washer Specifications 25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997 25 iii 9-09.3(1)B Placing in Treating Cylinders 25 SECTION 9-11,WATERPROOFING March 3, 1997 25 9-11.1 Asphalt for Waterproofing 25 110 SECTION 9-12,MASONRY UNITS March 3, 1997 25 9-12.4 Precast Concrete Manholes 25 9-12.5 Precast Concrete Catch Basins 26 tilt 9-12.7 Precast Concrete Drywells 26 SECTION 9-13,RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997 26 9-13.4 Concrete Slab Riprap 26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 26 9-16.3(1) Rail Element 26 9-16.3(2) Posts and Blocks 26 9-16.3(5) Anchors 27 I I I I I I I Page-AMD-iv I i Revision Date:May 19, 1997 rw 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage 44'1 { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE 2 WORK March 3, 1997 .4 1-04.6 Increased or Decreased Quantities 5 The first sentence of Item no. 1 in the first paragraph is revised to read: 6 ,,00l7 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the 8 original bid quantity. 9 0 Item no. 2 in the first paragraph is revised to read: 1 2 Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due 4 solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount .115 originally bid for the item. 6 7 Item no. 4 in the second paragraph is deleted. 8 { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE 9 PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO ..to THE PUBLIC 1 March 3, 1997 mtra 2 1-07.9(5) Required Documents +irr 3 The fifth sentence of the third paragraph is revised to read: 4 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in 6 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the "" 7 contract provisions. 8 9 1-07.11(10)B Required Records and Retention 0 The reference to "PR 1391" in the first sentence of the second paragraph is revised to read "FHWA 1391". 1 2 The third paragraph is revised to read: 3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the art 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 "" 8 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: 0 ' 1 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 Revision Date:May 19, 1997 I 1-09.8 Payment for Material on Hand 1-10.2(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, 1 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 1 4 1-09.8 Payment for Material on Hand r 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 4 1-10.2(1) General ,,,, 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 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 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 - Page-AMD-6 I Revision Date:May 19, 1997 OBI 1-10.2(1) General 1-10.2(1) General 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and 4/x2 orderly movement of vehicular and pedestrian traffic. 3 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for , 5 : Streets and Highways for the State of Washington and applicable standards and specifications 6 available at all times on the project. 7 ,w,8 6. Attending all project meetings where traffic management is discussed. 9 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 2 1-10.2(1)B Traffic Control Supervisor 3 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 4 5 . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be 6 able to be on the jobsite within a 45-minute time period after notification by the Engineer. 7 8 The TCS's duties shall include: 9 0 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be 2 inspected each work shift except that Class A signs and nighttime lighting need to be checked 3 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). 6 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be 8 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: m 2 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, as 5 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 *• 1 concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the 4 Engineer. 5 6 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS A. 7 are accomplished. Possession of a current flagging card by the TCS is mandatory. 8 9 A reflective vest and hard hat shall be worn by the TCS. °4. 0 Page-AMD-7 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 1 2 This section is supplemented with the following: • 3 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(1) Traffic Control Labor I 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or to 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 tue 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 to 6 transporting signs shall be limited to: 7 8 1. Set up and removal, +rw 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, oil 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 ea 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 3 item. 4 Page-AMD-8 I Revision Date:May 19, 1997 1-10.4 Measurement 1-10.5 Payment . 1-10.4 Measurement 2 The fourth paragraph is revised to read: 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties 5 described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 5 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 8 The following paragraph is inserted after the fourth paragraph: 9 lep No unit of measure will apply to the position of traffic control manager and it will be considered incidental to i unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor, z measurement and payment will be as specified for the traffic control supervisor. 4 The sixth paragraph is revised to read: 5 005 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used 7 for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. 9 Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing 0 the work required by this section but will be excluded from payment under this section. .ror 1-10.5 Payment 3 The bid item "Traffic Control Supervisor", per day, is revised to read: —4 5 "Traffic Control Supervisor", per hour. 6 '"7 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 8 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person —o performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 1 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read 3 "Section 1-10.3(5)". 4 5 The first paragraph following the bid item "Traffic Control Vehicle" is revised to read: 6 7 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". 0 1 The last paragraph of this section is deleted. �+r 401 rw Page-AMD-9 Revision Date:May 19, 1997 I 2-03.3(14)I Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling 1 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends I 5 The third paragraph is replaced with the following two paragraphs: 6 ii 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers Il 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 II 0 any added cost that results from the change. 1 I 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 1 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.) III 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. III 8 Water 300 lb. (maximum) 9 NO Page-AMD-10 Mk Revision Date:May 19, 1997 11� 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement 1 2-09.4 Measurement AIN 2 Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: 5 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: 8 For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. pro For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. 1 2 Under "Horizontal Limits" the following new paragraph is added: as 3 4 For drywells, the limits shall be in accordance with the Standard Plans. 5 The paragraph for "Gravel Backfill" is revised to read: 7 8 Gravel Backfill ,1,9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the o cubic yard in place determined by the neat lines required by the Plans. 2 2-09.5 Payment 3 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, 5 STOCKPILING AGGREGATES 6 March 3, 1997 7 3-02.3(1) Asphalt Concrete Aggregates 8 The first paragraph is revised to read: am 9 o Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the 1 class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size 2 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. ao 4 { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE 5 STRUCTURES 6 March 3, 1997 7 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: 9 Page-AMD-11 �"' Revision Date:May 19, 1997 >tll 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. 3 'n 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms I 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 8 6-02.3(24)A Field Bending I 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02.3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. Page-AMD-12 ilik Revision Date:May 19, 1997 ▪ 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE 2 BARRIER s March 3, 1997 I 6-10.3(1) Precast Concrete Barrier ▪ 5 The first two paragraphs are replaced with the following paragraph: 5 7 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No 8 concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. • The fifth paragraph is revised to read: 2 3 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be "4 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 5 additional curing is required once the barrier is removed from the forms. "17 8 6-10.5 Payment 9 Section 6-10.5, Payment, is supplemented with the following: 0 "Single Slope Concrete Barrier", per linear foot. 2 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. Afoi 4 { TC SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 7-05, MANHOLES, INLETS, AND CATCH BASINS 446 March 3, 1997 7 The title of this section is revised to read: wsg 9 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 4111 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 403 4 7-05.2 Materials ▪ 5 This section is supplemented with the following: 6 7 Crushed Surfacing Base Course 9-03.9(3) 1.8 Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 arr Revision Date:May 19, 1997 a 7-05.3 Construction Requirements 7-05.5 Payment Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 WO 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 0 The 15th paragraph is revised to read: 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. 2 7-05.4 Measurement 1 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. 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page-AMD-14 Revision Date:May 19, 1997 aI.' 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 age the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and 3 drainage geotextile. A•tt { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, 5 CONCRETE PIPE ANCHORS 6 March 3, 1997 7 This section is deleted in its entirety. 8 { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS aito March 3, 1997 ""t 7-08.2 Materials 2 This section is revised to read: w,3 4 Materials shall meet the requirements of the following sections: 5 Gravel Backfill for Foundations 9-03.12(1) 7 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 9 0 7-08.3(1)A Trenches The second paragraph is revised to read: 2 3 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given 4414 by the Engineer. 5 4"6 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 9 7-08.3(1)C Bedding the Pipe Argo In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone 1 bedding". 2 3 7-08.3(2)D Pipe Laying - Steel or Aluminum 4 The first paragraph is revised to read: 5 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 "�' Revision Date:May 19, 1997 it 7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: lib 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. tab 7 8 7-08.4 Measurement ei 9 The following new paragraph is inserted after the first paragraph: o 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 to 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class ", per is 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 wa 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 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 1 hour)". Page-AMD-16 iilr Revision Date:May 19, 1997 8-09.1 Description 8-11.3(1)D Anchor Installation l { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED 2 PAVEMENT MARKER 1 March 3, 1997 8-09.1 Description 5 The word "raised" is deleted from the first and second sentences. 6 7 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: 0 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 3 :stir 4 8-09.5 Payment 111115 The first paragraph is supplemented with the following new bid item: 6 7 "Recessed Pavement Marker", per hundred. *08 9 The second paragraph is revised to read: 0 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. 5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL 4606 March 3, 1997 '4°7 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: 9 o When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be installed. The inside and outside rail elements shall not be staggered. aw 2 3 8-11.3(1)D Anchor Installation 4 The heading is revised to read: 5 6 Terminal and Anchor Installation As 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 8-15.2 Materials 8-20.2(1) Equipment List and Drawings 1 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP 9 March 3, 1997 0 8-15.2 Materials 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: sa 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 • I 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: I 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 1 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 0 Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC SECTION 8-20, ILLUlVIINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to reid: i 7 Page-AMD-18 I Revision Date:May 19, 1997 M' 8-20.3(13)A Light Standards 8-21.3(9)F Bases 1 The Contractor will not be required to submit shop drawings for approval for light standards conforming to the 411162 pre-approved plans listed in the Qualified Products List. 3 "4 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. dit6 7 The first sentence of Item No. 4 in the third paragraph is deleted. 8 { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT 9 SIGNING o March 3, 1997 1 8-21.2 Materials 2 The second sentence of the first paragraph is revised to read: 3 .4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the 5 requirements of Section 9-06. or 7 8-21.3 Construction Requirements 8 8-21.3(4) Sign Removal A.9 This section is revised to read: 0 1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 4.2 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the 4 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the "'5 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 7 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. "8 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 o shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense 'I" 1 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 4"4 $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: two 8 Page-AMD-19 '1"` 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: OW 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". 0 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: 2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 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. wrrr 2 3 8-22.4 Measurement Page-AMD-20 Revision Date:May 19, 1997 • 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow 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. 5 { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02, BITUMINOUS MATERIALS 7 March 3, 1997 8 9-02.4 Anti-Stripping Additive This section is revised in its entirety to read: When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the aggregate on the cold'feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 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 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. 0 When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 1 not exceed 0.67 percent by mass (weight) of the aggregate. ▪ 2 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. 5 { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES 6 March 3, 1997 •7 9-03.12 Gravel Backfill 8 This section is supplemented with the following new section: 9 ▪O 0 9-03.12(5) Gravel Backfill for Drywells 1 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, 41'2 Grading No. 4 in accordance with Section 9-03.1(3)C. 3 '4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." Page-AMD-21 As, Revision Date:May 19, 1997 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 1 { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 1 March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 irr 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 0 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1 PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 3 Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 4 9-05.12(1) p , P 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" 0 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 Page-AMD-22 I Revision Date:May 19, 1997 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 Ami 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe I 163 4 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 7 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. se 9 0 The first sentence of the third paragraph is revised to read: r 2 Qualified producers are identified in the Qualified Products List. 3 4 The fifth paragraph is revised to read: air 5 6 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 mir 8 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: 1 The maximum pipe diameter shall be as specified in the Qualified Products List. 2 3 The first sentence of the fourth paragraph is revised to read: 4 P 5 Qualified producers are identified in the Qualified Products List. as 6 7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: as 9 o The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. 2 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" it 3 }SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 4 March 3, 1997 5 This section is revised by adding the following: 6 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 are 0 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 1 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the h 3 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable 4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. ar• Page-AMD-23 Revision Date:May 19, 1997 1 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 es 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI ft 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. • 8 Type 2B 47,000 to 57,000 lb. 9 0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 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 1 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's o Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 2 9-06.5(4) Anchor Bolts ft 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 fr 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". ft 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 2 LUMBER March 3, 1997 t 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 5 Requirements Table are deleted. 7 8 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. y { 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". dim 3 { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS I14 March 3, 1997 ,5 9-12.4 Precast Concrete Manholes 6 This section is revised to read: 7 418 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 Ell displacement. 2 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections .r4 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type 5 III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 407 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. Aso 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 Page-AMD-25 'i"` 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 Ili 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 I 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 1 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 1 o 9-16.3(5) Anchors 1 The following paragraph is inserted after the third paragraph: 1 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". ` ritiei Page-AMD-26 Revision Date:May 19. 1997 air iite* Air AMP SPECIAL PROVISIONS 4 IVO ter VIM SPI.:CPROV DOC\ ar SPECIAL PROVISIONS TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS 1-01 Definitions and Terms 1-03 Award and Execution of Contract 1-04 Scope of the Work 1-05 Control of Work 1-07 Legal Relations and Responsibilities to the Public 1-09 Measurement and Payment DIVISION 2 - EARTHWORK 2-01 Clearing, Grubbing, and Roadside Cleanup 2-05 Embankment Construction 2-06 Subgrade Preparation 2-08 Weighing DIVISION 4 - BASES 4-04 Ballast and Crushed Surfacing DIVISION 5 -SURFACE TREATMENTS AND PAVEMENTS 5-04 Asphalt Concrete Pavement DIVISION 7 -DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER MAINS,AND CONDUITS 7-04 Storm Sewers 7-05 Manholes, Inlets,Catch Basins, and Drywells 7-08 General Pipe Installation Requirements 7-09 Pipe and Fittings for Water Mains 7-11 Pipe Installation for Water Mains 7-16 Steel Casing DIVISION 8 -MISCELLANEOUS CONSTRUCTION 8-01 Erosion Control DIVISION 9 -MATERIALS 9-14 Erosion Control and Roadside Planting 9-30 Water Distribution Materials �+r to or \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunder0600.doc MM Sig DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (APWA Only) Aso Add the following definitions: CITY The City of Renton Substantial Complete 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 complete 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) 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 rejections will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK 1-04.12 Hours of Work (Additional Section) General hours of work for the project shall be limited to the hours of 7:30 a.m. to 5:00 p.m. \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTIUTIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thundei0600.doc 1 tot wr 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. " 1-05 CONTROL OF WORK 1.05.3 Plans And Working Drawings ow Supplement this Section by adding the following: Supplemental working drawings or"shop drawings" shall be furnished by the Contractor for all items indicated in various sections of these contract plans, Standard Specifications, and Special ow Provisions. A minimum of three (3) copies shall be submitted for the Owner's and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The Contractor's copies will be returned with the appropriate action. ` 1-05.4 Conformity with and Deviations from Plans and Stakes (Revised Section) 1 Delete the first sentence of this section and replace with the following: The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes, and cross-sections. 1.05.5 Construction Stakes Supplement this Section by adding the following: j The CONTRACTOR shall provide all required survey work,including such work as mentioned in Section 1-05.4, 1-05.5, 1-05.11, 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). 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.14 Responsibility for Damage I Supplement this Section by adding the following: The Contractor shall defend,indemnify, and hold harmless the Owner and consultant,their officers, employees, and agents, from all claims, losses, damages, demands, suits, judgments, and attorney fees and other expenses of any kind of account of injury to or death of any and all persons and/or on account of all property damage of any kind,whether tangible or intangible, including loss of use resulting therefrom, in connection with the work performed under this contract or caused or occasioned in whole or in part by reason of the presence of the Contractor or its subcontractors or their property, employees, or agents, upon or in proximity to the property of the Owner, or any other property upon which the Contractor is performing any work called for or in connection with \\CENTRAL\S YS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\WWP-27-2766 Thunderhill Access Road\Thunder0600.doc 2 this contract, except only for those losses resulting solely from the negligence of the Owner, its officers, employees, and agents. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Owner,its members, officers, employees, and agents, the Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes Contractor's waiver of immunity under industrial insurance, Title 51 RCW, solely for the purposes of this indemnification. Such waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. Contractor's and Owner's initials in the Contract Form indicate specific waiver of Contractor's immunity under Industrial Insurance, Title 51 RCW, in order to fulfill this indemnity. If a lawsuit is filed against the Owner in connection with the work performed under this contract the Contractor shall appear and defend Owner at its own cost and expense, and if judgment is rendered or settlement made requiring payment of damages by the Owner,its officers, agents, and employees, the Contractor shall pay the same. For purposes of applying RCW 4.24.115 to this contract,Contractor and Owner agree that the term "damages" applies only to a finding in a judicial proceeding and is exclusive of third party claims for damages preliminary thereto. 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is revised by deleting paragraph 14 and supplementing with the following: Erosion and sedimentation controls are required during construction to reduce the impacts to adjacent areas. Erosion control measures should be designed to prevent sediment transport. This may be accomplished by constructing water bars or utilizing other methods to control surface water runoff, and constructing silt fences to control sedimentation. Temporary erosion protection shall also consist of covering exposed soil areas with plastic sheets. 1-07.16 Protection and Restoration of Property Supplement this Section by adding the following: 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. The CONTRACTOR shall notify all property owners located along the construction area,by mail, prior to the start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupant in person a minimum of three days prior to construction adjacent to each property. \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTIUTIE.S\WASTE.WTR\W WP-27-2766 ThunderhiU Access Road\Thumder0600.doc 3 lir r I 1-07.17 Utilities and Similar Facilities Supplement this Section by adding the following: Locations, dimensions, and depths shown in the plans for existing buried facilities are in accordance 1 with available information obtained without uncovering,measuring, or other verification. The 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. The CONTRACTOR is alerted to the existence of Chapter 19.122 p RCW,a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR'S expense. war 1.09 MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule Add the following to this Section: 1 GENERAL A) Scope 1-09.14 ( P A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all 1 compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents,including all 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. B. The Owner shall not a p y for material quantities which exceed the actual measured amount used and approved by the ENGINEER. 1-09.14 B ( ) Mobilization/Demobilization (Bid Item 001) Measurement for mobilization/demobilization shall be based on the establishment of all site I improvements required to begin construction including: transportation of personnel, equipment, supplies, and incidentals to the project site,providing sanitary facilities for the Contractor's personnel,receipt of all bonds and insurance policies, obtaining all requirement permits, along with any other submittal and shop drawing requirements. I III I \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UT ILITIE.S\WASTE.WTR\W WP-27.2766 Thunderhill Access Road\Thunder0600.doc 4 This item shall also include post-construction costs of demobilization work and operations performed by the Contractor,including, but not limited to,those necessary for the movement of his personnel, equipment, supplies and incidentals from the project site and for the removal of offices, buildings and other facilities necessary for work on this project. Mobilization/demobilization costs for all subcontracted work shall be considered to be included. Items which are not to be included in this item,include, but are not limited to: 1. Any portion of the work covered by a specific bid item or incidental work which is to be included in a bid item or items. 2. Profit,interest on borrowed money,overhead or management costs. Payment for mobilization/demobilization will be made at the lump sum amount bid as follows: 1. When 5% of the total original contract amount is earned from other bid items, 25% of the amount bid for mobilization/demobilization, or 5% of the total original contract amount,whichever is the least will be paid. 2. When 10% of the total original contract amount is earned from other bid items, 50% of the amount bid for mobilization/demobilization, or 10% of the total original .0 contract amount,whichever is the least,will be paid. 3. Upon completion of demobilization, payment of 100% of the amount bid for mobilization/demobilization will be paid. Such payment will be complete compensation for all mobilization/demobilization of employees, equipment, and materials,preparation of all necessary submittals, bonds,insurance, site improvements, etc., all in conformance with the Contract Documents. ' 1-09.14(C) Construction Surveying, Staking, and As-Builts (Bid Item 002) 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. Payment for construction surveying, staking, and as-built information will be made at the measured .0" 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 alignment and elevations shown on the plans,to provide the required construction and as-constructed field (as-built information) notes, cleanup, etc.,required to complete this item of work in conformance with the Contract Documents. No more than 50% of the amount bid for this item shall be paid prior to the review and acceptance of the "as constructed" information by the Engineer. 1-09.14(D) Erosion Controls (Bid Item 003) Measurement for temporary erosion and sediment control will be based on the percentage of total work complete, by dollar value, at the time of measurement. \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\VITLTTIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunder0600.doc 5 ilrlf N I Payment for temporary erosion and sedimentation control will be at the lump sum amount bid, which payment shall be complete compensation for all labor,materials, equipment, straw bale dikes, 1 silt fencing, plastic sheeting, etc.,required to complete this item of work in conformance with Contract Documents. 1-09.14(E) Metal Swing Security Gate (Bid Item 004) Measurement for furnishing and installing a metal swing gate with appurtenances will be per each for each metal swing gate installed in conformance with the Contract Documents. Payment for furnishing and installing metal swing gates will be made at the unit price bid per each, which payment will be complete compensation for all labor,materials, equipment, submittals, removal and disposal of existing gate and waste materials,placement,installation, appurtenances, concrete, backfill,compaction,restoration, etc. required to complete the work in accordance with lit the Contract Documents. 1-09.14(F) Furnish and Install 12" CPEP Storm Pipe (Bid Item 005) Measurement for furnishing and installing 12" diameter storm pipe of the type required will be based on lineal footage measured over the centerline of the installed pipe. Payment for furnishing and installing 12" diameter storm pipe 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, excavation, dewatering, removal and disposal of waste material,pi e of the size and type required, gaskets,installation,laying and jointing pipe and fittings, bedding, and pipe zone fill material,appurtenances, above grade pipe restraint systems at the locations shown on the ei plans,placement of subse q uent backfill (native) materials, compaction, g radin g� cleaning, etc. required to complete the work in accordance with the Contract Documents. 1-09.14(G) Furnish and Install 4" Corrugated Polyethylene Drainage Tubing Drain Pipe (Bid Item 006) Measurement for furnishing and installing 4" diameter corrugated polyethylene drainage tubing drain pipe of the type required will be based on lineal footage measured over the centerline of the installed pipe. tor Payment for furnishing and installing 4" diameter corrugated polyethylene drainage tubing drain pipe 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, excavation, dewatering,removal and disposal of waste,materials, pipe of the size and type required, gaskets, installation,laying and jointing pipe and fittings, bedding,and pipe zone fill material, appurtenances, placement of elk subsequent backfill (native) materials, compaction, grading, cleaning, etc. required to complete the work in accordance with the Contract Documents. 00 \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTILITIE.S\WASTE.WTR\WWP-27-2766Thunderhill Access Road\ThunderO6OO.doc 6 1-09.14(H) Furnish and Install Type 1 Catch Basin (Bid Item 007) Measurement for furnishing and installing Type 1 catch basins will be per each for each Type 1 �. catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing a Type 1 catch basin will be made at the bid price per each, which payment will be complete compensation for all labor, equipment, materials, excavation, dewatering, hauling, and disposal of waste, catch basin, frame and cover, cutting, bedding, and pipe zone material,placement of subsequent backfill (native) materials, compaction, etc. required to �. complete this item of work in conformance with the Contract Documents. 1-09.14(I) Shoulder Ballast Material (Bid Item 008) ga. Measurement for shoulder ballast material 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 given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Payment for shoulder ballast material will be made at the amount bid per ton, which payment will be complete compensation for all labor,materials, equipment,hauling, area preparation,placement, compaction,removal and disposal of waste materials, etc.,required to complete this item of work in conformance with the Contract Documents. 1-09.14(J) Gravel Borrow(Bid Item 009) Measurement for gravel borrow 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 given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Payment for gravel borrow will be made at the amount bid per ton,which payment will be complete compensation for all labor,materials, equipment,hauling„ area preparation, placement, compaction, removal and disposal of waste materials, etc.,required to complete this item of work in conformance with the Contract Documents. 1-09.14(K) 4" - 8" Quarry Spalls (Bid Item 010) Measurement for 4" - 8" quarry spalls 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 „ro given to the ENGINEER daily. Payment for 4" - 8" quarry spalls will be made at the amount bid per ton,which payment will be complete compensation for all labor,materials, equipment,hauling, area preparation,placement, compaction,removal and disposal of waste materials, etc. required to complete this item of work in conformance with the Contract Documents. \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunder0600.doc 7 osig 1-09.14(L) Road Washout Repair, STA 6+65 to STA 7+30 (Bid Item 011) Measurement for the road washout repair between STA 6+65 and STA 7+30 shall be based on the percentage of the lump sum item of work completed at the time of measurement. Payment for the road washout repair between STA 6+65 and STA 7+30 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 equipment,labor, materials, hauling, excavation, stream flow bypassing,removal and disposal of waste materials,rockery rock and 2" - 4" quarry spalls used for streambank construction and protection, all rock materials used for boulder weir construction and backfills,placements,restoration, etc. required to complete the work in accordance with the Contract Documents. Gravel borrow and shoulder ballast materials are included in other bid items (see Bid Items 008 and 009). 1-09.14(M) Culvert Pipe Removal/Utility Walkway Bridge,Area A, STA 8+30 (Bid Item 012) M Measurement for the culvert pipe removal/utility walkway bridge,Area A at STA 8+30 shall be based on the percentage of the lump sum item of work completed at the time of measurement. Payment for the culvert pipe removal/utility walkway bridge,Area A, at STA 8+30 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 equipment,labor,materials, hauling, excavation, stream flow bypassing,removal and disposal of waste material, rockery rock, and 2" - 4" quarry spalls used for streambank construction and protection, all rock materials used for boulder weir construction and backfills,placements,new glulam bridge with 15-foot long 2" diameter pin piles and appurtenances, jute matting,plantings,restoration, etc. required to complete the work in accordance with the Contract Documents. Gravel borrow and shoulder ballast materials are included in other bid items fat (See Bid Items 008 and 009). 1-09.14(N) Culvert Pipe Removal/Utility Walkway Bridge,Area B, STA 10+50 (Bid Item 013) Measurement for the culvert pipe removal/utility walkway bridge,Area B at STA 10+50 shall be based on the percentage of the lump sum item of work completed at the time of measurement. Payment for the culvert pipe removal/utility walkway bridge,Area B, at STA 10+50 will be made at oot the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment,labor,materials, hauling, excavation, stream flow bypassing, removal and disposal of waste material, rockery rock, and 2" - 4" quarry spalls used for streambank construction and protection, all rock materials used for boulder weir construction and backfills, placements, new glulam bridge with 15-foot long 2" diameter pin piles and appurtenances, jute matting, plantings,restoration, etc. required to complete the work in accordance with the Contract Documents. Gravel borrow and shoulder ballast materials are included in other bid items (See Bid Items 008 and 009). ow \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thundedvll Access Road\Thunder0600.doc 8 ow 1-09.14(0) Streamside Restoration between STA 11+60 and STA 11+90 (Bid Item 014) Measurement for streamside restoration between STA 11+60 and STA 11+90 shall be based on the percentage of the lump sum item of work completed at the time of measurement. Payment for streamside restoration between STA 11+60 and STA 11+90 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 equipment,labor, materials, hauling,excavation, stream flow bypassing,removal and disposal of waste material,rockery rock, and 2" - 4" quarry spalls used for streambank construction and protection,placements,restoration,etc. required to complete the work in accordance with the Contract Documents. 1-09.14(P) Culvert Pipe Removal/Walkway Bridge,Area C, STA 16+00 (Bid Item 015) Measurement for the culvert pipe removal/walkway bridge,Area C at STA 16+00 shall be based on the percentage of the lump sum item of work completed at the time of measurement. Payment for the culvert pipe removal/walkway bridge,Area C, at STA 16+00 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 equipment,labor, materials,hauling, excavation, stream flow bypassing,removal and disposal of waste material,rockery rock, and 2" - 4" quarry spalls used for streambank construction and protection, all rock materials used for boulder weir construction and backfills,placements,new glulam bridge with 15-foot long 2" diameter pin piles and appurtenances, jute matting,plantings,restoration,etc. required to complete the work in accordance with the 411111 Contract Documents. Gravel borrow and shoulder ballast materials are included in other bid items (See Bid Items 008 and 009). 1-09.14(Q) New 8" Diameter Water Main Replacement (Bid Item 016) Measurement for the new 8" diameter water main replacement shall be based on the percentage of �. the lump sum item of work completed at the time of measurement. Payment for the new 8" diameter water main replacement 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 equipment,labor,materials,hauling, excavation, stream flow bypassing, removal and disposal of waste material, dewatering, pipe and fittings of the size and type required, 0. gaskets, follower glands, bolts and nuts,joint restraints, appurtenances, concrete dead-man anchor blocks, shackle rods,installation,laying and jointing pipe and fittings,polyethylene encasement, bedding,pipe zone material,placement of subsequent backfill (native) materials, compaction, grading, cleaning,disinfection, flushing,testing, coordinations, etc. required to complete the work in accordance with the contract documents. Pipe casing and appurtenances are included in other bid items (see Bid Item 017). 1-09.14(R) 18" O.D.x 0.375" Thick Steel Casing,Casing Spacers, and End Seals (Bid Item 017) Measurement for the 18" O.D. x 0.375" thick steel casing, casing spacers, and end seals shall be based on the percentage of the lump sum item of work completed at the time of measurement. \\CENTRAL\SYS2\DEPTS\PBPW\Divasioas\UTIISfIE.S\WASTE.WTR\W WP-27-2766 Thunduh ll Access Road\Thunder0600.doc 9 for 1 I Payment for the 18" O.D.x 0.375"thick steel casing,casing spacers, and end seals will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment I will be complete compensation for all equipment,labor,materials, hauling, excavation, stream flow bypassing,removal and disposal of waste material, dewatering, casing pipe of the size and type required,casing spacers, casing end seals, bedding,placement of subsequent backfill (native) materials,compaction, etc.,required to complete the work in accordance with the Contract Documents. Water main pipe and fittings are included in other bid items (see Bid Item 016). 1-09.14(S) Trench Safety Support Systems (Bid Item 018) Measurement for trench safety support systems will be based on a percentage of the lump sum item Nit of work completed for Bid Item 016. Payment for trench safety support systems will be made at the measured percentage of Bid Item 016 for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment,labor, materials,hauling, planning, design, engineering,submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as suk 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. 1-09.14(T) 2" Diameter, Schedule 80 Pin Pile (Bid Item 019) Measurement for the 2" Diameter,Schedule 80 Pin Piles shall be based on the linear footage of pin pile that is more (addition) or less (deduct) than the fifteen (15) foot depth called for in the plans and specifications as measured at the completion of the installation of the pin pile. Payment or deduction for the 2" Diameter,Schedule 80 Pin Piles will be made at the amount bid per linear foot,which payment will be complete compensation for all equipment,labor, materials, removal and disposal of waste material, 2" diameter pin piles, restoration, etc.required to complete the work in accordance with the Contract Documents. This additive and deductive bid item shall provide a means for computing the payment for pin piles if their length is different than the fifteen feet called for in lump sum Bid Items 12, 13, and 15 1 I I ea p. \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILTTIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunder0600.doc 10 a VIM DIVISION 2 EARTHWORK 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description The Contractor shall clear and clean up those areas affected by the work or as directed by the Engineer. This work includes protecting from harm all trees, bushes, shrubs, or other objects selected to remain. .111 "Clearing" means removing and disposing of all unwanted material from the surface, such as trees, brush, down timber, or other native material. "Cleanup" means work done to the new access road resurfacing to give it an attractive, finished appearance. 2-01.3 CONSTRUCTION REQUIREMENTS 2-01.3(1) Clearing The Contractor shall: 1. Complete the clearing work ahead of grading. 2. Fell trees only within the area noted on the plans. 3. Close-cut parallel to the slope of the ground all vegetation to be left in the cleared area. 4. Leave standing any trees or native growth indicated by the Engineer. 2-01.3(4) Roadside Cleanup Roadside cleanup along the access road, as directed by the Engineer, consists of work not otherwise ,i, provided for in the Contract. Such work may include: 1. Removing trees, snags,down timber,upturned stumps,rocks,boulders and quarry spalls, and other unsightly matter within the areas. 2. Filling holes and smoothing and contouring the ground. 3. Shaping the edges of fills to fit adjacent terrain and to enhance the area's appearance. 4. Reshaping all affected work areas to blend naturally with surroundings. 2-01.4 and 2-01.5 Measurement and Payment 41111 No specific payment for clearing and cleanup will be made, rather,the work shall be considered incidental to the contract. de \CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTILITIES\WASTE.WTR\WWP-27-2766Thunderhill Access Road\Thunder0600.doc 11 YIM 2-05 EMBANKMENT CONSTRUCTION mis 2-05.1 Description Work shall consist of over-excavating unsuitable foundation materials to include organic soils,peat, muck, buried logs and stumps, or other material not fit for embankment base. The Contractor shall excavate such material as directed by the Engineer and dispose of the material. The new roadway • earth embankment construction shall be pursuant to Section 2-03.3(14). Compaction shall be by Method B,described in Section 2-03.3(14)C of the Standard Specifications. 2-05.2 Materials Gravel borrow shall meet the requirements of Section 9-03.14. 2-05.3 Measurement Measurement for"Gravel Borrow"used in the earth embankment construction shall be per ton. 2-05.4 Payment Payment for"Gravel Borrow" shall be full compensation for all costs necessary or incidental for furnishing labor, equipment, and materials for excavation,hauling, and disposal of unsuitable materials and for furnishing,hauling, compaction, and grading of gravel borrow material. 2-06 SUBGRADE PREPARATION 2-06.1 Description This work consists of preparing existing gravel access roadbed for new surfacing materials. tit 2-06.3 Construction Requirements 2-06.3(1) Subgrade for Surfacing In preparing the existing access roadbed for finish surfacing,the Contractor shall: 1. Remove from the roadbed,immediately before placing surfacing materials, all brush,weeds, vegetation, grass, and other debris that was cut down during"cleaning" operations. 2. Dispose of all debris as the Engineer directs. NO 3. Drain water from all low spots or ruts. 4. Shape the entire subgrade to a uniform surface running reasonably true to the line, grade, and cross-section. 5. Add materials as shown on the contract documents or as the Engineer directs where the subgrade needs more to bring it up to subgrade elevations. err \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\W WP-27.2766 Thunderhll Access Road\T hunder0600.doc 12 ar 2-06.5 Measurement and Payment Quarry spalls used to bring the access roadway up to subgrade elevation will be paid for on a per ton basis. All other work required for the subgrade preparation will not be paid for under a separate payment item, but rather,shall be considered incidental to the contract. 2-08 WEIGHING 2-08.1 Description All bid items in the Proposal which are to be measured by the ton shall be weighed on scales certified accurate within the limits specified in Section 1-09.2(1). The tonnage claimed by the Contractor for all such bid items shall be verified with weigh tickets form the material supplier, stating the general classification of the material,tonnage,date,the number of the carrier, and the purchases. One copy of the load ticket shall be given to the Owner at the time of delivery and shall not be valid for payment unless each ticket has been initiated by the Owner. Material received at the job site but not satisfactory to the Engineer shall be rejected. All costs associated with the unsuitable material,including the expense of disposal in waste areas, shall be borne solely by the Contractor. Weighing will be considered incidental to construction and all costs thereof should be included by the Contractor in the appropriate prices bid for the material being weighed. WO OW •w \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thunderiull Access Road\ThundaW00.doc 13 irl DIVISION 4 BASES fps 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description This work shall be in accordance with Section 4-04 of the Standard Specifications except as Nof modified herein. 4-04.2 Materials vim Materials for resurfacing the access road shall meet the requirements of the following sections: Shoulder Ballast 9-03.9(2) air 4-04.3(11) Shoulder Ballast Shoulder ballast shall be placed to the depths and locations shown on the contract documents. The density requirements of Section 4-04.3(5) shall not apply. Method of placement shall be Contractor's option. Compaction shall be accomplished by making a minimum of two passes over the aggregate with a vibratory compactor of a type acceptable to the Engineer. 4-04.4 Measurement Shoulder ballast will be measured by the ton. Tonnage will be verified in accordance with Section 1- 09 of the Special Provisions and Section 2-08,Weighing. 4-04.5 Payment wr Payment for shoulder ballast will be at the respective unit price per ton in the bid proposal. Payment shall be considered as full compensation for furnishing, placing, grading, and compacting the material. I I I 1 I \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTTLITIE.S\WASTE.WTR\W WP-27-2766 Thunderhil Access Road\Thunder0600.doc 14 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description This work shall be in accordance with Section 5-04 of the Standard Specifications. Asphalt concrete for pavement patch shall be Class B. 5-04.3(5)A Preparation of Existing Surfaces All existing pavement damaged during construction and a result of the contractor's activities shall be removed prior to pavement patching. Prior to pavement patching,the Contractor shall saw cut existing damaged pavement along a straight line and remove and dispose of damaged pavement. All costs associated with the pavement repairs including all labor,materials, and equipment required to patch the pavement will be considered incidental to the contract. Vie •r \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTII-ITIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunder0600.doc 15 Wtr 1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, I WATER MAINS,AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials 1 Storm sewer pipe materials shall meet the requirements of the following sections: (smooth interior wall) Storm Pipe 9-05.20 (smo ) CPEP Storm Pipe Connections 9-05.19&9-05.20 (WSDOT) 7-05 MANHOLES, INLETS,CATCH BASINS,AND DRYWELLS 7-05.1 Description 1 Add to this section: This work shall consist of constructing catch basins of the type and size designated in accordance with the plans, specifications, and Standard Plans in conformity with the lines and grades as staked. Precast concrete catch basins shall be placed on a well-graded granular bedding material in accordance with Section 9-03.12(2) of the Standard Specifications. Bedding material shall be placed around the catch basin up to the elevation of the spring-line of the connecting pipes. , Metal frame and solid metal covers shall be in accordance with Section 9-05.15(2). Precast concrete catch basins shall be furnished in accordance with Section 9-12.5 of these specifications. All connections to catch basins shall be made water tight,per this section of the Standard Specifications. 7-05.3 Construction Requirements emp Add to this section: The excavation, backfilling, and compaction for catch basins shall be necessary part of and incidental to the structure. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade err Add to this section: Adjusting new catch basin frames shall be incidental to other work contained herein. 0 \\CENTRAL\SYS2\DEPTS\PBPW\Divisions\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thunderhi7l Access Road\Thunder0600.doc 16 7-05.4 Measurement Type 1 catch basins will be measured per each. 7-05.1 Payment Payment will be made in accordance with Section 1-04.1. The unit contract price per each shall be full pay for furnishing all labor,equipment,and materials necessary to complete the installation including excavation,imported backfill material,bedding, all precast components, adjusting bricks, frame and cover, all pipe connections, and all other costs associated with installing as shown on the plans. "` 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches Add to this Section: The Contractor should anticipate encountering groundwater in trench excavation. The Contractor shall furnish,install, operate, and maintain all necessary equipment to perform all work in the "dry" while work is being performed in the base of the excavation. This includes the placement of bedding material, and the installation of pipe, fittings, and appurtenances. The Contractor shall dewater and dispose of the water so as not to cause injury to public or private property or nuisance to the public,including provision for erosion and sedimentation control. Possible dewatering measures include the use of sumps,well points and/or wells. The Contractor shall be responsible for designing and installing the appropriate dewatering system necessary to complete the work. The dewatering system shall include provisions for disposal of the collected water. Sufficient pumping equipment in good working condition will be available at all times for all emergencies, including power outage, and shall have available at all times competent workers for the operation of the pumping equipment. The Contractor shall submit the proposed dewater plan to the City for review and approval prior to start of construction. 'a` The stability of cut slopes and the firmness of the excavations will be strongly influenced by the amount of time the excavation is left open. 7-08.3(1)B Shoring Add to this section: The zone between the trench box (if used) and the excavation face shall be backfilled as necessary to limit ground movement. As an alternate, braced shoring of various types may be considered. 7-08.3(1)C Pipe Bedding CPEP 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. \\CENTRAL SYS2\DEPTS\PBPW\Divisions\UTILITIES\WASTE.WIR\WWP-27-2766Thundedvll Access Road\Thunder0600.doc 17 wn 7-08.3(3) Backfilling 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. r Backfill within roadway areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. top The Contractor shall be responsible for any settlement of backfill which may occur during the period stipulated in the contract conditions. All repairs necessary due to settlement shall be made by lo the Contractor at his expense. " Backfill in areas outside of roadway areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. "M' 7-08.4 Measurement No payment will be made for imported bedding material. Gravel borrow used for trench backfill will be measured by the ton. Tonnage will be verified in accordance with Section 2-08 of the Special Provisions. No payment will be made for using native excavated material for backfill throughout the project. Backfilling trenches with native material shall be incidental to the pipeline installations. 7-08.5 Payment Payment will be made in accordance with Section 1-04.1. "Gravel Borrow"per ton shall be full compensation for all labor, equipment, material,and incidentals necessary to backfill trenches and compact backfill. No payment will be made for using native excavated material for backfill throughout the project. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.1 Description Add to this Section: 1 The work shall consist of removal and disposal of existing water main and construction of new water main fittings and appurtenances of the size and type designated and in accordance with the plans, specifications, and Standard Plans. \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\ThundeN6W.doc 18 +�wr 7-09.2 Materials Pipe shall be cement-lined ductile iron, standard thickness Class 52,meeting the requirements of Section 9-30.1(1)with rubber gasketed joints of the type shown on the plans. Fittings shall be ductile iron meeting the requirements of Section 9-30.2(1),with joints as shown on the plans. All pipe exposed to earth shall be wrapped in polyethylene plastic per City standards. 7-09.4 Measurement and Payment 'i' Measurement of and payment for water main,pipe, fittings, and appurtenances will be based upon a lump sum contract price as set forth in the bid proposal and shall be full compensation for furnishing all labor,equipment,materials, and assembling in place the completed installation including excavation, backfill,compaction, fittings,joint materials, stream flow bypassing, concrete dead-man anchor blocks, shackle rods, cleaning, disinfection, flushing, and testing, all in accordance with the Contract Documents. 00, 7-11 PIPE INSTALLATION FOR WATER MAINS 7-11.2 Materials Add to this Section: Material shall meet the requirements of Section 7-09.2 as supplemented herein. All materials shall be as specified in the City's Standard Details unless otherwise specified herein. 7-11.3 Construction Details 7-11.3(9) Connections 7-11.3(9)A Connections to Existing Main Add to this Section: No connections to the existing system shall be made until the new water main has been tested and approved by the Engineer/Owner. Each connection shall be made in compliance with the construction plans. Connections to existing mains shall comply with the requirements for maintaining service as described herein. 7-11.3(9)B Maintaining Service Replace with the following: Water service shall be maintained as described on the construction plans and as follows: Prior to construction,the Contractor shall prepare and submit to the City a Construction Sequence Plan. This Plan shall describe the order of construction, a sequence of new main testing and cleaning, and the estimated duration of water service disruptions during connection to the existing r. system. \CENTRAL\SYS2\DEPTS\PIIPW\Divisions\UCILITIE.S\WASTE.W TR\W WP-27-2766 Thunduhill Access Road\Thunder0600.doc 19 fWl I I The Contractor will be required to notify the City 48 hours, minimum,prior to any planned connection to an existing water main. The City Water Department will be responsible for all tasks 1 involved with shut-off and turn-on of the existing water mains. Prior to commencement of any work on a connection to an existing water main,the Contractor will assemble all materials, equipment, and labor necessary to properly complete the work. Once the water has been shut off,the Contractor shall diligently pursue the connection to completion so that the time required for the shut-off will be held to a minimum. All connections to existing water mains shall be completed the same day that they are started. The Contractor shall time his/her operations so that the water will not be shut off over weekends, or during holidays. 7-11.3(11) Hydrostatic Pressure Test Replace with the following: New water mains and appurtenances shall be tested under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate. In no case shall the test pressure be less than 200 psi nor more than 300 psi. Sections less than 18 feet in length do not have to be tested. All pumps, gauges, plugs, saddles, corporation stops,miscellaneous hose and piping, and other equipment necessary for performing the test shall be furnished and operated by the Contractor. The pipeline trench shall be backfilled sufficiently to prevent movement of the pipe under pressure. All thrust do blocks shall be in place and sufficiently cured to reach design strength before testing. The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow the escape of air and/or allow the lining of the pipe to absorb water. The City will furnish the water necessary to fill pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. , Any visible leakage detected shall be corrected by the Contractor to the satisfaction of the Owner regardless of the allowable leakage specified. Should the test section fail to meet the pressure test successfully as specified,the Contractor shall, at his/her own expense,locate and repair the defects and then retest the pipeline. Prior to calling the Owner to witness the pressure test,the Contractor shall have all equipment set g P up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in a satisfactory condition. 1 Before applying the specified test pressure, air shall be expelled completely from the pipe,valves, and hydrants. The test shall be accomplished by pumping the main to the required pressure, stopping the pump for two hours and then pumping the main to the test pressure again. During the test,the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. ' \\CENTRAL\SYS2\DEPT S\PBPW\Division.s\UTILITIE.S\WASTE.WIR\WWP-27-2766Thunderhill Access Road\Thunde:0600.doc 20 The quantity of water required to restore the initial hydrostatic pressure shall be accurately determined by either (1) pumping from an open container of suitable size such that accurate volume measurement can be made by the Owner or (2) by pumping through a positive displacement water meter with a sweep unit hand registering one gallon per revolution. The meter shall be approved by the Owner. Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. ALLOWABLE LEAKAGE PER 1,000 FT.OF PIPELINE - GPH Nominal Pipe Diameter- Inches psi 8 10 12 275 1.00 1.24 1.49 250 0.95 1.19 1.42 225 0.90 1.13 1.35 200 0.85 1.06 1.28 2. The loss in pressure shall not exceed 5 psi during the two(2) hour test period. 7-11.3(12) Disinfection of Water Mains Add to this Section: Water containing chlorine residuals shall not be disposed into any waterway. Prior to discharging chlorinated water to the sanitary sewer system,the Contractor shall obtain approval from the City. 7-11.3(13) Concrete Thrust Blocking Replace with the following: Provide concrete deadman anchors of the size and locations shown on the Plans. All shackle rods shall conform to the City's Standard Details. Concrete shall be Class 3,000. 7-16 STEEL CASING 7-16.4 Steel Casing Pipe Steel pipe shall be utilized as a casing pipe and shall be of a wall thickness as shown on the plans, but in no case shall the wall thickness be less than 0.375 inches. The steel shall conform to ASTM 47, structural grade. All jointing shall be welded conforming to the ASME Boiler Code (Class 1). \CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIES\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\ThunderW00.doc 21 Ylill Olt Casing sizes shown on the drawings are only to indicate the minimum size allowable. Casing shall be watertight neoprene sealed at each end. 7-16.5 Carrier Pipe The carrier pipe shall be ductile iron, restrained joint pipe as specified elsewhere herein. The carrier pipe shall be installed within the casing pipe so that the vertical and horizontal alignment is in accordance with the tolerances shown on the drawings. Restrained casing spacers shall be provided at the locations shown on the Plans and per s„ manufacturer's recommendations. The ends of the casing shall be sealed tight with neoprene casing end seals,Cascade End Seals, or approved equal. 7-16.6 Measurement and Payment Measurement and payment for the Casing shall be as described in section 1-09.14(R) 18" O.D. x 0.375" Thick Steel Casing,Casing Spacers, and End Seals (Bid Item 017). Measurement and payment for the carrier pipe shall be as described in section and 1-09.14(Q)New 8" Diameter Water Main Replacement(Bid Item 016) 1 . 1 1 1 1 1 1 1 \\CENTRAL\SYS2\DEPTS\PBPW\Division.s\UTILITIE.S\WASTE.WTR\W WP-27.2766 Thunder-lull Access Road\Thundei0600.doc 22 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Replace with the following: This work shall consist of preparing and grading all disturbed slopes, placing jute matting and plantings in accordance with these Specifications and as shown in the Plans. 8-01.3(8) Placing Jute Matting, Erosion Control Blanket, or Clear Plastic Covering Replace with the following: Immediately following the establishment of the finished grade,jute matting shall be unrolled parallel to the flow of water. Where more then one strip of jute matting is required to cover the given area, it shall overlap the adjacent mat a minimum of 4 inches. The ends of jute matting shall overlap at least 6 inches with the upgrade section on top. The up-slope end of each jute matting shall be staked and buried in a 6-inch deep trench with the soil firmly tamped against the mat. Three stakes per width of matting (one stake at each overlap) shall be driven below the finish ground line. The Engineer may require that any other edge exposed to more than normal flow of water be staked and buried in a similar manner. Jute matting must be spread evenly and smoothly and in contact with the soil at all points. Jute matting shall be held in place by approved wire staples,pins, spikes, or wooden stakes driven vertically into the soil. The matting and blanket shall be fastened at intervals not more than 3 feet apart in three rows for each strip of the matting,with one row along each edge and one row alternately spaced in the middle. All ends of the matting and check slots shall be fastened at 6-inch intervals across their width. Length of fastening devices shall be sufficient to securely anchor the matting and blanket against the soil and driven flush with the finished grade. Contractor shall be responsible to immediately repair all damaged areas. Cost for repair and maintenance shall be included in the unit contract price of the jute matting, erosion control blanket, M. and covering. \CENTRAL\SYS2\DEPTS PBPW\avivoas\UTILITIES\WASTE.WTR\WWP-27-2766Thunderkull Access Road\ThundeA600.doc 23 i1 I DIVISION 9 MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.5(1) Jute Matting This Section is revised to read: Jute control matting shall be coconut fiber matting made from 100%woven coconut husk, 1 biodegradable, organic fiber material (coir). The fabric shall be flat with non-shifting square mesh, consisting of coir yarns in both warp and weft. A minimum of 64 weft threads and 120 warp threads per linear yard shall be present in the matting. The weight of the matting shall be 26.5 oz. per square yard. The distance between the interlacing points shall be less than 0.4 in. and the tearing strength of the fabric shall be 6,500- 7,000 lbs. per sq. in. The coconut fiber matting (coir) can be obtained from Belton Industries, Inc. at 8613 Rowell Rd.,Atlanta, GA 30350,phone (800) 225- 4099, or Newport Beach, CA,phone (800) 562-5283. 9-30 WATER DISTRIBUTION MATERIALS Section 9-30 is supplemented with the following: The Contractor shall submit product data for both restrained and unrestrained pipe and fittings a minimum of two weeks prior to installation. rr 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is supplemented with the following: ,,, All water mains shall be constructed of ductile iron pipe and fittings of the following thickness classes: Special Thickness Class 52 for 8-inch diameter ductile iron water line. Ductile Iron Fittings -Pressure Class 350 The water mains shall be manufactured and installed to meet the specifications from the American Water Works Association (AWWA) and the American National Standard Institute (ANSI) as follows: ANSI/AWWA C104/A21.4 Cement-Mortar Lining for Ductile Iron Pipe and Fittings for ' Water ANSI/AWWA C105/A21.4 Polyethylene Encasement for Ductile Iron Pipe and Fittings 1 for Water 1 \\CEN AL\SYS2\DEPTS\PSPW\Divlslon s\UTILITIE.S\WASTE.WTR\WWP-27-2766Thwderhill Access Road\Thunder0600.doc 24 ad. ANSI/AWWA C110/A21.10 Ductile Iron and Gray Iron Fittings, 3-inch through 48-inch, for Water and Other Liquids " ANSI/AWWA C111/A21.11 Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings as ANSI/AWWA C115/A21.15 Flanged Ductile Iron Pipe with Threaded Flanges ANSI/AWWA C150/A21.50 Thickness Design for Ductile Iron Pipe ANSI/AWWA C151/A21.51 Ductile Iron Pipe,Centrifugally Cast for Water and Other ILiquids ANSI/AWWA C153/A21.53 Ductile Iron Compact Fittings, 3-inch through 16-inch, for II Water and Other Liquids MO ANSI/AWWA C600 Installation of Ductile Iron Water Mains and Their Appurtenances mo ANSI/AWWA A674 Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids 9-30.1(6)A Restrained Joint Pipe and Fittings Restrained joint (RJ) ductile iron pipe shall employ a means of restrain that utilizes a retaining gland, which bears against a metal ring,welded to the exterior of the pipe. Maximum allowable deflection after assembly of the restrained joint shall be 3 degrees. Restrained joint ductile iron pipe shall be Griffin Snap-Lok,Pacific State Perma-Lock Joint, or approved equal. Restrained joint pipe for water main shall be ductile iron, Special Thickness Class 52. Restrained "' joint fittings shall be ductile iron,pressure class 350. Restrained joint pipe that applies points loads to the exterior of the pipe with teeth, grippers, claws, "® or other mechanical apparatuses such as Griffin Field-Lok,U.S. Pipe Gripper Gland,Mega-Lug, etc., are not approved and shall not be used. l"' 9-30.1(6)C Casing Spacers Pipe casing spacers shall be installed per the manufacturer's written recommendations. Casing . spacers shall be mechanically clamped to the pipes. The cushion between the pipe and insulator shall be lined with heavy-duty rubber or PVC. The insulator band shall be minimum 14" gauge stainless steel. Runner skids shall be polyethylene,phenolic. Casing spacers shall be manufactured .0 by Cascade Waterworks Mfg.Co.,or by Calpico Inc.,or approved equal. I IN 0. \\CENTRAL\SYS2\DEPTS\PEPW\Division.s\UT ILITIE.S\WASTE.WTR\W WP-27-2766 Thunderhill Access Road\Thunde,0600.doc 25 ims 9-30.2(1) Ductile Iron Pipe (Fittings) Add to this Section: All fittings for water mains shall be ductile iron, pressure class 350. Steel fittings will not be accepted. Ductile iron fittings for water shall be cement-lined, and the pressure class of piping ' noted. Type of ends shall be specified as restrained joint (RJ),mechanical joint (MJ) or flanged (FL). , 9-30.7(1) Polyethylene Encasement of Ductile Iron Pipe and Fittings The Contractor shall provide and install polyethylene encasement around all buried ductile iron pipe P and fittings per ANSI/AWWA C105-77 Standards. Polyethylene encasement shall be tube type, and black in color. ' 9-30.7(2) Steel Casing for 12" Ductile Iron Water Main Steel casin g shall be 18-inch outside diameter, 0.375-inch wall thickness and shall conform to ASTM 47 Structural Grade. 9-30.7(3) Casin g End Seals Casing end seals shall be rubber,Cascade Model CCES End Seals or equivalent, as determined by I the Engineer. 1 1 1 1 1 1 1 1 \\CENTRAL\SYS2\DEPTS\PBPW\Divuion.s\UTILUTIE.S\WASTE.WTR\WWP-27-2766 ThunderhillAccess Road\Thunder0600.doc 26 STANDARD PLANS STDPLAN.DOC1 �.r all E v.* -v a C N N a 0 o W O rw O - C L E, ON ._ 0 L a C e Z 4- aX 0 C }I !llT —y L + O f"— + oI Z ! liIfl o a) c L a) v) o I--.a vvl 4- C - L 1- a) L Q 0 •N 0 C Os 4- L z r a) .- }-Y N } O a) E4-QL L NV• 3 i L N a a)+ to L v v - a)4- N .N C )— C c). N U i �L ` 4s o — .— v a) — r CO MI O DU 7 E— 3 } 4-U 4-- Q '� z < 71 o+ +� w=vc r r aa) c U r0 '?- C 7 a C OL- } O .- t 01 0 0 7 —}to u) +- C. OU EL OCW.0 O EC n L L v a - 4- s° vl Y .0 o a)N U N- 0 7C L CD T 4).0 NO 4- . a)L E • w_ + O L O- U as L in E L •-v .F E >,4-0 ut a)0 4- 4-a) C. ° - LO) 0 Oa) 7 D.I CO Lur �i.i I CO U C E 0. E1n O•- OIL IS a)0 E • a 7 +- E- 0 vta in Etn LU V a 4- 4- 4- L .- a)a) C+ a) +U 7 7 a) x a u) O C LCD O•- O •O} O+ 0 3 .n.0 U aU E E N } 00) E+• o 4- y 0000 N > 0)to 0 I C •- • 4-0 C L, C L C•- L C L•- L O w ry NC WY0 I-•- I L LL U C 1- C 0 o • Z --, N M Q' 117 l0 4- 4, U C o P o N > dl p V W O ' 2 O O a ,- 0 C ° C C C o m `o 4 w O 0 0 + L o. C .1-4- U n O a N U n N I-O L0- y� >to a) OL O O ¢ O O N In ta] E+ O1 °. N} .- + N E� L CC CC N �� ° Oyu O 7O u+ ✓+ LL N - L O — L a m ti v h N /4 „bb y o f_-_7 IZ 114110--.44N17' <'").: Aw 4 .4� 1tAI1 _ ti__.7 v VIIIIL X Q. 4 / ilia t.. irf VIIIL __ wrasik14, =6 If � � 0\ cr' TO a a _S r- s r L a) > c . 3 0 0 �` y L en m u9iY1 CO O L M r -6 U L U t • U O L O N U N O L N 0 L O O to L CO O to m f`7 i rn 00 0 N i� 0 m Vii W 0 Q Ems-. W > a. F p U F Z m. a 6 U H ce a F o a W O Cl. r z ° N Q F d F- Q' Q Q U U .] CC p m (n LJ Wi O�\O Z ,t -.__-,,,,_ _..... ''t:j.11 it ..i\ co \ Ic'_ � a(\i, (), i(), i()1 i(), rn 111 N -J� V V O / 1 �} NI &__1 I _MI_- �I � � � 0 � � � tt1 Z o N I \ N O (), � D00 � 0 n - LIJ :� OQ � ____� vi I _J 1r -1 E y \ 1--- (nom , N O V /1) v v 4 I p \ w O IL,. 1 1 1 i \ �• � o � �w rnw 111 OOD ZJ• 11.1 0 on I �� V V I I I r \ N l� --- I ° z (�� az L( __,L • 0 � 0U' WZ I w I CO Q = Q < wQ• \ a li 0 -� f- r- � O W 0V) 1ZIna ..-.: N ZI- 00 (Y Q JZ __ NO W c\ O W :+ CD Q — 0 Q N _J Z"< LJ i w 0 Q Z O U > 0 W > J < O V) 0 J c Lu \ Y CC 0 F- U Q Z Q O = H O0 • U (n cn (w(fL/J) O UWQ> ) > � � �.Z - N O U r7 d el wN w OOw I } to H W N J 0 < W 0 aim m >-W W m • Z 1- 0 H w g SH • Q W .. ] W O W S O > z H W ow O z d Q w• w 0 Z_ NN(!) g Z 0 N o= m E--, d _J W O Z W O W S O m W O N a a J - zH2 \ 3mi- o >- U a a 2 O rn. .oHU1 �HJJ z p H ES O wNf--F 3 m'5 Z N,- N O wa a�i z tom W Ow z <W a.o as z a O m a�N J w m a W w a d co o z n W oJa _J mWm m m a., dU zn O a o J Z a a w _10w Jaw N J (n < O t-N Z U --1 a s J W m -J a <0)- di wZZ z J WNOO m> c=raw c(i) < < .a 4 + g O a w O� H X 0 0 mx 0-IM w J�a � Ooo ova= a° wcwn = wzZ 41;+ 3 J zn a W - � zQH 22 WDa W� Q o a s w w W Q O v CY H1- ON .- U)O J W 0 0 m2 a mOOJ 4- W W o wZ m - mO 0 ir) ww al-W LULU - 2w Do Dw Wom crH oa Wza d cn � g— W oJ�H Hw w��O ��Oo a N ao XW XW Ln<Oa w< 1-am HHOL a W O W a z am 2 S 2 Q J W a J w CY } r-- w0 > J m1- 1'- U)U1H F-0 LUU) D LUaa _ m O Z - N r7 C to to 6 iti 2 O Z a a O H 0 O EN _, 1 - N CD a� In iii (ill W m Jo 0, OZ - I a H W F- O N p Z , 00 OJ L� a° U) 0�. }W .��_� N bu n j cD z W a _ __ �wi a E L U - I _�.... . _. w - a � _„ iii, OW 04 LL I ° N O N �S W nn° U)0- m w -` Q 2 Sun O W Q CO J 0 `i� _��TiT n-0 (n H 1� I E 'n=H- U.. < O m )- Z H 'n 1 1- Q U) 0 w z CY NU `" I X < C) w 0L` _ di Ld wm Nz W LULU ` I - v a J 0 �•W g 1 m co LJ�� >- m �`�- L c W0 0 CO 0� m ille ;1� N to< a - J Z W g` W }- '-m 0 W N< t; H m0 I J h�` I _J m WOO ■ r- Ai; 4 3 LI' NLL.. t«wW -1 1 �, W 0a al 4A SOU W'Li p O w H 5 O > 2GW co N O U)H W 1 I a < W 2 N N d Z O H 0 LU a 11i NO CO w 0 O CO Z w illi a) a fZ Q L.0 Z a q S w a O o Z N O N N U cn N 0 a- fx C.4'4 °4i o u cn a o 8 E- Z O>, z° n p 0 0E• aE- O 0 5, U 6O N`.3 M il OP . X o s 1 O 11.�1M0 3 -o c c ■ O, W 7+ Z Z UI] _ 7 ,o oa O a .c III ce -0 o m ‘E,.01 E N U cr-0 E O E o:'-'.=- E O I --'.- 3 O - 0 0 Q) O N. O D ` s•: O E- N r to p O .x W c E �� 0 I- ,- < i 1N3W3AVd 30 3003 2J0 8n0 vM3nibo J dMOd02J 0 If •i(\: Z 1Ii" LO al IJJ in cn}U cn II g • • Z < 00 Ct :' Z O O =dO •q�1\ Z ANN (n� Q Z • 0 J 0 • X Q 0 Q I- W W .N • W X IX J Z O U ••••-- 3 z O O `i, H Cr li-I Q , W i X 5�:4Lw« i ��i .e� C7 W W W e U .: O m~ O • • \ O Q Y • X :1\1y1 Q ..42.44.14.1 \ C9 t Z z. X i W In ; I r • W in co illy m 0 J. # iii z w z CO Y a, z le- (7) 0 _ z w cr, -- ' Z in z o CD .in w 6 C7 W a °to `r az z 0. a a o p U z a IN Q Ii.p` F ' 73\ „xw¢ zo O U Q e al + CC CD w 110 E--"M 0,II TE .._ I`3 U UZ Z CL z o� O di 0 c� a rx ` = Y a u ° r n q ° o 8,9,2095.0§8V\m 8° 4 "°dNOmo '21 ° o 88888 a u m CO o n Y Yn�nYmorn^^.NY n ,on 3 orio S - u e L o o Q n 8 H Y \O °°°Om � u= u q °' - o u °U N IN o"n a m 9nnrio aNn• nO ' m o 34 I ".6 'IN _° q ° V o °a S "R u oo§i °°°°O 0 <, 0 n m °■0 a o c o $o L1" o o Y m rmHn7e0, . o 27, J t I O n I - Zy d O r°a oQO ~ a 8°Omwn001°1p^ O U —Qo Z p°YO ., q _ - o- n Om On jvr 0 .c J SO _ Orj Y�Noomm N°m O L le N O O u _ m - 0 Y m -Ocn° ✓O o m 2 o w Tr ° Y rN oor co o Y''y-L-- E o n o 0 -i m 1° "00008281 r € - CC 111%.". Y 0= m ,O Y �jtt Z- m .. MO C U Y j U U o u- m• 0 ry^.iprryn YYYOO.Y-O N8OY° q OYQCA 1- U O n ° ° tl CY1 n�Y O O 2.-q-`2`�L3 t= V O Y L ^ 5 C la 8 8PM1:88888 66. t of o Yp n nNNNNNNNNN G TOT, °W NT^i° U nt O U F e O 1 Ili YO "a ufi0=T U 0 -1-",8';g";.1.-' ° ° J E Ynn h4iomoi� meo � E pa 5° l0000 cls-2 .m....2,f3,4-6-6 0° e E o L N E ° 2:2.g21....... � L o n E 358O613 -'E, < ] p • I o w I 1 1 1 }T 1 1 1 1 1 m < P n 0 YI . .o Ii .. {U� o m O 00 L a - tl s ir i $c II . - ° ° < • ° e g 8, P< U () ., D O e °p L m = J„,° m iiii an L° En ° u .u._, ylu ,- n _ttaq,2 u°n o _ LpamyL'▪sEtl- On m J.e n nc N oo°ccu.uU LN m v$"6-w`o 08...5yo o,, -8.$LLr. oL e0 Y E v q °_ : u = r5L - °\ 73- E £ ! 1.3$ = 0 ° - c 0 u ;:g8 073 3. u n 1 £° L 3 r ^i N bo .-CCH - u OOS _ =t L CO F S tl _o _ - o 5 -a :b UY °° e ^ ° . , s L ` E wil v ay„o"2: uc= .Y .4YOao-°Eo3° o u m ° E.c ° Z 00 Y__SCO P°° 070 - -n _L o n Eo Lm„ O I U o 0 C ° c . a°L 13 E L E u-Y _o°a :=.1g- 7§!== Oo} asv°i S.s o n • . E :- 0, .5 m R oN ac .a6-F..-..4 g q q n e q q q e 0 < oi, i.Rs ° . < 3 3 K ig-.33 l V . o ._ i N n •73�-umiL3< io • N ,6 v vi ri ° 6 t m i w MO NW X a W - Z ", OC o Z0g O 0 Z g ill oc VmFia s �• ‹ro o U:: tip) Zk: r 1- 4 iill o Y W v m o v U'8 ?� ze 0 0 0 5 �f -.4) 2 o+ m F. 0 we -n o V w_ M, I dI Z -m- spy i k sauoul " _ N N aLa�JUOp u! " ° v Vyuoa Paqunys!Pun 5POl ;o u ydap s sauJUl T r ,z m t D - O.6 o v spON a!1 ;o Jayawo!p ° V ° CD m IA • t 01111 1 � aa; 0 ` t ° ' c anp }o a !5 , u v c Y - D � u U O 0 m+ s— m ° 6u!rJOIB ayaJJUOp ^ o N ° o m 1' U }o yaad J!gnp N N m ° �, ,. v v ' ^ }o tagwnN m W mi w ) ,c.v III o r • • > w' ° .•c o D v • a n` m saa�6a o o , m y m Q o o Puag IOP!y-aA < Q • ♦- Y D CC O D 1 S o 0 0 0 0 - W 3 v oI� W amssaJd ,sal N N N N N N N illi S sauoul - uayawo!p v m m ..2.- m az!S ad!d iile lei `mYN savAul 0 J ayaJJUOJ u! _ _ _ - N N ilif 4 Z spoa ;o gsdap ..H._oa Pag_inys!Pun m -C J sauoul Q o v sPOa a!1 r r r r r l: r . M S ;o Jaiawo!p cp... �� D D o yaa; o∎ U a« m .8 > agnJ ;o aP!S _ N N N n n v , Q Q v, a v v O •N . o. ° L,, m\ 2' 6ullool9 aya AJ000 m• o yaad o!gnp u, I N N v n a ivi O , 7 o.. 0 v D N <N }o uagwnN o o v D v ° • ti N \ N \ n ~ m saau6a0 N pg N . N PC E w \ N} 0 .n }* v v ... ,°` ISd. 0 0 0 o o 0 0 WO o+ J_ aunssaud }sal N N N N N N N O S U- sauoul - JasawO!a < w m 0 _ _ m az!S ad!d We a AO rn mu co 0 cn m E- 5 .-. w o y N co d w a V -0 aE o a w D C o .c cv°E , o, F„ Q. _ "o 0 To d (n N O N O_... 1113 E C L 0 Q�r . C e C O' In V 0 ex's. O ° 0 C 1 ii„, z 0 z ^ D p U al•— �� 0 Hi! ! N d• jIjI1! ! C o o u a o c 0 2 O Z W O'Q n ' y D 4 ° U W W O Q Q F E F a M._ Q, v N o c N 'c c d c r- N No a!C ` C O�G v O=L L N a Ld U N O C U =0, U . a � � . > C.0 �.O O N`C v 7 J O w m �a Lc N ,- " uv� E vO yo a � ai W 3 °° v i a v c ym° E ow Ec i 0 - L c �aQ " U 4 ♦ M ° � x � o ¢ .0 0, v vo n � �_ ai Do of ? Z 0o v5 va oQv -0 6,0. ",Q vDV vo ›+ z` a, oL O v v u _` � 7'2a u o � . v v cL 3o ' ."L u. 0 i v" .cPva.- Du ou J 4° o Q ' vc'' a .+ v -0 oN E° oo 13v acoa o" All t''N N Y ° 0g O'-a N y C S-6 t'..-5,, W C O ... L el° ° 0 L6 44, a N o . a W N ■ V 6-' T J T L"NaO N O N -0 —.1111,,,, I...J.� dl G O v `, O C L 0 ULO 0 y.5 o . oU � 1 Ix, Co '',`t' Dv D` EO oc� >,°' cax `'C , a, � a ` '" 'o o > O OE ca - O .c 721 mo c$c 7 N h0 N- a rn°� u o ii • E v o ° ° -v 3 va o o y, °,v1-- rnrn ¢ C FF 1 III o}NN E aE 5 N5. 3NO --0 ° 'c_Q 'EO oN u- N 7°1 .Gcv a¢y as, m; .o 0 C ° U O >` III II O O+^ DN C O 3 O E rn� N o 9, m o a u c.v c N 3 rn f„ °._ GOO°C y'- .. °D v O°O N u G°V O v' N JD v O D y O y• O a,v v Y W Q v � -a_N_ >a C N 1- Q N a N a N D h .12...12.. Z° °- ° 0d O > E, N v O NI W. cc or 1 on x ) W C C (.4 r ° ^ o- W C ° W , t0 W .c -0 U N•U ^ ^W c �o Q�v Q" co v v 0 m N N o v 5 o c ^ -.TE�.u< v. N m O C W C to a Q !IL N 1 ' N o v c^°u_Evcw^..N n a rnv o a� pui aaS NO DL O�UO O N °-'E°- >` C n U D...M ._ va— vO,0pc.QO C 0� dV \\ \ • `3 v v�v c E \ o a �• u7 n n n .a2'a.0 .4' TA N .�n��1. °u_ ,nv " 0' "r- aL_.". C Na NN 'E^... O'_VI N O ,... n^ 'CO N 'CO V N"O U T.al.T O "O o U C VI'u 'C C1N O7 t0 \ \\ vr.tJ °v e°°` i>521-' LL v oho va H n _� n .,26 Ow O o°J`'0 P. N N E aO r,>o V O� EOZ O co 7 �NaM a 1 1 a c N J.N E .m °' O c .:Na > v \\ C U JOV O o00] Do.. N.0`,. °N o.n L C.W UNN °O. ,!1 n C O N U. 15's4-NQ V O °UN°L.D c.c.N �� aCE N. d�. .. o v o. N < '''.c.2-0. v or a 1 v x.� o o c E o 7 n. .-Q j J n \n o�vZ Vi o yN VN onvD ";-\o LL ° o\ v ,- 1 n a O Jc ...a...a .0 --C'TI- 0') C VI"� °vNi Ov *co y■■ ,E E O D N N " N O L oO 3-ri W O C C C 9 O L W \ J]•,C TJO ~�N p,N y�vpp"O°On2 o� 8 VO AWL ,40;a N \\co "'oa 2Qxa Q.Q.To,O.-.• rc �° -0 o� !?. tQ N n V) J ,-iI-`, 0,4.CA S.C.7 c °\ ✓0F>>.. o " 0 0 0 0 0 0 0 °m 3 Q d v,p m N.0 v DC'Sn ^ Z,-C ". aN >N 3 u c 0 0 0 0 N n O N O v a0 • ,!1 O� 7 N C v CON N O a 1� O L i° C1 N n O O 7 Ora ..0 1 O JO N CO O ,_ ,O O, N N 01 co a .: n L N,",U o CV.cn'o• N °Q W - N n a a,ri O N O "vcO .. Qua ..E,n F, Sa a0U" Jaa LC aN nm _ Nnv vUa to OI � ON v� SON ... 4) V\u^NV :. T J v`O a5O "ON JmN omEm°U)� NT J >M 0ap.°..- o-IM O '2.O O D H I-u /31- al c 01- 0 0 0 C C.-.1-1 3 7 L °_ O C v In. U1.tom. o C N• v v VI a)N ■ v,n 9 0 0 0 a,0 Cl) J O O O O 1f1 O O vl O O O O O a E a J o a n a o,n o:-. i=x a 1=n v u,n .9000 �ce v, " 01 0 0 0 0 N. o (Cl N o 0 0 0 0 V n n n n N N N N N N N N N N n O ,f) a- 1 Q O N a CO 'co N N O "C UI Oil tail MOW 41 AVM GEO-TECHNICAL RECOMMENDATION LETTER OF TRANSMITTAL Zipper Zeman Associates,Inc. 18905 —33rd Avenue West, Suite 117 Lynnwood, Washington 98036 (425) 771-3304 FAX: (425) 771-3549 E-MAIL: office @zipperzeman.com DATE: March 13, 2000 TO: Mr. Jack Shapton Ai II FROM: Jim Thompson SUBJECT: Pin Pile Recommendations, Thunder Hills, City of Renton (J-609) - REMARKS 1 Dear Jack: We understand that plans are to use 2-inch diameter Schedule 80 pin piles for support of the new pedestrian bridges which will be constructed as part of the subject project. Use of pin piles at these locations assumes that the stream bank will be stabilized in such a way as to prevent the development of lateral loads on the pin piles. We recommend that a downward axial capacity of 4 kips per pile be used for the 2-inch diameter pin piles. A minimum center-to-center spacing of 3-pile diameters should be used between the pin piles. As is common practice, the 2-inch diameter pin piles should be driven with a minimum 90-pound jackhammer to a nominal refusal criteria of 60 seconds per inch of penetration. We have been asked to provide a"guesstimate" regarding the likely length of the pin piles. The available information regarding subsurface conditions at the pedestrian bridge sites is very limited. No deep subsurface explorations were completed at the bridge sites. The Preliminary Geologic Map of Seattle and Vicinity,Washington, USGS Map I-354, dated 1962 appears to indicate that the site vicinity is underlain by glacial till. However, it is likely that alluvium has been deposited over the glacial till within the limits of the historical stream channel. Based on this very limited subsurface information, we suggest that an assumed length of 15 feet be used when setting up the plans and specifications for the pin piles. The actual length of the pin piles will be established during construction based on refusal criteria presented above. An add/delete item should be included in the contract documents to provide a means for computing the payment for the pin piles if their length is different than 15 feet. Installation of the pin piles should be monitored by a representative from our firm. Ia .r. rrr WASHINGTON STATE DEPARTMENT OF FISH AND WILDLIFE HYDRAULIC PROJECT APPROVAL DIVIDER.doc\ err ff- HYDRAULIC PROJECT APPROVAL State of Washington /' \ d RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife FISH and Region 4 Office 16018 Mill Creek Boulevard are WILDLIFE Mill Creek,Washington 98012 DATE OF ISSUE: January 16,2002 LOG NUMBER: 00-F3159-01 els PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Renton-Wastewater Utility Not Applicable RECEIVED ATTENTION: Michael Benoit 202 111111 1055 South Grady Way, 5th Floor Renton,Washington 98055 CITY OF RENTON (425)430-7206 UTILITY SYSTEMS PROJECT DESCRIPTION: Remove three culverts. Install footbridges to support aerial utility pipe crossings. Install a small outfall to stop bank erosion. Install bank protection/stabilization measures and stream bed controls. PROJECT LOCATION: Thunder Hill Sanitary Sewer Access road from north of S. 18th Street and Grant Ave. S. "" intersection,approximately 2300 feet northwest along the access road,Renton. # WRIA WATER BODY TRIBUTARY TO 1/4 SEC. SEC. TOWNSHIP RANGE COUNTY "" 1 09.0005 Unnamed(Thunder Hill Creek) Spring Brook Creek 20 23 North 05 East King PROVISIONS 1. TIMING LIMITATIONS: The project may begin July 1,2002 and shall be completed by October 1,2002. ""' 2. Work shall be accomplished per plans and specifications entitled, `Thunder Hills Sanitary Sewer Pipeline Access Road Repairs', dated June 26,2000,and submitted to the Washington Department of Fish and Wildlife,except as modified by this Hydraulic Project Approval. These plans reflect design criteria per Chapter 220-110 WAC. These ' plans reflect mitigation procedures to significantly reduce or eliminate impacts to fish resources. A copy of these plans shall be available on site during construction. r Footbridge and aerial conduit crossing 3. Excavation for and placement of the foundation and superstructure shall be outside the ordinary high water line. a., 4. The bridge shall be constructed to pass the 100-year peak flow with consideration of debris likely to be encountered. 5. Support structures for aerial conduit crossings shall be located and armored to prevent scour or undermining. Bank protection/stabilization 6. Placement of bank protection material waterward of the ordinary high water line shall be restricted to the minimum air necessary to protect the toe of the bank and the stream bank. 7. Bank sloping shall be accomplished in a manner that avoids release of overburden material into the water. Overburden material resulting from the project shall be deposited so it will not enter the water. as 8. Bank protection material shall be clean, angular rock, and shall be installed to withstand 100-year peak flows. River gravels or other round cobbles shall not be used as exterior armor. Page 1 of 4 HYDRAULIC PROJECT APPROVAL State of Washington �'!u` `� Department of RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife I'� �`FISH Region 4 Office 7 16018 Mill Creek Boulevard WILDLIFE Mill Creek,Washington 98012 DATE OF ISSUE: January 16,2002 LOG NUMBER: 00-F3159-01 Culvert removal 9. The existing culverts,and fill, shall be removed, and the disturbed bed and bank areas shall be reshaped to preproject ggg configuration. 10. All earth and/or fill material covering the culverts shall be removed prior to removal of the culvert. Water main(conduit)relocation 11. The conduit shall be installed at sufficient depth so that subsequent disturbance of the streambed is avoided. 12. When using trench excavation,the trench shall be excavated in the dry or shall be isolated from the flowing stream by use of a bypass. The existing culvert may be used as the bypass until the new water pipeline has been installed and the streambed stabilized. Disturbance of the streambed shall be limited to the amount necessary to install the r new water pipeline. 13. The trench may be backfilled with streambed material removed as a result of the culvert removal. 14. Excess spoils shall be disposed of so as not to enter the stream. Outfall installation 15. The stream bank at the point of the outfall discharge shall be armored to prevent scouring. S General Provisions 16. Alteration or disturbance of the bank and bank vegetation shall be limited to that necessary to construct the project. Within thirty calender days of project completion,all disturbed areas shall be protected from erosion using vegetation gig or other means. Within one year of project completion,the banks, including riprap 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)and maintained as necessary for three years to ensure 80 percent survival. ter 17. Erosion control methods shall be used to prevent silt-laden water from entering the stream. 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. 18. If high flow conditions that may cause siltation are encountered during this project,work shall stop until the flow subsides. igt 19. Extreme care shall be taken to ensure that no petroleum products,hydraulic fluid,fresh cement, sediments, sediment- laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. it SEPA: MDNS by City of Renton final on April 16, 2001. S APPLICATION ACCEPTED: July 30, 2001 ENFORCEMENT OFFICER: Boone 030 [P3] gig Tony Oppermann (425)379-2309 /� 0 for Director Area Habitat Biologist WDFW a Page 2 of 4 HYDRAULIC PROJECT APPROVAL State of Washington patios A 1 &patina d RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife ,` FISH Y Region 4 Office '7/� 16018 Mill Creek Boulevard Mill Mill Creek,Washington 98012 DATE OF ISSUE: January 16,2002 LOG NUMBER: 00-F3159-01 IOW GENERAL PROVISIONS This Hydraulic Project Approval(HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55 -formerly ' ' RCW 75.20). Additional authorization from other public agencies may be necessary for this project. This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s) v 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. or Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All HPAs issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.110 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.170. err APPEALS-GENERAL INFORMATION 00 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, 77.55.110, 77.55.140, 77.55.190, 77.55.200,and 77.55.290: A person who is aggrieved or adversely affected by the following Department actions may request an informal review Ole 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 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 MIN 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 ON"` recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. Page 3 of 4 HYDRAULIC PROJECT APPROVAL State of Washington 741, \\\, Department Ded RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife J FRUaed Region 4 Office 16018 Mill Creek Boulevard WILDLIFE Mill Creek,Washington 98012 DATE OF ISSUE: January 16, 2002 LOG NUMBER: 00-F3159-01 • B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.140: lib A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HPA, or the conditions or provisions made part of a HPA; (B) An order imposing civil penalties; or (C) Any other "agency action" for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely err informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30- days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110, 77.55.200, 77.55.230, or 77.55.290: A person who is aggrieved or adversely affected by the denial or issuance of a HPA, or the conditions or provisions as 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. 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. f • ifs► a S S Page 4 of 4