Loading...
HomeMy WebLinkAboutContract OQI 61 N A-L, C6H1-eA CI' Award Date: hms� 20, loot- C J 04 _ 14 d Awarded to: G UL m m I N C. betovel)M6 @0. �. C64U'V NMIVYIY' 4 Aq I *Z1. 66 ,Y ti� o Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications mull% N City of Renton Construction of: Water Line Relocation for Realignment of Benson Road and Im I-405 Overpass wo PROJECT NO. WTR-27-3344 .. City of Renton `W 1055 South Grady Way Renton, WA 98057 City Project Manager: Andrew Weygandt (425)430-7208 1r •. %W 0 Printed on Recycled Paper +v ■. Ceccanti, Inc Job #658 —S. Water Line Relocation Benson Road & I-405 Overpass Renton, WA 98057 www.ceccantiinc.com CECCANTI,INC—GENERAL CONTRACTOR PROJECT TEAM ism Project Manger Project Superintendent Project Administrator Rob Bonnett Mark Wilhelm Kristie Rojas robAceccantiinc.com markwAceccantiinc.com kristieAceccantiinc.com 253-377-2566 253-377-6178 253-537-2990 Ext. 25 FAX: 253-537-6943 FAX: 253-537-6943 FAX: 253-537-6943 r. Accounts Receivable Safety Director Donna Motland Kim Irvin donnaAceccantiinc.com kimAceccantiinc.com 253-537-2990, Ext. 18 253-537-2990 Ext.16 FAX: 253-537-6943 FAX: 253-537-6943 Owner err. City of Renton Public Works 1055 South Grady Way Renton, WA 98057 ,. CECCANTI INC GINERAI CONSTRUCTION 4110 BROOIIDA11 RD. 1. TACOMA WA 08440 (253( 537.2990 fAX 12531 5371943 rr' , Y o CITY OF R'ENTON BUSINESS LICENSE Expiration Date t- '; Licensing Division '. 6/20/2007 �y 1055`-South Grady Way Renton, G�iA98055 Issued Date:. License# '�(425)'430-6851 - 6/21/2006 BL.022412 Business Location Billing Code: ocl_a 4116°`BROOKDALE RD E Licensee has made application for a City of TACOMA, WA 98446 Renton business,license in accordance with the provisions of Titl V, Business Regulations Chapter 1, Code of General Ordinances of the City'of Renton and agrees to comply with all the. CEGCANTI LNC. requirements of said ordinance. Licensee shall 41 16 BROQKDALE RD E further comply with,all other City Code TACOMA,WA 08446 es,,State Laws and Regulations Ordinanc applicable to'the business activity licensed. Post this License at place of business. .r r. am aw +r. DEPARTMENT OF LABOR AND WDUSTRZES � i REGISTERED AS PROVIDED BY LAW AS i CONST CONT GENERAL REGIST. ## EXP . DATE r H CCO1 CECCAI*227CB 04/30/2009 ' EFFECTIVE DATE 02/02/1978 CECCANTI INC j 4116 BROOKDALE RD EAST TACOMA WA 98446 Qw i 5I F6?i-Oi2-000(5/971 � Detach.end Display Certificate BYO ■r �r vrr ■r r +rr rwr �r MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF CECCANTI, INC. A special meeting of the Board of Directors of Ceccanti, Inc. was held at the corporate offices in Tacoma, Washington on the r day of July, 2007 at the hour of 9:00 a.m. The following Directors were present in person: Richard Ceccanti Donna Motland Richard Ceccanti acted as Chairman of the meeting, and Donna Motland acted as Secretary. The Directors first acknowledged the Wavier of the Notice of the Special Meeting and consented to the transaction of business before the Board. After the meeting was called to order, upon motion of the Chairman, the �. following was unanimously approved by the Board of Directors: RESOLVED, that the President, Richard L. Ceccanti, or the Secretary, Donna Motland, shall have the authority on behalf of the corporation to sign any and all documents of whatsoever kind and nature pertaining to bids, and/or contracts for and on behalf of Ceccanti, Inc. There being no further business to come before the meeting, the same was adjourned until such time as the corporation shall have either a general or special meeting of the Board of Directors. Richard L. Ceccanti, Chairman ATTEST: Donna Motland, Secretary CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Water Line Relocation for Realignment of Benson Road and I-405 Overpass ow w PROJECT NO. WTR-27-3344 6w go July 23, 2007 .. BIDDING REQUIREMENTS CONTRACT FORMS ww CONDITIONS OF THE CONTRACT SPECIFICATIONS IMP PLANS aw .w aw aw irr ® Printed on Recycled Paper UW CITY OF RENTON WTR-27-3344 WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND I-405 OVERPASS CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Bid Bond Form *Proposal & Combined Affidavit & Certificate Form: Non-Collusion +rr. Anti-Trust Claims Minimum Wage Form *Department of Labor and Industries Certificate of Registration *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certification of Payment of Prevailing Wages �. WSDOT Amendments Special Provisions �rrr Standard Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the 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 98057 w. HAFfle Sys\WTR - Drinking Water 1'olityvWTR-27 - Water Project Files\WTR-27-3344-Benson Rd & I-405 Water Line RelocationAContract Docs\WTR-27-3344 CON"LRAC 1-1)0(_1, 070907aw.DOC •r CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the ow 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 r 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 .r and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation +� of the City,including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. �+r CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President sn Attest: g„ City Cler rr 03_SUMRY.D0C\ trr r CITY OF RENTON 30a"RY OFAWMCANS WITH DLWff.lT7F.S ACT POLICY •� ADOPTED BYRESOLU77ONN0. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure ,.r employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City 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, sWfin requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. rr (2) COOPERATION WrM HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to +rr promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WPTH DISABEUMS ACT POLICY-The City of Renton Ameri cans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal MW 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 aw (4) CONTRACTOR' 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 am 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, VA including bid calls,and shall be prominently flayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, +w this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor cil President Attest: City Cleric ■r CITY OF RENTON WTR-27-3344 WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND I-405 OVERPASS SCOPE OF WORK The proposed project involves the installation of 16-inch ductile iron water main and associated appurtenances between Benson Road and SR 515 (Talbot Road) to accommodate the future widening and realignment of I-405 and the realignment of Benson Road(see Vicinity Map). ow 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: No • Installation of approximately 1,910 linear feet of Class 52, 16-Inch Diameter Cement Lined Ductile Iron Water Pipe with Poly-wrap, including fittings, valves, and fire hydrant assemblies. law • Trench excavation, including removal of unsuitable material, stockpiling excavated material, replacing unsuitable foundation material, maintenance of existing 54" arched culvert and other existing utilities. r • Removal and replacement of asphalt concrete pavement, asphalt overlay, traffic loop system, pavement striping, lane markers, curbs, gutters, and sidewalk. 0 Installation of approximately 60 linear feet of 30"steel encasement pipe. r • Installation of 2 reinforced concrete trench dams. a Testing,poly-pigging, disinfecting and flushing of water mains. • Connecting to existing water mains. • Installation of 1 Type-1 CB and 23 linear feet of 8-inch diameter HDPE pipe. • Installing and maintaining adequate TESC measures and restoring all disturbed areas. to Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of fifty (50)working days will be allowed for the completion of this project. ex o to No am U. HAFile Sys\WTR - Drinking Water Utility w I R-27 - Water Project Files\WTR-27-3344-Benson Rd & I-405 Water Line Relocation\Contract Docs\W"rR-27-3344 CONTRACT-DO('S 070907aw.DO( am Waterline Relocation For Realignment of Benson Road and I-405 Overpass RENTON, WASHINGTON LO C- PROJECT �. LOCATION vrr ow t Nrr ow ow PROJECT VICINITY MAP NO SCALE rrr r H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3344-Benson Rd & I-405 Water Line Relocation\Specifications\WTR-27-3344_BIDSPEC_070907aw.DOC' ar MW 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. w� 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 that arise may then be issued. w. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. wr 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. �r 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. wr 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. wr 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the VM successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. wr 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. H:AFile Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3344-Benson Rd & I-405 Water Line Relocation\Specifications\WTR-27- 3344 BIDSPFC 070907aw.DOC 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, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. ml 6. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the "D Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist,between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the �r 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. 9. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also �+ comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. iw,0. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions, Technical Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 41+Tile Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3344-Benson Rd & 1405 Water Line Relocation\Contract Docs\WTR-27- 3344 CONTRACT-DOCS 070907aw.DOC as aw 1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction" hereinafter referred to by the abbreviated title"Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of the Special Provisions shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not No been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of ,.. all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact �r the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ++� ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? .. ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ❑ Have you included a copy of your L&I Certificate of Registration? r rr dw H:AFile Sys'MTR - Drinking Water Utility`WTR-27 - Water Project Files\W-rR-27-3344-Benson Rd & I-405 Water Line RelocationAContract Docs\WTR-27- 3344 ('ON I RACT-DOCS 070907aw.DOC irr so CAG-07-140 Im CITY OF RENTON CALL FOR BIDS no WATER LINE RELOCATION FOR REALIGNMENT OF BENSON ROAD AND I-405 OVERPASS WTR-27-3344 "" Sealed bids will be received until 2:30 p.m., Thursday, August 9, 2007, at the City Clerk's office, 7m floor and will be opened and publicly read in Conference Room #511 on the 5`'' floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Water Line Relocation for Realignment of 'K Benson Road and I-405 Overpass project.. The work to be performed within 50 working days from the date of commencement under this contract shall include, but not be limited to: go 0 Installation of approximately 1,910 linear feet of Class 52, 16-Inch Diameter Cement Lined Ductile Iron Water Pipe with Poly-wrap, including fittings, valves, and fire hydrant assemblies. • Trench excavation including removal of unsuitable material, stockpiling excavated material, replacing unsuitable foundation material, maintenance of existing 54"arched culvert and other existing utilities. • Removal and replacement of asphalt concrete pavement, traffic loop system, pavement striping, lane markers, curbs, gutters, and sidewalk. • Installation of approximately 60 linear feet of 30" steel encasement pipe. • Installation of 2 reinforced concrete trench dams. • Testing,poly-pigging, disinfecting and flushing of water mains. • Connecting to existing water mains. • Installation of 1 Type-1 CB and 23 linear feet of 8-inch diameter HDPE pipe. • Installing and maintaining adequate TESC measures and restoring all disturbed areas. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Monday,July 23, 2007. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at littp:/r'www,lbx%va.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to Andrew Weygandt, City of Renton, Utility Systems Division —Water Utilities, 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone(425)430-7208, fax (425)430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie L Walton, City Clerk Published: Daily Journal of Commerce July 23, 2007 MW Daily Journal of Commerce July 30, 2007 r Aug, 3. 2001 9: 06AM Ceccant i Inc. No, 9226 P. 3 .arr BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, Ceccanti, Inc. as Principal, and_ Fidelity and Deposit Company of MaiVSViiety, are held and finny bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (572) of the Total__Amaunt of 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 WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND 1- �+ 405 OVERPASS 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 wtr; with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the ,. Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 9th DAY OF A wgusr , 20 . "` � ��� ����,�•• -Ceccanti. I .Z PnncipaI r-)o"rv� rcvt\o►s�d, Corp. a Fidelity and Deposit Company of Maryland � r Surety Guida McClain, Attorney-in-Fact +w Received return of deposit in the sum of$ NfTilc 5ys\W'TR-Drinking Water LhilitylVrR-27-Water Prat 1`iles',WTR•27-3344-Benson Rd&1405 Water Lane Rc1ocation1Specercatiors\WTR- 27-3344_B1bSPEC 07M7aw,DUC Yell Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by PAUL C.ROGERS,Vice President,and T.E. SMITH,Assistant Secretary,in pursuance of authority granted by Article Vl,Section 2,of the By-Laws of said Company,wh' set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s 'nate,constitute and .r appoint Curt DYCKMAN,Michael R.HIGHSMITH,Elizabeth A. Guida MCCLAIN, all of Tacoma,Washington, EACH its true and lawful agen ct ° seal and deliver,for, and on its behalf as surety,and as its act and deed:Prn a the execution of such bonds or undertakings in pursuance of these pr sm any,as fully and amply,to all intents and purposes,as if they had been d t ac h ularly elected officers of the Company at its office in Baltimore,Md.,i �, �,p er ° attorney revokes that issued on behalf of Curt D ckman, Michael R.Highsm1=, I hitt,Marie Poulin,Peggy A.Firth,dated March 6,2002. The said Assistant ebby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-L s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and +�+ affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of December,A.D. 2003. aw ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,gyp 9EPps� � I _ O P J 4A/� Y W By: as T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland l ss: City of Baltimore f aw On this 23rd day of December, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal rr. and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ow o��\a\S R•�AY��Z wweoaw.+ Dennis R. Hayden Notary Public we My Commission Expires: February 1,2009 rr 4w a* POA-F 180-2913 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." r CERTIFICATE Mri I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on err the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 9th day of August 2007 01 Assistant Secretary 1 CITY OF RENTON WTR-27-3344 WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND I-405 OVERPASS 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 certifies and agrees to the following provisions: �oY�If�0. 1�lCr�c rVC0vokI 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 w 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 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 above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. HAFile Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\W"IR-27-3344-Benson Rd & 1-405 Water Line Relocation\Specifications\WTR-27- 3344 f31DSPEC 070907aw.DOC 'age 13 Proposal and Combined Affidavit and Certificate Form rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com rr, ,, FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name `(1'( a.zd Cyr p. cx e dO Signatu dw w +,•�••A..�.•.#..••.•� Address: ` wo ��.�����•� Names of Members of Partnership: 09 wr OR Name of President of Corporation \ Name of Secretary of Corporation Corporation Organized under the laws of � � -� With Main Office in State of Washington at \� � r Subscribed and sworn to before me on this C� day of , 200'1 +�r Notary Public in and for the J§ate of Washington KOO R" N*q Pubic Notary (Print) )610'5 1G �O\0.5 �. @WC, M.EV 1.15.2011 My appointment expires: trs HAFile Sys\W"rR - Drinking Water Utility\WTR-27 - Water Project Fi1es\WTR-27-3344-Benson Rd & 11105 Water Line Relocation\Specifications\WTR-27- 3344 BIDSPFC 070907aw.DOC ..?age 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Department of Labor and Industries Certificate of Registration Registration No.C Su.-K- . Ut> Expiration Date:��1 `aOOCA irr ■r r. dw aw to r to M 'age 15 Certificate of Registration Worovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com rw CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES WTR-27-3344 WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND 1-405 OVERPASS 1 6-Inch Water Main Installation (Note: Unit prices rorall items,all extentions,and total amount o/bid must be shown. Show unit prices in both words and figures YIYI and where conflictcontlict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Mobilization&Demobilization Lump Sum ISIDA Am�,4W', L 4Aa�I rd (,,, Q\ Cf�A J3 000 IT1 1 00 -Oiz) per Lump SUM 0 (words) figures 002. 1 Trench Excavation Safety Systems Lump Sum 1!001)-m DO per Lump Sum (words) figures 003. 1 Construction Surveying,Staking, &As-Builts Lump Sum ( & per Lump Sum (words) figures 004, 1 Trqffic Control rrr Lump Sum $ SV&!2�..�(�CU ���Q�'C Sl7 Ol7J•l�0 l7 �l»•0 per LuUmpSum (words) figures 005. 1 Temporary Erosion/Sedimentation Controls r, Lump Sum $4�&YQQ o\ 0,)L 3�11�17.017 �3 a� 00 per Lump SUM (words) figures — 006. 1 Landscape Restoration tr„ Lump Sum jawj ' ywj\fy1 ► du 1\CL y" 01 Jim u �a M•M per Lump SUM (words) figures 007. 1,907 16-Inch DIP,Cl.52&Fittings(Push-On, Polywraped) Linear Foot $ �A-1)N� A A10a AzNN S V . per Linear oot wor s) 3 figures 008. 20 Megalug Restraint Harness for Push-On Pipe(16",w/Megalugs) Each $"J�' VNL"n 0 Aug�f' 1� C�S1�`S�.`(5 �i 5�•� per EaCh (words) figures 009. 4 16-Inch Gate Valve Assembly Each $ �( OCfJ•GO g a•0�'�OO•W pe ac (words) tgures 010. 5 12Jnch Gate Valve Assembly �, • ,� -,�`,,,� Each $luyy �YN0.1,4 0 w�- r�W�x�► ��� 5 rJ�•l� �� S pee Eaach (words) �' figures 011. 3 Fire Hydrant Assembly Each rrr per ach (words) figures lift rw Page 1 Wage 16 Schedule of Prices Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com rrr CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES WTR-27-3344 WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND 1-405 OVERPASS 16-Inch Water Main Installation (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 pad words shall prevail.) i.. ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 012. 1 Connection to Existing Water Main-Benson Rd. !1 �t � 67, Lump Sum $5"en T C1(A !,6ncC —1 WC. t�.cndQredc S0��A/S '' o© per Lump Sum (words) figures 013. 1 Connection to Existing Water Main-NE Comer Sam's Club Lump Sum $Six-ThoLA o a -Fi Ve h un1tIV /C 40 ffne ;' / S� �� � � • UU perLumpSum (words) figures 014. 1 Connection to Existing Water Main-S Corner Sam's Club n / _ Lump Sum $5; X Tl1�tA�v� E,ye Acwn�f , do�(o✓S `t'j S o 36, SCo . 00 peTp um (words) figures 015. 1 Connection to Existing Water Main-SR 515(Talbot Rd.) p Lump Sum $ S;k -rK san o� :F,✓e_ Lt(,(t, t do f tCtirs f0 i SCJ© 46/ 6b7. 0C) per Lump Sum (words) figures 016. 1 Steel Encasement for Crossing Existing 54"Culvert(SR-515) +�r Lump Sum $Se-Vr +Z ta`Ac nd C6a, h P� 17, 100 per Lump um (w r ss) figures 017. 1 Steel Encasem r Crossing Future 1-405 Retaining Wall nn rrr Lump Sum $��r� 4q:e,-t 'f-kc&4g 4^d r-iV Ll• nd tq,'3 Iy, 6-00 ro • Clj per Lump Sum (words) figures 018. 1,520 Select Imported Select Trench Backfill Ton $ W2n �• 3a �ll� y 96 • 0() per Ion (words) figures 019. 100 Removal&Replacement of Unsuitable Foundation Materia Ton $ One— rlyi t c4 -Fh�N,[�d1 4Gf�r; II�.l1.� � . 00 er per Ton wor s — figures 020. 400 Crushed Surfacing Top Course&Crushed Rock Backfill OD Ton $ -Tk f--„ A"3 farm O-L IZ Qp . C) per Ton (words) figures 021. t Reinforced CDF Trench Cut-Off Walls n �s� � Z �� . (�Q Lump Sum $ rwe�S c�n� ��Uc kLL , �lPdQ �O((Cyr perms um (words) figures 022. 800 Asphalt Concrete(Temp.&Perm.)for Trench Patching Cl 1/2"PG-70 Ton �l� .AA S�► 'a -y\u N l�Q C��(S Q� k 110k t2� 3 C) -�l7 +t+r per Ton (words) Sj� cm r,," figures r so W tWM Page 2 image 17 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES WTR-27-3344 ' WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND 1-405 OVERPASS 16-Inch Water Main Installation (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 contlictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cis. Dollars Cts. 023. 200 2"DeeD Acnhalt Overlav Class 112"PG-70 �— Ton �$' Irv, \ \V A I, ��.X�� l Q�.� a 1j.;ZQ 0 0 per Ton (words) / figures 024. 25 Concrete for Thrust Blocks&Dead-man Anrhnr Plock�s � �� aw Cubic Yd. $ ISY ���' ! X�SI� 1\a.0 ;I %M•Qz per Cubic Yd (words) figures 025. 1 Replace Pavement Markings and,1Traffic Buttons 411110 Lump Sum $ )�,,}} )V F j1lJl &IXVU�1 V •M u per Lump"S m (words) figures 026. 40 Removal&Replacement of Concrete Sidewalk 'o Sq.Yard q LQ per Sq. Yard (words) figures 027. 50 Removal&Replacement of Concrete Curb&Gutter irr Linear Foot $ 15A A —V.>n &z\ _Q)4.j 4 a•o\D t 3 I��•� per Linear Fo6f (words) figures 028. 1 Traffic Loops Sensor Replacement `r Lump Sum $`.j��Y\�►� 1�SlJ[�1 �Cl�.lQ C ►�D-Q/�J �`!t �•(� per Lump SUM (words) figures 029. 1 =,1M&y onntingency , t,Lump Sum qy\k��"_Wxd COuLAW par SUM-) (words) figures 030. 1 SR 515 Stormwater Improvements Lump Sum 5 lQ per Lump SUM (words) figures er Subtotal 8.9%Sales Tax �l i1w Total rrr to ■rr Page 3 j„'age 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com nr r Bond No. CMB08827744 RIDER wi To be attached to and form a part of Bond, No.CMB08827744 dated the27th day of August 2007 issued by Fidelity and Deposit Company of Maryland as Surety, on behalf of Ceccanti, Inc. ,as Principal, in the penal sum of Nine Hundred Forty Six Thousand Eight Hundred and 18/100ths *** Dollars($ 946,800.18 ),and in favor of City G-E -Renton- In consideration of the premium charged for the attached bond,it is hereby agreed that the attached bond be amended as follows: r. Obligation date and Bond execution date of August 27, 2007 changed to September 6, 2007. err Provided,However,that the attached bond shall be subject to all its agreements,limitations and conditions except as herein expressly modified,and further that the liability of the Surety under the attached bond and the attached bond as amended by this rider shall not be cumulative. w This rider shall become effective as of the 6th day of September 2007 Signed,sealed and dated this 25th day of September 2007 .. Ceccanti . ATTEST: NCIPAL �►C�'`1 CRCC0.r1't1lC�t�l� Fidelity and Deposit Company of Maryland ACCEPTED: �) GEN90004ZZ 0 Gui a McClain ,Attorney-in-Fact _ OW WO rrr ' Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by PAUL C.ROGERS,Vice President,and T.E. SMITH,Assistant Secretary,in pursuance of authority granted by Article Vl,Section 2,of the By-Laws of said Company, wh' set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s 4 mate,constitute and r appoint Curt DYCKMAN,Michael R.HIGHSMITH,Elizabeth A. L Guida MCCLAIN, all of Tacoma,Washington, EACH its true and lawfu*in ct ,seal and deliver,for, and on its behalf as surety,and as its act and deed: p a the execution of such bonds or undertakings in pursuance of these pr s� 4 any,as fully and amply,to all intents and rr purposes,as if they had been d t ackn h ularly elected officers of the Company at its office in Baltimore,Md.,i p er attorney evokes that issued on behalf of Curt D ckman, Y Y Michael R.HighsmI�2. 1 hitt,Marie Poulin,Peggy A.Firth,dated March 6,2002. The said Assistant ° e e y certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-L s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of December,A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp otpo'ri _ O P B ` Y T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland l ss: City of Baltimore f On this 23rd day of December, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers r.r► described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. r �r Dennis R. Hayden Notary Public +rr My Commission Expires: February 1,2009 ■r err POA-F 180-2913 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in ■if the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify so that the foregoing Power of At orney is still in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the id FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 25th day of September 2007 ag Assistant Secretary w. rtw BOND TO THE CITY OF RENTON Bond No. CMB08827744 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Ceccanti, Inc. �+++ Fidelity and Deposit Company of Maryland as principal, and corporation organized and existing under the laws of the State of Maryland as a surety corporation, and qualified under the laws of the + State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of ** for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. ***Nine Hundred Forty Six 'Thousand Eight Hundred and 18/100ths ($946,800.18) *** This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. wtr Dated at Tacoma , Washington, this 27th day of August , 2007. Nevertheless, the conditions of the above obligation are such that: r WHEREAS, under and pursuant to Public Works Construction Contract CAG-07-140 providing for construction WATER LINE RELOCATION FOR REALIGNMENT OF BENSON RD AND I-405 OVERPASS (WTR-27-3344) the principal is required to furnish a bond for the faithful performance of the contract; and �trr 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; ow 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 +r 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 err 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. Ceccanti, Inc. Fidelity and Deposit Company of Maryland Principal Surety By: Z--� By ' <<--CMG ✓ Signature Signature ekcyA ��CCQ _�r��S' n�' Guida McClain, Attorney—in—Fact Title Title Approved by Larry E'.'arret;?/'.1+92 H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project FileAWTR-27-3344-Benson Rd&1-405 Water Line Relocation\Coniract Does"WTR- ow 2 7-3344 CONTRACT-DOCS 070907aw.DOC as low i Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by PAUL C.ROGERS,Vice President,and T.E. SMITH,Assistant Secretary,in pursuance of authority granted by Article Vl,Section 2,of the By-Laws of said Company,wh' set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s 'nate,constitute and aw appoint Curt DYCKMAN,Michael R.HIGHSMITH,Elizabeth A. Guida MCCLAIN, all of Tacoma,Washington, EACH its true and lawful agen ct seal and deliver,for, and on its behalf as surety,and as its act and deed: ° a the execution of such bonds V, or undertakings in pursuance of these pr s� i i any,as fully and amply,to all intents and purposes,as if they had been d f t ackn h ularly elected officers of the Company at its office in Baltimore,Md.,i p er ° attorney evokes that issued on behalf of Curt D ckman, Y Y Michael R. Highsmi 1 hitt,Marie Poulin,Peggy A.Firth,dated March 6,2002. No The said Assistant ° s e certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-L s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and dw affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of December,A.D.2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND o otao'p _ o c J By: err T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore +rrr On this 23rd day of December, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ®R. aw Dennis R. Hayden Notary Public OW My Commission Expires: February 1,2009 +rr r wn POA-F 180-2913 w EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 27th day of August 2007 Assistant Secretary ow ow to W .w CITY OF RENTON 1 O �. G FAIR PRACTICES POLICY o� AFFIDAVIT OF COMPLIANCE w Ceccanti, Inc. hereby confirms and declares that �r (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of Ceccanti, Inc. to offer equal 1W (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard r.. to the race, creed,color, sex,national origin, age, disability or veteran status. II. Ceccanti, Inc. complies with all applicable (Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. r II. When applicable, Ceccanti, Inc. will seek out and (Name of contractor/subcontractor/consultant/supplier) No negotiate with minority and women contractors for the award of subcontracts. ftp _fir Ch Cec.Cafn �l Print Agent/Representative's Name 40 Print Age epresentative's le �w err Agent/Representative's Signature Date Signed ,r Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. irr aw r.r Contracts other than Federal-Aid FHWA CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this lP'A day of , 2007, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, aw hereinafter referred to as "CITY" and��P,('('��1 �1�1 G, hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 50 working days from date of ' commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to .rt perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-07-140 for improvement by construction and installation of Water Line Relocation For Realignment of Benson Road and wr I-405 Overpass (WTR-27-3344). Work as described in"Scope of Work"attached hereto. rw 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, r 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 Contractor agrees to use recycled materials whenever practicable. Iw. 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 ww b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any J) Addenda +wrr +ir +rr H:AFile Sys\WTR- Drinking Water Utility\WTR-27 - Water Project Filcs\WTR-27-3344-Benson Rd & 1-405 Water Line Relocation\Contract Doc s\WTR-27-3344 CONTRACT-DOGS 070907aw.DOC twr Contracts other than Federal-Aid FHWA 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, 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 rw and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies aw 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. rw The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a parry to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and .r he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the we covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the aw 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 err employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. wr H:AFile Sys\WTR- Drinking Water Utility\WTR-27 - Water Project Fi les\WTR-27-3 344-Ben son Rd & 1-405 Water Line Relocation\Contract Docs\WTR-27-3344 CONTRACT-DO('S 070907aw.DOC IM +rw Contracts other than Federal-Aid FHWA ar 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 city, its officers, officials, employees and volunteers,the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 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 rr. Contract final execution, and shall complete the full performance of the Contract not later than 50 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 wo 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. No 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 wo 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 rr 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. �w The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. rw 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 aw 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 ww 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. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. No 00 H:AFile Sys\WTR- Drinking Water 1Jtility\WTR-27 - Water Project Files\WTR-27-3344-Benson Rd & I-405 Water Line RelocationAContract 1)ocs\WTR-27-3344 CONTRACT-DOGS 070907aw.DOC Ow QW Contracts other than Federal-Aid FHWA 4W 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 r 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. 12) The total amount of this contract is the sum of $869,421.66 ow numbers Eight Hundred Sixty-Nine Thousand Four Hundred Twenty-One Dollars and Sixty-Six Cents wrnten words plus Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special to Provisions" of this Contract. 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. O CITY OF RENTON wr President/Partner/Owner Mayor­' Katb3y Keolker ATTEST Secretary � Bonnie I. Walton, City Clerk eCCr� nt� , c . dba rC_n0 Firm Name check one ❑ Individual ❑ Partnership 31 Corporation Incorporated in wr Attention: +r If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. MW 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. r. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. +r n wry H:AFile Sys\W"FR - Drinking Water Utility\WTR-27 - Water Project Fi1es\WTR-27-3344-T3cnson Rd & I-405 Water Line Relocation\Contract Docs\W"rR-27-3344 CO NTRACT-DOCS 070907aw.DOC iw s yr - s�Y o City of Renton Human Resources & Risk Management Department Insurance Information Form FOR:Water Line Relocation for Realignment of Benson Road and I-405 Overpass(WTR-27-3344) PROJECT NUMBER:CAG-07-140 STAFF CONTACT:Andrew Weygandt yr/ Certificate of Insurance indicates the coverages/limits specified in Yes ❑ No contract? ow Are the following coverages and/or conditions in effect? ] Yes ❑ No The Commercial General Liability policy form is an ISO 1993 E] Yes ❑ No Occurrence Form or Equivalent? arr (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes No r General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No Additional Insured wording provided?* Yes ❑ No yr� Coverage on a primary basis and non-contributing basis?* © Yes ❑ No Waiver of Subrogation Clause applies'?* Yes ❑ No Severability of Interest Clause(Cross Liability)applies? Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ] Yes ❑ No w *To be shown on certificate of insurance* rr AM BEST'S RATING FOR CARRIER GL _A X V Auto A X V Umb A X E Professional ywr This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific 4r declaration pages FROM awarded bidder prior to execution of contract. Arthur J Gallagher RMS Betty Whitt AW Agency/Broker tCo pleted By(Type o rint Name) PO Box 2925; _Taroma, WA 98401 1 Address Comp eted B (Si ature) a�rr Betty Whitt - 2 Name of person to contact Tcicphonc Number rwr NOTF,.- THIS QUESTIONNAIRE MUST BE COMPLE'T'ED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICA'T'E OF INSURANCE rrr yr. yrr ACORD CERTIFICATE OF LIABILITY INSURANCE CSR 38 DATE(MM/DD/YYYY) CECCA-1 08/21/07 I rROLUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 'krthur J Gallagher RMS Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ?.9. Box 2 925 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. racO7 WA 98401-2925 hon 253-627-7183 Fax:253-572-1430 INSURERS AFFORDING COVERAGE NAIC# NSURED INSURER A: Transcontinental Ins. Co. INSURER B: Transcontinental Ins. Co. Ceccanti Inc INSURER C: 4116 Brookdale Rd. East INSURER D: Tacoma WA 98446 INSURER E: ' OVERAGES 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. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATEY / D/EFFECTIVE DATE M /DD/YY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY 2083202716 04/30/07 04/30/08 PREMISES(Ea occurence) $ 300,000 T CLAIMS MADE FX] OCCUR MED EXP(Any one person) s5,000 X Owner/Copt Prot. PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 000 000 X ANY AUTO 2083202666 04/30/07 04/30/08 (Ea accident) , , Imo" ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) 7 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1,000,000 IB X OCCUR CLAIMSMADE 2083202621 04/30/07 04/30/08 AGGREGATE $ 1,000,000 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS I I ER EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE WA.STOP GAP EMPLYR LIAB. 04/30/07 04/30/08 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? 2083202716 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Contract CAG-07-140 Water Line Relocation Tand ertificate Holder, Washington State Department of Transportation (WSDOT) its officers, officials, agents, employees and volunteers and Sam's Real estate Business Trust and its officers, officials, agents, employees and volunteers are Additional Insured's per G17957-G attached. CONTINUED**** CERTIFICATE HOLDER CANCELLATION CITYREN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL IMMMOREUIEMAIL 45X DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City of Renton IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 1055 So. Grady Way REPRESENTATIVES. Renton WA 98055 j AUTH D R RESENTATIVE %CORD 25(2001/08) ©ACORD CORPORATION 1988 do IJ' p ue, i� ail C iHi ,dt. 1 �C y I 1 i4 tlli� ( af p� roil �.i (8 114 k r� �I�,Ii{�+cl 4 II a rrrr- �h 1�,� 11 1I � 1lr�aa77.NAlllt eccan i xx �'r�x, 1 .PAT 148/2110 (Prima and Non-contributory PP = 1n 2 Aggregate Primary applies. Per Project A re ate CG2503 attached. Waiver of Transfer of Rights of Recovery per CG2404 attached. CHA's cancellation clause attached. Severability of Interest Clause included in GL Form CG00 01 12 04 attached 7 7 7 7 7 1 so ..r - POLICY NUMBER: 2083202716 G-17957-G (Ed. 01/01) CNA IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.I. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS—COMPLETED OPERATIONS aw COVERAGE This endorsement modifies insurance provided under the following go COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 40 Name of Person or Organization: Designated Project: Per Certificate of Insurance Per Certificate of Insurance aw (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) r A. WHO IS AN INSURED (Section 11) is amended to 2. The Limits of Insurance applicable to the include as an insured any person or organization, additional insured are those specified in the including any person or organization shown in the written contract or written agreement or in the +w schedule above, (called additional insured) whom Declarations of this policy, whichever is less. you are required to add as an additional insured on These Limits of Insurance are inclusive of, and this policy under a written contract or written not in addition to, the Limits of Insurance shown agreement; but the written contract or written in the Declarations. i' agreement must be: 3. The coverage provided to the additional insured 1. Currently in effect or becoming effective during by this endorsement and paragraph f. of the the term of this policy; and definition of "insured contract" under aw DEFINITIONS (Section V) do not apply to 2. Executed prior to the "bodily injury," "property "bodily injury" or "property damage" arising out damage,"or"personal and advertising injury". of the "products-completed operations hazard" B. The insurance provided to the additional insured is unless required by the written contract or written W limited as follows: agreement. When coverage does apply to "bodily injury" or "property damage" arising out 1. That person or organization is an additional of the "products-completed operations hazard" insured solely for liability due to your negligence such coverage will not apply beyond: specifically resulting from "your work" for the a. The period of time required by the written additional insured which is the subject of the contract or written agreement; or written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. G-1 7957-G Page 1 of 2 �Fd 1i11ia1} ■r 'PCk-ICY NUMBER: 2083202716 G-17957-G (Ed. 01/01) CNA G-17957- (Ed. b. 5 years from the completion of"your work" (1) Give written notice of an occurrence or on the project which is the subject of the an offense to us which may result in a claim written contract or written agreement, or"suit"under this insurance; whichever is less. (2) Tender the defense and indemnity of any claim or "suit" to any other insurer 4. The insurance provided to the additional insured which also has insurance for a loss we does not apply to "bodily injury," "property cover under this Coverage Part;and damage," or "personal and advertising injury" arising out of an architect's, engineer's, or (3) Agree to make available any other surveyor's rendering of or failure to render any insurance which the additional insured professional services including: has for a loss we cover under this Coverage Part. a. The preparing, approving, or failing to prepare or approve maps, shop drawings, f. We have no duty to defend or indemnify an opinions, reports, surveys, field orders, additional insured under this endorsement change orders or drawings and until we receive written notice of a claim or specifications; and "suit" from the additional insured. b. Supervisory or inspection activities 2. Paragraph 4.b of the Other Insurance Condition performed as part of any related is deleted and replaced with the following; architectural or engineering activities. �r. 4. Other Insurance C. As respects the coverage provided under this endorsement, SECTION IV - COMMERCIAL b. Excess Insurance GENERAL LIABILITY CONDITIONS are amended This insurance is excess over any other A,„ as follows: insurance naming the additional insured 1. The following is added to the Duties In The as an insured whether primary, excess, Event of Occurrence, Offense, Claim or Suit contingent or on any other basis unless rr Condition : a written contract or written agreement specifically requires that this insurance e. An additional insured under this be either primary or primary and endorsement will as soon as practicable: noncontributing. as dw it rrr to am G-1 7957-G Page 2 of 2 (Ed. 01/01) No � L THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 24 04 10 93 eirr WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST ow OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement effective 4/30/07 Policy No. 2083202716 12:01 A.M. standard time Named Insured Ceccanti Inc Countersigned by (Authorized Representative) SCHEDULE dw Name of Person or Organization: Per Certificate of Insurance err (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV-COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. wr fr Nr a* rr err CL675(10-93) CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 *a aw wr 1 la r +r " Insured Name: Ceccanti Inc CL 344 Policy Number: 2083202716 (11-85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 25 03 11 85 AMENDMENT--AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: .r COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE rrwr The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or „ rented to you. „�. RE: Per Certificate of Insurance Copyright, Insurance Services Office, Inc., 1984 r To: All Agents From: CNA Branch - Commercial Insurance Underwriting RE: Certificates of Insurance Introduction It has been some time since we have broached the subject of Certificates of Insurance with our agency force and it is time to revisit our procedures. ,r. While Certificates of Insurance are meant to be evidence of coverage and a matter of information only, several states have ruled that Certificates of Insurance can be binding on the insurance company. For this reason, it is imperative that you have a quality program in effect to be sure that the Certificates issued from your office are accurate and reflect only coverages provided on the policies. An ACORD form (25-5) with an edition date of 7/97 must be used. Guidelines, ,�. 0 The limits, policy numbers and coverages displayed must accurately reflect what is currently in effect, including the issuing company and policy number. • The number of days notice in the cancellation section must not be more than 30 days (10 for non-payment of premium), unless policy conditions or an endorsement extend this period. • The Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special Provisions section must only be Used to indicate existing coverage. Under no circumstance should this section be used to extend coverage that does not exist on the policy. • No existing wording may be crossed off in any of the preprinted areas Exception: 'endeavor to' wording may be struck. COMMERCIAL GENERAL LIABILITY ° CG 00 01 12 04 r COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. (3) Prior to the policy period, no insured listed Read the entire policy carefully to determine rights, under Paragraph 1. of Section II—Who is duties and what is and is not covered. An Insured and no "employee" authorized rr Throughout this policy the words "you"and "your' refer by you to give or receive notice of an to the Named Insured shown in the Declarations, and occurrence or claim, knew that the any other person or organization qualifying as a "bodily injury' or "property damage" had Named Insured under this policy. The words"we", "us" occurred, in whole or in part. If such a and "our' refer to the company providing this listed insured or authorized "employee" insurance. knew, prior to the policy period, that the bodily injury" or "property damage" The word "insured" means any person or organization occurred, then any continuation, change qualifying as such under Section II — Who Is An or resumption of such "bodily injury" or Insured. "property damage" during or after the Other words and phrases that appear in quotation policy period will be deemed to have been marks have' special meaning. Refer to Section V — known prior to the policy period. Definitions. c. "Bodily injury' or "property damage" which SECTION 1—COVERAGES occurs during the policy period and was not, COVERAGE A BODILY INJURY AND PROPERTY prior to the policy period, known to have DAMAGE LIABILITY occurred by any insured listed under . Paragraph 1. of Section II — Who Is An 1. Insuring Agreement Insured or any "employee" authorized by you a. We will pay those sums that the insured to give or receive notice of an "occurrence" or becomes legally obligated to pay as damages claim, includes any continuation, change or because of "bodily injury" or "property resumption of that "bodily injury" or "property damage" to which this insurance applies. We damage"after the end of the policy period. r� will have the right and duty to defend the d. "Bodily injury" or "property damage" will be insured against any "suit" seeking those deemed to have been known to have damages. However, we will have no duty to occurred at the earliest time when any insured defend the insured against any "suit" seeking listed under Paragraph 1. of Section II —Who damages for "bodily injury" or "property Is An Insured or any"employee"authorized by damage" to which this insurance does not you to give or receive notice of an apply. We may, at our discretion, investigate "occurrence" or claim: any"occurrence" and settle any claim or"suit" that may result. But: (1) Reports all, or any part, of the "bodily injury" or "property damage" to us or any (1) The amount we will pay for damages is other insurer; limited as described in Section 111 — Limits (2) Receives a written or verbal demand or Of Insurance; and claim for damages because of the "bodily (2) Our right and duty to defend ends when injury"or"property damage"; or we have used up the applicable limit of insurance in the payment of judgments or (3) Becomes aware by any other means that settlements under Coverages A or B or "bodily injury" or "property damage" has medical expenses under Coverage C. occurred or has begun to occur. No other obligation or liability to pay sums or e. Damages because of "bodily injury" include perform acts or services is covered unless damages claimed by any person or explicitly .provide ffor under Supplementary organization for.care, loss of services or death Payments—Coverages A and B. resulting at any time from the "bodily injury". b. This insurance applies to "bodily injury" and 2. Exclusions "property damage"only if: This insurance does not apply to: (1) The"bodily injury"or"property damage" is a. Expected Or Intended Injury caused by an "occurrence" that takes "Bodily injury" or "property damage" expected place in the"coverage territory'; or-intended from the standpoint of the insured. (2) The "bodily injury" or "property damage" This exclusion does not apply to"bodily injury" orr occurs during the policy period; and resulting from the use of reasonable force to protect persons or property. CG 00 01 12 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 14 b. Contractual Liability (b) Performing duties related to the "Bodily injury" or "property damage" for which conduct of the insured's business; or the insured is obligated to pay damages by (2) The spouse, child, parent, brother or I reason of the assumption of liability in a sister of that "employee" as a contract or agreement. This exclusion does consequence of Paragraph (1) above. not apply to liability for damages: This exclusion applies: am (1) That the insured would have in the (1) Whether the insured may be liable as an absence of the contract or agreement; or employer or in any other capacity; and (2) Assumed in a contract or agreement that (2) To any obligation to share damages with is an "insured contract", provided the or repay someone else who must pay "bodily injury" or "property damage" damages because of the injury. occurs subsequent to the execution of the contract or agreement. Solely for the This exclusion does not apply to liability assumed by the insured under an "insured purposes of liability assumed in an "insured contract', reasonable attorney contract". fees and necessary litigation expenses f. Pollution incurred by or for a party other than an (1) "Bodily injury" or "property damage" ' insured are deemed to be damages arising out of the actual, alleged or because of "bodily injury" or "property threatened discharge, dispersal, seepage, damage", provided: migration, release or escape of (a) Liability to such party for, or for the "pollutants": cost of, that party's defense has also (a) At or from any premises, site or been assumed in the same "insured location which is or was at any time Aw contract"; and owned or occupied by, or rented or (b) Such attorney fees and litigation loaned to, any insured. However, this expenses are for defense of that party subparagraph does not apply to: against a civil or alternative dispute (i) "Bodily injury" if sustained within a ML resolution proceeding in which building and caused by smoke, damages to which this insurance fumes, vapor or soot produced by applies are alleged. or originating from equipment that c. Liquor Liability is used to heat, cool or "Bodily injury" or "property damage" for which dehumidify the building, or any insured may be held liable by reason of: equipment that is used to heat water for personal use, by the (1) Causing or contributing to the intoxication building's occupants or their of any person; guests; (2) The furnishing of alcoholic beverages to a (ii) "Bodily injury" or "property person under the legal drinking age or damage" for which you may be under the influence of alcohol; or held liable, if you are a contractor (3) Any statute, ordinance or regulation and the owner or lessee of such relating to the sale, gift, distribution or use premises, site or location has of alcoholic beverages. been added to your policy as an This exclusion applies only if you are in the additional insured with respect to business of manufacturing, distributing, your ongoing operations selling, serving or furnishing alcoholic performed for that additional beverages. insured at that premises, site or location and such premises, site d. Workers'Compensation And Similar Laws or location is not and never was by,Any obligation of the insured under a workers' owned or occupied Y, or rented compensation, disability benefits or or loaned to, any insured, other unemployment compensation law or any than that additional insured; or similar law. (iii)"Bodily injury" or "property e. Employer's Liability damage" arising out of heat, "Bodily injury"to: smoke or fumes from a "hostile fire"; (1) An "employee" of the insured arising out of and in the course of: (b) At or from any premises, site or location which is or was at any time (a) Employment by the insured; or used by or for any insured or others wr Page 2 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 rai for the handling, storage, disposal, (e) At or from any premises, site or processing or treatment of waste; location on which any insured or any (c) Which are or were at any time contractors or subcontractors working transported, handled, stored, treated, directly or indirectly on any insured's disposed of, or processed as waste behalf are performing operations if by or for: the operations are to test for, monitor, (i) Any insured; or clean up, remove, contain, treat, detoxify or neutralize, or in any way (ii) Any person or organization for respond to, or assess the effects of, whom you may be legally "pollutants". responsible; or (2) Any loss, cost or expense arising out of (d) At or from any premises, site or any: location on which any insured or any (a) Request, demand, order or statutory contractors or subcontractors working or regulatory requirement that any directly or indirectly on any insured's insured or others test for, monitor, behalf are performing operations if clean up, remove, contain, treat, the "pollutants" are brought on or to detoxify or neutralize, or in any way the premises, site or location in respond to, or assess the effects of, connection with such operations by "pollutants"; or .r such insured, contractor or b Claim or "suit" b or on behalf of a subcontractor. However, this ( ) y subparagraph does not apply to: governmental authority for damages because of testing for, monitoring, (i) "Bodily injury" or "property cleaning up, removing, containing, r� damage" arising out of the treating, detoxifying or neutralizing, or escape of fuels, lubricants or in any way responding to, or other operating fluids which are assessing the effects of, "pollutants". needed to perform the normal electrical, hydraulic or mechanical However, this paragraph does not apply functions necessary for the to liability for damages because of operation of "mobile equipment" "property damage" that the insured would have in the absence of such request, or its parts, if such fuels, y. lubricants or other operating fluids demand, order or statutory or regulatory escape from a vehicle part requirement, or such claim or "suit" by or designed to hold, store or receive on behalf of a governmental authority. �.� them. This exception does not g. Aircraft, Auto Or Watercraft apply if the "bodily injury' or "Bodily injury" or "property damage" arising "properly damage" arises out of out of the ownership, maintenance, use or the intentional discharge, entrustment to others of any aircraft, "auto" or dispersal or release of the fuels, watercraft owned or operated by or rented or lubricants or other operating loaned to any insured. Use includes operation fluids, or if such fuels, lubricants and "loading or unloading". or other operating fluids are brought on or to the premises, This exclusion applies even if the claims site or location with the intent that against any insured allege negligence or other they be discharged, dispersed or wrongdoing in the supervision, hiring, released as part of the operations employment, training or monitoring of others being performed by such insured, by that insured, if the "occurrence" which contractor or subcontractor; caused the "bodily injury" or "property (ii) "Bodily in " damage" involved the ownership, ) y �u ry or "property maintenance, use or entrustment to others of damage" sustained within a any aircraft, "auto" or watercraft that is owned building and caused by the or operated by or rented or loaned to any release of gases, fumes or insured. ,rrr vapors from materials brought into that building in connection This exclusion does not apply to: with operations being performed (1) A watercraft while ashore on premises by you or on your behalf by a you own or rent; contractor or subcontractor; or (2) A watercraft you do not own that is: (iii) "Bodily injury" or "property (a) Less than 26 feet long; and damage" arising out of heat, .r smoke or fumes from a "hostile (b) Not being used to carry persons or fire". property for a charge; CG 00 01 12 04 Copyright, ISO Properties, Inc., 2003 Page 3 of 14 (3) Parking an "auto" on, or on the ways next (2) Premises you sell, give away or abandon, to, premises you own or rent, provided the if the "property damage" arises out of any "auto" is not owned by or rented or loaned part of those premises; to you or the insured; (3) Property loaned to you; (4) Liability assumed under any "insured (4) Personal property in the care, custody or contract' for the ownership, maintenance control of the insured; , or use of aircraft or watercraft; or (5) That particular part of real property on (5) "Bodily injury' or "property damage" which you or any contractors or arising out of: subcontractors working directly or (a) The operation of machinery or indirectly on your behalf are performing equipment that is attached to, or part operations, if the "property damage" of, a land vehicle that would qualify arises out of those operations; or under the definition of "mobile (6) That particular part of any property that ft equipment' if it were not subject to a must be restored, repaired or replaced compulsory or financial responsibility because "your work" was incorrectly law or other motor vehicle insurance performed on it. law in the state where it is licensed or principally garaged; or Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than (b) the operation of any of the machinery damage by fire) to premises, including the or equipment listed in Paragraph f.(2) contents of such premises, rented to you for a 40 or f.(3) of the definition of "mobile period of 7 or fewer consecutive days. A equipment". separate limit of insurance applies to Damage h. Mobile Equipment To Premises Rented To You as described in "Bodily injury" or "property damage" arising Section III—Limits Of Insurance. out of: Paragraph (2) of this exclusion does not apply (1) The transportation of "mobile equipment" if the premises are "your work" and were by an "auto" owned or operated by or never occupied, rented or held for rental by At rented or loaned to any insured; or you. (2) The use of"mobile equipment" in, or while Paragraphs (3), (4), (5) and (6) of this in practice for, or while being prepared exclusion do not apply to liability assumed for, any prearranged racing, speed, under a sidetrack agreement. demolition, or stunting activity. Paragraph (6) of this exclusion does not apply to "property damage" included in the L War "products-completed operations hazard". "Bodily injury' or "property damage", however k. Damage To Your Product caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; "Property damage" to "your product" arising 96 out of it or any part of it. (2) Warlike action by a military force, I. Damage To Your Work including action in hindering or defending against an actual or expected attack, by "Property damage" to "your work" arising out Alt any government, sovereign or other of it or any part of it and included in the authority using military personnel or other "prod operations hazard". agents; or This exclusion does not apply if the damaged (3) Insurrection, rebellion, revolution, usurped work or the work out of which the damage 10 power, or action taken by governmental arises was performed on your behalf by a authority in hindering or defending against subcontractor. any of these. m. Damage To Impaired Property Or Property rr j. Damage To Property Not Physically Injured "Property damage" to: "Property damage" to "impaired property" or (1) Property you own, rent, or occupy, property that has not been physically injured, arising out of: � including any costs or expenses incurred by you, or any other person, organization (1) A defect, deficiency, inadequacy or or entity, for repair, replacement, dangerous condition in "your product' or enhancement, restoration or maintenance "your work'; or of such property for any reason, including (2) A delay or failure by you or anyone acting prevention of injury to a person or on your behalf to perform a contract or damage to another's property; agreement in accordance with its terms. rs Page 4 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 > This exclusion does not apply to the loss of discretion, investigate any offense and settle use of other property arising out of sudden any claim or"suit"that may result. But: and accidental physical injury to "your (1) The amount we will pay for damages is product" or"your work" after it has been put to limited as described in Section 111 — Limits its intended use. Of Insurance; and n. Recall Of Products, Work Or Impaired (2) Our right and duty to defend end when we Property have used up the applicable limit of Damages claimed for any loss, cost or insurance in the payment of judgments or expense incurred by you or others for the loss settlements under Coverages A or B or of use, withdrawal, recall, inspection, repair, medical expenses under Coverage C. replacement, adjustment, removal or disposal No other obligation or liability to pay sums or of: perform acts or services is covered unless (1) "Your product"; explicitly provided for under Supplementary (2) "Your work'; or Payments—Coverages A and B. (3) "Impaired property''; b. This insurance applies to "personal and ..� advertising injury" caused by an offense if such product, work, or property is withdrawn arising out of your business but only if the or recalled from the market or from use by offense was committed in the "coverage any person or organization because of a territory"during the policy period. r known or suspected defect, deficiency, inadequacy or dangerous condition in it. 2• Exclusions o. Personal And Advertising Injury This insurance does not apply to: "Bodily injury" arising out of "personal and a. Knowing Violation Of Rights Of Another advertising injury'. "Personal and advertising injury" caused by or p. Electronic Data at the direction of the insured with the knowledge that the act would violate the rights Damages arising out of the loss of, loss of of another and would inflict "personal and use of, damage to, corruption of, inability to advertising injury". access, or inability to manipulate electronic data. b. Material Published With Knowledge Of � As used in this exclusion, electronic data Falsity means information, facts or programs stored "Personal and advertising injury arising out of as or on, created or used on, or transmitted to oral or written publication of material, if done or from computer software, including systems by or at the direction of the insured with and applications software, hard or floppy knowledge of its falsity. disks, CD-ROMS, tapes, drives, cells, data c. Material Published Prior To Policy Period processing devices or any other media which "Personal and advertising injury" arising out of are used with electronically controlled oral or written publication of material whose equipment. first publication took place before the Exclusions c. through n. do not apply to damage beginning of the policy period. by fire to premises while rented to you or temporarily occupied by you with permission of d. Criminal Acts the owner. A separate limit of insurance applies to "Personal and advertising injury" arising out of this coverage as described in Section III — Limits a criminal act committed by or at the direction Of Insurance. of the insured. COVERAGE B PERSONAL AND ADVERTISING e. Contractual Liability INJURY LIABILITY "Personal and advertising injury" for which the 1. Insuring Agreement insured has assumed liability in a contract or a. We will pay those sums that the insured agreement. This exclusion does not apply to liability for damages that the insured would becomes legally obligated to pay as damages have in the absence of the contract or because of "personal and advertising injury" agreement. to which this insurance applies. We will have the right and duty to defend the insured f. Breach Of Contract against any "suit" seeking those damages. "Personal and advertising injury" arising out of However, we will have no duty to defend the a breach of contract, except an implied insured against any "suit" seeking damages contract to use another's advertising idea in for "personal and advertising injury" to which your"advertisement". r„ this insurance does not apply. We may, at our CG 00 01 12 04 Copyright, ISO Properties, Inc_, 2003 Page 5 of 14 g. Quality Or Performance Of Goods-Failure dispersal, seepage, migration, release or To Conform To Statements escape of"pollutants"at any time. "Personal and advertising injury" arising out of n. Pollution-Related the failure of goods, products or services to Any loss, cost or expense arising out of any: conform with any statement of quality or p (1) Request, demand, order or statutory or performance made in your"advertisement". regulatory requirement that any insured or h. Wrong Description Of Prices others test for, monitor, clean up, remove, "Personal and advertising injury" arising out of contain, treat, detoxify or neutralize, or in the wrong description of the price of goods, any way respond to, or assess the effects products or services stated in your of, "pollutants-, or "advertisement'. (2) Claim or suit by or on behalf of a i. Infringement Of Copyright, Patent, governmental authority for damages Trademark Or Trade Secret because of testing for, monitoring, "Personal and advertising injuy cleaning up, removing, containing,arising out of the infringement of copyright, patent, treating, detoxifying or neutralizing, or in any way responding to, or assessing the - trademark, trade secret or other intellectual effects of, "pollutants". property rights. However, this exclusion does not apply to o• War infringement, in your "advertisement", of "Personal and advertising injury", however air copyright, trade dress or slogan. caused, arising, directly or indirectly, out of: j. Insureds In Media And Internet Type (1)War, including undeclared or civil war; Businesses (2) Warlike action by a military force, "Personal and advertising injury" committed including action in hindering or defending by an insured whose business is: against an actual or expected attack, by (1) Advertising, broadcasting, publishing or any government, sovereign or other telecasting; authority using military personnel or other agents; or (2) Designing or determining content_of web- sites for others; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental (3) An Internet search, access, content or authority in hindering or defending against service provider. any of these. However, this exclusion does not apply to COVERAGE C MEDICAL PAYMENTS Paragraphs 14.a., b. and c. of "personal and 1. Insuring Agreement advertising injury" under the Definitions Section. a. We will pay medical expenses as described For the purposes of this exclusion, the placing below for "bodily injury" caused by an of frames, borders or links, or advertising, for accident: you or others anywhere on the Internet, is not (1) On premises you own or rent; by itself, considered the business of (2) On ways next to premises you own or advertising, broadcasting, publishing or rent; or telecasting. (3) Because of your operations; k. Electronic Chatrooms Or Bulletin Boards provided that: "Personal and advertising injury" arising out of 1 The accident takes place in the "coverage an electronic chatroom or bulletin board the ( ) insured hosts, owns, or over which the territory"and during the policy period; insured exercises control. (2) The expenses are incurred and reported I. Unauthorized Use Of Another's Name Or to us within one year of the date of the accident; and Product 3 "Personal and advertising injury"arising out of O The injured p erson submits to the unauthorized use of another's name or examination, at our expense, by at product in your e-mail address, domain name physicians of our choice as often as we or metatag, or any other similar tactics to reasonably require. mislead another's potential customers. b. We will make these payments regardless of M. Pollution fault. These payments will not exceed the applicable limit of insurance. We will pay "Personal and advertising injury" arising out of reasonable expenses for: the actual, alleged or threatened discharge, ■s Page 6 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 r (1) First aid administered at the time of an e. All costs taxed against the insured in the accident; "suit". rr (2) Necessary medical, surgical, x-ray and f. Prejudgment interest awarded against the dental services, including prosthetic insured on that part of the judgment we pay. If devices; and we make an offer to pay the applicable limit of (3) Necessary ambulance, hospital, insurance, we will not pay any prejudgment professional nursing and funeral services. interest based on that period of time after the offer. 2. Exclusions g, All interest on the full amount of any judgment We will not pay expenses for"bodily injury": that accrues after entry of the judgment and a. Any Insured before we have paid, offered to pay, or To any insured, except"volunteer workers" deposited in court the part of the judgment .. . b. Hired Person that is within the applicable limit of insurance. These payments will not reduce the limits of To a person hired to do work for or on behalf insurance. of any insured or a tenant of any insured. 2. If we defend an insured against a "suit" and an c. Injury On Normally Occupied Premises indemnitee of the insured is also named as a To a person injured on that part of premises party to the "suit', we will defend that indemnitee if you own or rent that the person normally all of the following conditions are met: occupies. a. The "suit" against the indemnitee seeks d. Workers Compensation And Similar Laws damages for which the insured has assumed To a person, whether or not an "employee" of the liability of the indemnitee in a contract or any insured, if benefits for the "bodily injury" agreement that is an"insured contract'; are payable or must be provided under a b. This insurance applies to such liability workers' compensation or disability benefits assumed by the insured; law or a similar law. c. The obligation to defend, or the cost of the e. Athletics Activities defense of, that indemnitee, has also been To a person injured while practicing, assumed by the insured in the same "insured instructing or participating in any physical contract"; exercises or games, sports, or athletic d. The allegations in the "suit" and the contests. information we know about the "occurrence" f. Products-Completed Operations Hazard are such that no conflict appears to exist ,. between the interests of the insured and the Included within the "products-completed interests of the indemnitee; operations hazard e. The indemnitee and the insured ask us to g. Coverage A Exclusions conduct and control the defense of that Excluded under Coverage A. indemnitee against such "suit" and agree that SUPPLEMENTARY PAYMENTS — COVERAGES A we can assign the same counsel to defend AND B the insured and the indemnitee; and 1. We will pay, with respect to any claim we f. The indemnitee: investigate or settle, or any "suit" against an (1) Agrees in writing to: insured we defend: (a) Cooperate with us in the investigation, a. All expenses we incur. settlement or defense of the"suit'; b. Up to $250 for cost of bail bonds required (b) Immediately send us copies of any because of accidents or traffic law violations demands, notices, summonses or arising out of the use of any vehicle to which legal papers received in connection the Bodily Injury Liability Coverage applies. with the"suit'; We do not have to furnish these bonds. (c) Notify any other insurer whose +�+ c. The cost of bonds to release attachments, but coverage is available to the only for bond amounts within the applicable indemnitee; and limit of insurance. We do not have to furnish (d) Cooperate with us with respect to these bonds. coordinating other applicable d. All reasonable expenses incurred by the insurance available to the indemnitee; insured at our request to assist us in the and investigation or defense of the claim or"suit", (2) Provides us with written authorization to: a' including actual loss of earnings up to $250 a day because of time off from work. CG 00 01 12 04 Copyright, ISO Properties, Inc_, 2003 Page 7 of 14 o R (a) Obtain records and other information company), but only for acts within the scope related to the"suit"; and of their employment by you or while (b) Conduct and control the defense of performing duties related to the conduct of the indemnitee in such "suit". your business. However, none of these "employees" or "volunteer workers" are So long as the above conditions are met, insureds for: attorneys' fees incurred by us in the defense of (1) "Bodily injury'or"personal and advertising that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses injury": incurred by the indemnitee at our request will be (a) To you, to your partners or members paid as Supplementary Payments. (if you are a partnership or joint Notwithstanding the provisions of Paragraph venture), to your members (if you are 2.b.(2) of Section I — Coverage A — Bodily Injury a limited liability company), to a co- And Property Damage Liability, such payments "employee" while in the course of his will not be deemed to be damages for "bodily or her employment or performing M injury" and "property damage" and will not reduce duties related to the conduct of your the limits of insurance. business, or to your other "volunteer Our obligation to defend an insured's indemnitee workers" while performing duties It and to pay for attorneys' fees and necessary related to the conduct of your litigation expenses as Supplementary Payments business; ends when: (b) To the spouse, child, parent, brother as or sister of that co-"employee" or a. We have used up the applicable limit of "volunteer worker' as a consequence insurance in the payment of judgments or of Paragraph (1)(a) above; settlements; or b. The conditions set forth above, or the terms of (c) For which there is any obligation to the agreement described in Paragraph f. share damages with or repay above, are no longer met. someone else who must pay damages because of the injury SECTION II—WHO IS AN INSURED described in Paragraphs (1)(a) or (b) 1. If you are designated in the Declarations as: above; or a. An individual, you and your spouse are (d) Arising out of his or her providing or insureds, but only with respect to the conduct failing to provide professional health if of a business of which you are the sole owner. care services. b. A partnership or joint venture, you are an (2) "Property damage"to property: insured. Your members, your partners, and (a) Owned, occupied or used by, as their spouses are also insureds, but only with (b) Rented to, in the care, custody or respect to the conduct of your business. control of, or over which physical c. A limited liability company, you are an insured. control is being exercised for any Your members are also insureds, but only purpose by with respect to the conduct of your business. you, any of your "employees", "volunteer Your managers are insureds, but only with workers", any partner or member (if you respect to their duties as your managers. ri( are a partnership or joint venture), or any d. An organization other than a partnership, joint member (if you are a limited liability venture or limited liability company, you are an company). insured. Your "executive officers" and directors are insureds, but only with respect to b. Any person (other than your "employee" or their duties as your officers or directors. Your "volunteer worker"), or any organization while stockholders are also insureds, but only with acting as your real estate manager. respect to their liability as stockholders. c. Any person or organization having proper ad e. A trust, you are an insured. Your trustees are temporary custody of your property if you die, also insureds, but only with respect to their but only: duties as trustees. (1) With respect to liability arising out of the 2. Each of the following is also an insured: maintenance or use of that property; and a. Your "volunteer workers" only while (2) Until your legal representative has been performing duties related to the conduct of appointed. your business, or your "employees", other d. Your legal representative if you die, but only than either your"executive officers" (if you are with respect to duties as such. That an organization other than a partnership, joint representative will have all your rights and venture or limited liability company) or your Duties+!nder this Coverage Part. r managers (if you are a limited liability Page 8 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 ar 3. Any organization you newly acquire or form, other 6. Subject to 5. above, the Damage To Premises than a partnership, joint venture or limited liability Rented To You Limit is the most we will pay under company, and over which you maintain ownership Coverage A for damages because of "property or majority interest, will qualify as a Named damage" to any one premises, while rented to Insured if there is no other similar insurance you, or in the case of damage by fire, while rented available to that organization. However: to you or temporarily occupied by you with ,� a. Coverage under this provision is afforded only permission of the owner. until the 90th day after you acquire or form the 7. Subject to 5. above, the Medical Expense Limit is organization or the end of the policy period, the most we will pay under Coverage C for all whichever is earlier; medical expenses because of "bodily injury" b. Coverage A does not apply to"bodily injury" or sustained by any one person. "property damage" that occurred before you The Limits of Insurance of this Coverage Part apply .,, acquired or formed the organization; and separately to each consecutive annual period and to c. Coverage B does not apply to "personal and any remaining period of less than 12 months, starting advertising injury" arising out of an offense with the beginning of the policy period shown in the committed before you acquired or formed the Declarations, unless the policy period is extended "w organization. after issuance for an additional period of less than 12 months. In that case, the additional period will be No person or organization is an insured with respect deemed part of the last preceding period for purposes to the conduct of any current or past partnership, joint of determining the Limits of Insurance. venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION IV— COMMERCIAL GENERAL LIABILITY SECTION III—LIMITS OF INSURANCE CONDITIONS 1. The Limits of Insurance shown in the Declarations 1. Bankruptcy and the rules below fix the most we will pay Bankruptcy or insolvency of the insured or of the regardless of the number of: insured's estate will not relieve us of our obligations under this Coverage Part. r a. Insureds; 2. Duties In The Event Of Occurrence, Offense, b. Claims made or"suits" brought; or Claim Or Suit c. Persons or organizations making claims or a. You must see to it that we are notified as soon UK bringing "suits".. as practicable of an "occurrence" or an 2. The General Aggregate Limit is the most we will offense which may result in a claim. To the pay for the sum of extent possible, notice should include: Sit a. Medical expenses under Coverage C; (1) How, when and where the "occurrence" or b. Damages under Coverage A, except offense took place; damages because of "bodily injury" or (2) The names and addresses of any injured "property damage" included in the "products- persons and witnesses; and completed operations hazard'; and (3) The nature and location of any injury or c. Damages under Coverage B. damage arising out of the "occurrence" or 3. The Products-Completed Operations Aggregate offense. Limit is the most we will pay under Coverage A for b. If a claim is made or "suit" is brought against damages because of "bodily injury" and "property any insured, you must: damage" included in the "products-completed (1) Immediately record the specifics of the operations hazard". claim or"suit"and the date received; and 4. Subject to 2. above, the Personal and Advertising (2) Notify us as soon as practicable. Injury Limit is the most we will pay under y, Coverage B for the sum of all damages because You must see to it that we receive written of all "personal and advertising injury" sustained notice of the claim or "suit" as soon as by any one person or organization. practicable. 5. Subject to 2. or 3. above, whichever applies, the c. You and any other involved insured must: Each Occurrence Limit is the most we will pay for (1) Immediately send us copies of any the sum of: demands, notices, summonses or legal a. Damages under Coverage A; and papers received in connection with the b. Medical expenses under Coverage C claim or"suit"; (2) Authorize us to obtain records and other because of all "bodily injury" and "property information; damage"arising out of any one"occurrence". rr ._ CG 00 01 12 04 Copyright, ISO Properties, Inc., 2003 Page 9 of 14 arr. r (3) Cooperate with us in the investigation or to you or temporarily occupied by you settlement of the claim or defense against with permission of the owner; or the"suit"; and (d) If the loss arises out of the Ilk (4) Assist us, upon our request, in the maintenance or use of aircraft, enforcement of any right against any "autos" or watercraft to the extent not person or organization which may be subject to Exclusion g. of Section I — liable to the insured because of injury or Coverage A — Bodily Injury And damage to which this insurance may also Property Damage Liability. apply. (2) Any other primary insurance available to d. No insured will, except at that insured's own you covering liability for damages arising cost, voluntarily make a payment, assume any out of the premises or operations, or the obligation, or incur any expense, other than products and completed operations, for for first aid, without our consent. which you have been added as an additional insured by attachment of an 3. Legal Action Against Us endorsement. No person or organization has a right under this When this insurance is excess, we will have Coverage Part: no duty under Coverages A or B to defend the 11i a. To join us as a party or otherwise bring us into insured against any "suit" if any other insurer a "suit" asking for damages from an insured; has a duty to defend the insured against that or "suit". If no other insurer defends, we will b. To sue us on this Coverage Part unless all of undertake to do so, but we will be entitled to its terms have been fully complied with. the insured's rights against all those other A person or organization may sue us to recover insurers. on an agreed settlement or on a final judgment When this insurance is excess over other tilt against an insured; but we will not be liable for insurance, we will pay only our share of the damages that are not payable under the terms of amount of the loss, if any, that exceeds the this Coverage Part or that are in excess of the sum of: applicable limit of insurance. An agreed ( ) 9 1 The total amount that all such other settlement means a settlement and release of insurance would pay for the loss in the liability signed by us, the insured and the claimant absence of this insurance; and or the claimant's legal representative. (2) The total of all deductible and self-insured ' 4. Other Insurance amounts under all that other insurance. If other valid and collectible insurance is available We will share the remaining loss, if any, with to the insured for a loss we cover under any other insurance that is not described in Coverages A or B of this Coverage Part, our this Excess Insurance provision and was not obligations are limited as follows: bought specifically to apply in excess of the a. Primary Insurance Limits of Insurance shown in the Declarations This insurance is primary except when b. of this Coverage Part, below applies. If this insurance is primary, our c. Method Of Sharing obligations are not affected unless any of the If all of the other insurance permits other insurance is also primary. Then, we will contribution by equal shares, we will follow " share with all that other insurance by the this method also. Under this approach each method described in c. below. insurer contributes equal amounts until it has b. Excess Insurance paid its applicable limit of insurance or none VA This insurance is excess over: of the loss remains, whichever comes first. (1) Any of the other insurance, whether If any of the other insurance does not permit primary, excess, contingent or on any contribution by equal shares, we will contribute by limits. Under this method, each other basis: insurer's share is based on the ratio of its (a) That is Fire, Extended Coverage, applicable limit of insurance to the total Builder's Risk, Installation Risk or applicable limits of insurance of all insurers. Vk similar coverage for"your work"; 5. Premium Audit (b) That is Fire insurance for premises a. We will compute all premiums for this rented to you or temporarily occupied Coverage Part in accordance with our rules by you with permission of the owner; and rates. (c) That is insurance purchased by you to b. Premium shown in this Coverage Part as cover your liability as a tenant for advance premium is a deposit premium only. "property damage" to premises rented At the close of each audit period we will Page 10 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 compute the earned premium for that period b. Regarding web-sites, only that part of a web- and send notice to the first Named Insured. site that is about your goods, products or JW The due date for audit and retrospective services for the purposes of attracting premiums is the date shown as the due date customers or supporters is considered an on the bill. If the sum of the advance and audit advertisement. premiums paid for the policy period is greater 2. "Auto" means: than the earned premium, we will return the excess to the first Named Insured. a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including c. The first Named Insured must keep records of AL the information we need for premium any attached machinery or equipment; or computation, and send us copies at such b. Any other land vehicle that is subject to a times as we may request. compulsory or financial responsibility law or aw other motor vehicle insurance law in the state 6. Representations where it is licensed or principally garaged. By accepting this policy, you agree: However, "auto" does not include "mobile a. The statements in the Declarations are equipment". JM accurate and complete; 3. "Bodily injury' means bodily injury, sickness or b. Those statements are based upon disease sustained by a person, including death representations you made to us; and resulting from any of these at any time. WM c. We have issued this policy in reliance upon 4. "Coverage territory" means: your representations. a. The United States of America (including its 7. Separation Of Insureds territories and possessions), Puerto Rico and Except with respect to the Limits of Insurance, Canada; and any rights or duties specifically assigned in b. International waters or airspace, but only if the this Coverage Part to the first Named Insured, this injury or damage occurs in the course of insurance applies: travel or transportation between any places ML a. As if each Named Insured were the only included in a.above; or Named Insured; and c. All other parts of the world if the injury or b. Separately to each insured against whom damage arises out of: "` claim is made or"suit" is brought. (1) Goods or products made or sold by you in 8. Transfer Of Rights Of Recovery Against the territory described in a.above; Others To Us (2) The activities of a person whose home is If the insured has rights to recover all or part of in the territory described in a. above, but any payment we have made under this Coverage is away for a short time on your business; Part, those rights are transferred to us. The or insured must do nothing after loss to impair them. (3) "Personal and advertising injury" offenses At our request, the insured will bring "suit" or that take place through the Internet or transfer those rights to us and help us enforce similar electronic means of them. communication 9. When We Do Not Renew provided the insured's responsibility to pay If we decide not to renew this Coverage Part, we damages is determined in a "suit" on the merits, in will mail or deliver to the first Named Insured the territory described in a. above or in a �+. shown in the Declarations written notice of the settlement we agree to. nonrenewal not less than 30 days before the 5. "Employee" includes a "leased worker'. expiration date. "Employee" does not include a "temporary .� If notice is mailed, proof of mailing will be worker". sufficient proof of notice. 6. "Executive officer' means a person holding any of SECTION V—DEFINITIONS the officer positions created by your charter, constitution, by-laws or any other similar 1. 'Advertisement means a notice that is broadcast governing document. or published to the general public or specific market segments about your goods, products or 7. "Hostile fire" means one which becomes services for the purpose of attracting customers or uncontrollable or breaks out from where it was supporters. For the purposes of this definition: intended to be. a. Notices that are published include material 8. "Impaired property" means tangible property, placed on the Internet or on similar electronic other than "your product" or "your work", that means of communication; and cannot be used or is less useful because: CG 00 01 12 04 Copyright, ISO Properties, Inc., 2003 Page 11 of 14 l J0 a. It incorporates "your product" or "your work" (3) Under which the insured, if an architect, that is known or thought to be defective, engineer or surveyor, assumes liability for deficient, inadequate or dangerous; or an injury or damage arising out of the • b. You have failed to fulfill the terms of a insured's rendering or failure to render contract or agreement; professional services, including those listed in (2) above and supervisory, if such property can be restored to use by: inspection, architectural or engineering iii a. The repair, replacement, adjustment or activities. removal of"your product'or"your work"; or 10. "Leased worker" means a person leased to you by b. Your fulfilling the terms of the contract or a labor leasing firm under an agreement between sk agreement. you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased 9. "Insured contract" means: worker' does not include a "temporary worker". a. A contract for a lease of premises. However, 11. "Loading or unloading" means the handling of that portion of the contract for a lease of premises that indemnifies any person or property: organization for damage by fire to premises a. After it is moved from the place where it is while rented to you or temporarily occupied by accepted for movement into or onto an you with permission of the owner is not an aircraft, watercraft or"auto"; "insured contract'; b. While it is in or on an aircraft, watercraft or b. A sidetrack agreement; "auto"; or c. Any easement or license agreement, except c. While it is being moved from an aircraft, in connection with construction or demolition watercraft or "auto" to the place where it is operations on or within 50 feet of a railroad, finally delivered; d. An obligation, as required by ordinance, to but "loading or unloading" does not include the indemnify a municipality, except in connection movement of property by means of a mechanical with work for a municipality; device, other than a hand truck, that is not e. An elevator maintenance agreement; attached to the aircraft, watercraft or"auto". f. That part of any other contract or agreement 12. "Mobile equipment" means any of the following pertaining to your business (including an types of land vehicles, including any attached indemnification of a municipality in connection machinery or equipment: with work performed for a municipality) under a. Bulldozers, farm machinery, forklifts and other which you assume the tort liability of another vehicles designed for use principally off public party to pay for "bodily injury" or "property roads-, damage" to a third person or organization. b. Vehicles maintained for use solely on or next Tort liability means a liability that would be to premises you own or rent; imposed by law in the absence of any contract c. Vehicles that travel on crawler treads; or agreement. Paragraph f. does not include that part of any d. Vehicles, whether self-propelled or not, contract h agreement: maintained primarily to provide mobility to permanently mounted: (1) That indemnifies a railroad for "bodily injury" or"property damage" arising out of 1) Power cranes, shovels, loaders, diggers construction or demolition operations, or drills; or within 50 feet of any railroad property and (2) Road construction or resurfacing affecting any railroad bridge or trestle, equipment such as graders, scrapers or tracks, road-beds, tunnel, underpass or rollers; crossing-, e. Vehicles not described in a., b., c.or d. above (2) That indemnifies an architect, engineer or that are not self-propelled and are maintained surveyor for injury or damage arising out primarily to provide mobility to permanently of: attached equipment of the following types: (a) Preparing, approving, or failing to (1) Air compressors, pumps and generators, prepare or approve, maps, shop including spraying, welding, building drawings, opinions, reports, surveys, cleaning, geophysical exploration, lighting field orders, change orders or and well servicing equipment; or drawings and specifications; or (2) Cherry pickers and similar devices used (b) Giving directions or instructions, or to raise or lower workers; failing to give them, if that is the primary cause of the _injury or damage; or Page 12 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 J* f. Vehicles not described in a., b., c. or d. above 16. "Products-completed operations hazard": maintained primarily for purposes other than a. Includes all "bodily injury" and "property .� the transportation of persons or cargo. damage" occurring away from premises you However, self-propelled vehicles with the own or rent and arising out of "your product" following types of permanently attached or"your work" except: AL equipment are not"mobile equipment" but will (1) Products that are still in your physical be considered "autos": possession; or (1) Equipment designed primarily for: (2) Work that has not yet been completed or (a) Snow removal; abandoned. However, "your work" will be (b) Road maintenance, but not deemed completed at the earliest of the construction or resurfacing; or following times: (c) Street cleaning; (a) When all of the work called for in your (2) Cherry pickers and similar devices contract has been completed. mounted on automobile or truck chassis (b) When all of the work to be done at the AL and used to raise or lower workers; and job site has been completed if your contract calls for work at more than (3) Air compressors, pumps and generators, one job site. including spraying, welding, building cleaning, geophysical exploration, lighting (c) When that part of the work done at a im and well servicing equipment. job site has been put to its intended However, "mobile equipment" does not include use by any person or organization other than another contractor or any land vehicles that are subject to a compulsory subcontractor working on the same or financial responsibility law or other motor project. vehicle insurance law in the state where it is licensed or principally garaged. Land vehicles Work that may need service, subject to a compulsory or financial responsibility maintenance, correction, repair or law or other motor vehicle insurance law are replacement, but which is otherwise considered "autos". complete, will be treated as completed. 13. "Occurrence" means an accident, including b. Does not include "bodily injury" or "property continuous or repeated exposure to substantially damage"arising out of: the same general harmful conditions. (1) The transportation of property, unless the 14. "Personal and advertising injury' means injury, injury or damage arises out of a condition including consequential "bodily injury", arising out in or on a vehicle not owned or operated .` of one or more of the following offenses: by you, and that condition was created by the "loading or unloading" of that vehicle a. False arrest, detention or imprisonment; by any insured; b. Malicious prosecution; (2) The existence of tools, uninstalled c. The wrongful eviction from, wrongful entry equipment or abandoned or unused into, or invasion of the right of private materials; or occupancy of a room, dwelling or premises (3) Products or operations for which the that a person occupies, committed by or on classification, listed in the Declarations or behalf of its owner, landlord or lessor; in a policy schedule, states that products- d. Oral or written publication, in any manner, of completed operations are subject to the .. material that slanders or libels a person or General Aggregate Limit. organization or disparages a person's or 17. "Property damage" means: organization's goods, products or services; a. Physical injury to tangible property, including e. Oral or written publication, in any manner, of all resulting loss of use of that property. All material that violates a person's right of such loss of use shall be deemed to occur at privacy; the time of the physical injury that caused it; f. The use of another's advertising idea in your or "advertisement",- or b. Loss of use of tangible property that is not g. Infringing upon another's copyright, trade physically injured. All such loss of use shall be dress or slogan in your"advertisement". deemed to occur at the time of the " 15. "Pollutants" mean any solid, liquid, gaseous or "occurrence"that caused it. thermal irritant or contaminant, including smoke, For the purposes of this insurance, electronic data vapor, soot, fumes, acids, alkalis, chemicals and is not tangible property. waste. Waste includes materials to be recycled, As used in this definition, electronic data means reconditioned or reclaimed. information, facts or programs stored as or on, CG 00 01 12 04 Copyright, ISO Properties, Inc., 2003 Page 13 of 14 created or used on, or transmitted to or from (a) You; computer software, including systems and (b) Others trading under your name; or applications software, hard or floppy disks, CD- ` No ROMS, tapes, drives, cells, data processing (c) A person organization whose devices or any other media which are used with business or r assets you have electronically controlled equipment. acquired; and 2 Containers other than vehicles), sir. 18. "Suit' means a civil proceeding in which damages ( ) because of "bodily injury", "property damage" or ontnectionpwth such goods orfproducts.'n personal and advertising injury' to which this insurance applies are alleged. "Suit" includes: b. Includes at a. An arbitration proceeding in which such (1) Warranties or representations made at damages are claimed and to which the any time with respect to the fitness, insured must submit or does submit with our quality, durability, performance or use of consent; or "your product'; and so b. Any other alternative dispute resolution (2) The providing of or failure to provide proceeding in which such damages are warnings or instructions. claimed and to which the insured submits with c. Does not include vending machines or other our consent. property rented to or located for the use of 19. "Temporary worker" means a person who is others but not sold. furnished to you to substitute for a permanent 22. "Your work": "employee" on leave or to meet seasonal or short- term workload conditions. a. Means: 20. "Volunteer worker' means a person who is not (1) Work or operations performed by you or your"employee", and who donates his or her work on your behalf; and and acts at the direction of and within the scope of (2) Materials, parts or equipment furnished in duties determined by you, and is not paid a fee, connection with such work or operations. salary or other compensation by you or anyone b. Includes else for their work performed for you. 21. "Your product": (1) Warranties or representations made at any time with respect to the fitness, a. Means: quality, durability, performance or use of (1) Any goods or products, other than real "your work", and property, manufactured, sold, handled, (2) The providing of or failure to provide distributed or disposed of by: warnings or instructions. irr air Page 14 of 14 Copyright, ISO Properties, Inc., 2003 CG 00 01 12 04 CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS rr. MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. rr Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards `m • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all vo. • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles V& (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number Mb (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as VK broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering AW wrongful acts, errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. 14K (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. V [nsurancepk.doc\ wft r LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 rrr *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability war Bodily Injury/Property Damage $ 1,000,000 (Each Accident) r Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability rrr Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 rr Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect Ift for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis vn Per Loss $ 1,000,000 Aggregate $ 1,000,000 wry Insurancepk.doc\ low Ora +rt ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers am as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: rrr 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 4M 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 0. 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF on RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the a minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. arcs .ra �.e wws wrc "M Vo lnsurancepk.doc\ t � PREVAILING MINIMUM HOURLY WAGE RATES L L L L t L L t L L L L State of Washington DEPARTMENT OF LABOR AND INDUSTRIES rrr 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 on the Benefit Code Key. KING COUNTY Effective 03-03-07 (See Benefit Code Key) err Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS Ow JOURNEYLEVEL $34.36 IM 5D BOILERMAKERS JOURNEYLEVEL $33.32 1 BRICK AND MARBLE MASONS a' JOURNEYLEVEL $42.47 1M 5A CABINET MAKERS(IN SHOP) JOURNEYLEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41.33 IM 5D CARPENTER $41.27 1M 5D CREOSOTED MATERIAL $41.37 1M 5D 1W DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D uo PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41.47 1M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D 00 STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEYLEVEL $42.26 1M 5D DIVERS&TENDERS No DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L err ASSISTANT MATE(DECKHAND) $41.51 1T 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN,HYDRAULIC $43.64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L aw MATES $42.02 1T 5D 8L OILER $41.64 1T 5D 8L DRYWALL TAPERS JOURNEYLEVEL $41.14 1E 5P 4' ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEYLEVEL $18.69 1 Page 1 4W 4W #AV low KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I0 ELECTRICIANS-INSIDE CABLE SPLICER $52.30 1 D 5A CABLE SPLICER(TUNNEL) $56.21 1 D 5A CERTIFIED WELDER $50.53 1D 5A 40 CERTIFIED WELDER(TUNNEL) $54.26 1 D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL $48.75 1D 5A JOURNEY LEVEL(TUNNEL) $52.30 1D 5A 40 ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION It CABLE SPLICER $55.40 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.92 4A 5A HEAD GROUNDPERSON $37.88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A '0 JACKHAMMER OPERATOR $37.88 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49.64 4A 5A to POWDERPERSON $37.88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS 40 MECHANIC $57.88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 5B up FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $29.68 1 M 5D NO GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 1S 5J go HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34.84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS w MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN +o CAPTAIN $38.04 1K 5B COOK $31.90 1K 5B DECKHAND $31.59 1K 5B ENGINEER/DECKHAND $34.37 1K 5B MATE,LAUNCH OPERATOR $36.02 1K 5B Page 2 Illi MW KING COUNTY Effective 03-03-07 No (See Benefit Code Key) Over PREVAILING Time Holiday Note rrrr Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 Ow GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.93 1 TV TRUCK OPERATOR $10.53 1 err INSULATION APPLICATORS JOURNEY LEVEL $41.27 1M 5D IRONWORKERS JOURNEY LEVEL $46.25 10 5A rr LABORERS ASPHALT RAKER $34.84 1M 5D BALLAST REGULATOR MACHINE $34.36 1M 5D BATCH WEIGHMAN $29.68 1 M 5D BRUSH CUTTER $34.36 1M 5D 'W BRUSH HOG FEEDER $34.36 1M 5D BURNERS $34.36 1M 5D CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1 M 5D w CEMENT DUMPER/PAVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 5D CHIPPING GUN(OVER 30 LBS) $34.84 1M 5D err CHIPPING GUN(UNDER 30 LBS) $34.36 1M 5D CHOKER SETTER $34.36 1M 5D CHUCK TENDER $34.36 1M 5D CLEAN-UP LABORER $34.36 1M 5D Mrr CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 5D CONCRETE FORM STRIPPER $34.36 1M 5D CONCRETE SAW OPERATOR $34.84 1M 5D CRUSHER FEEDER $29.68 1M 5D rWr CURING LABORER $34.36 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34.36 1 M 5D DITCH DIGGER $34.36 1M 5D DIVER $35.20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34.84 1M 5D DRILL OPERATOR,AIRTRAC $35.20 1M 5D DUMPMAN $34.36 1M 5D EPDXY TECHNICIAN $34.36 1M 5D EROSION CONTROL WORKER $34.36 1M 5D w FALLER/BUCKER,CHAIN SAW $34.84 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $27.36 1M 5D construction debris cleanup) FINE GRADERS $34.36 1M 5D FIRE WATCH $29.68 1M 5D FORM SETTER $34.36 1M 5D GABION BASKET BUILDER $34.36 1M 5D GENERAL LABORER $34.36 1M 5D aw GRADE CHECKER&TRANSIT PERSON $34.84 IM 5D GRINDERS $34.36 1M 5D GROUT MACHINE TENDER $34.36 IM 5D rr Page 3 aw err rrr KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code rrl GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 1 M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1 M 5D HIGH SCALER $35.20 1 M 5D HOD CARRIER/MORTARMAN $34.84 1 M 5D JACKHAMMER $34.84 1 M 5D LASER BEAM OPERATOR $34.84 1 M 5D MANHOLE BUILDER-MUDMAN $34.84 1M 5D MATERIAL YARDMAN $34.36 1 M 5D MINER $35.20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34.84 1 M 5D r111 PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $34.84 1 M 5D PILOT CAR $29.68 1 M 5D PIPE POT TENDER $34.84 1 M 5D PIPE RELINER(NOT INSERT TYPE) $34.84 1 M 5D PIPELAYER&CAULKER $34.84 1 M 5D PIPELAYER&CAULKER(LEAD) $35.20 1 M 5D PIPEWRAPPER $34.84 1M 5D POT TENDER $34.36 1M 5D POWDERMAN $35.20 1M 5D POWDERMAN HELPER $34.36 1 M 5D POWERJACKS $34.84 1M 5D RAILROAD SPIKE PULLER(POWER) $34.84 1 M 5D RE-TIMBERMAN $35.20 1M 5D RIPRAP MAN $34.36 1 M 5D RODDER $34.84 1M 5D 190 SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 1M 5D SIGNALMAN $34.36 1M 5D SLOPER(OVER 20") $34.84 1M 5D a�1 SLOPER SPRAYMAN $34.36 1M 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $34.84 1M 5D SPREADER(CONCRETE) $34.84 1M 5D STAKE HOPPER $34.36 1M 5D ► STOCKPILER $34.36 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $34.84 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $34.84 1 M 5D TOOLROOM MAN(AT JOB SITE) $34.36 1M 5D TOPPER-TAILER $34.36 1M 5D TRACK LABORER $34.36 1M 5D TRACK LINER(POWER) $34.84 1M 5D TRUCK SPOTTER $34.36 1M 5D TUGGER OPERATOR $34.84 1M 5D VIBRATING SCREED(AIR, GAS,OR ELECTRIC) $34.36 1M 5D VIBRATOR $34.84 1M 5D VINYL SEAMER $34.36 1M 5D WELDER $34.36 1M 5D WELL-POINT LABORER $34.84 1M 5D Page 4 r.. KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note wo Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $34.36 1M 5D PIPE LAYER $34.84 1M 5D we LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 yr LATHERS JOURNEY LEVEL $41.31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 r LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS Aw CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 No PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 err PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS JOURNEY LEVEL $41.23 1 R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS + � ASSISTANT ENGINEERS $39.57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43.39 1M 5D 8L err BACKHOES, (75 HP&UNDER) $41.93 1M 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L BARRIER MACHINE(ZIPPER) $42.35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42.35 IM 5D 8L BELT LOADERS(ELEVATING TYPE) $41.93 1M 5D 8L BOBCAT(SKID STEER) $39.57 1M 5D 8L BROOMS $39.57 1M 5D 8L BUMP CUTTER $42.35 1M 5D 8L CABLEWAYS $42.84 IM 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39.57 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1 M 5D 8L +�r CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41.93 1M 5D 8L Page 5 +nr awr KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41.93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 1 M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42.84 1 M 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43.39 1 M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43.96 1 M 5D 8L WITH ATTACHMENTS) + 1 CRANES,A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L CRANES,A-FRAME,OVER 10 TON $41.93 1M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44.52 1 M 5D 8L ATTACHMENTS t�M CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42.35 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43.39 1 M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43.39 1 M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43.96 1M 5D 8L CRUSHERS $42.35 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42.35 1 M 5D 8L DERRICK,BUILDING $42.84 1M 5D 8L DOZERS,D-9&UNDER $41.93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 1M 5D 8L DRILLING MACHINE $42.35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41.93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41.93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39.57 1M 5D 8L GRADE ENGINEER $41.93 1M 5D 8L wo GRADECHECKER AND STAKEMAN $39.57 1M 5D 8L GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41.93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 IM 5D 8L r HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39.57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 1M 5D 8Ly LOADERS,OVERHEAD(8 YD&OVER) $43.39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 1M 5D 8L LOCOMOTIVES,ALL $42.35 1M 5D 8L MECHANICS,ALL $42.84 1M 5D 8L MIXERS,ASPHALT PLANT $42.35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41.93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 IM 5D 8L OPERATOR PAVEMENT BREAKER $39.57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41.93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 5D 8L PUMPS,WATER $39.57 1M 5D 8L Page 6 wr KING COUNTY Effective 03-03-07 yrr (See Benefit Code Key) Over PREVAILING Time Holiday Note or Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42.84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP wo RIGGER AND BELLMAN $39.57 1M 5D 8L ROLLAGON $42.84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39.57 IM 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 5D 8L ow ROTO-MILL,ROTO-GRINDER $42.35 1M 5D 8L SAWS,CONCRETE $41.93 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.35 IM 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) Ow SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.84 1M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41.93 1M 5D 8L SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39.57 IM 5D 8L arr SLIPFORM PAVERS $42.84 1 M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41.93 1M 5D 8L "o TRACTORS,(75 HP&UNDER) $41.93 1M 5D 8L TRACTORS,(OVER 75 HP) $42.35 IM 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 1M 5D 8L qw'' TRENCHING MACHINES $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 1 M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L wr WHEEL TRACTORS,FARMALL TYPE $39.57 1M 5D 8L YO YO PAY DOZER $42.35 1M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) uar POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A 'ow TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53.01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS ow JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS so JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEYLEVEL $41.14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 ow RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89 1H 5G Page 7 4w w ow aw KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 10 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53.01 1 G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS to JOURNEY LEVEL $33.76 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29.76 1 B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS to JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40.33 1 B 5A ROOFERS JOURNEY LEVEL $35.78 1R 5A to USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49.97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) to SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 to SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S 40 SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53.24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 so SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A w INSTALLER(REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A SPECIAL APPARATUS INSTALLER II $29.30 2B 5A to Page 8 > ICY I�t ow KING COUNTY Effective 03-03-07 aw (See Benefit Code Key) Over PREVAILING Time Holiday Note wr Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 213 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSONANSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A +rr TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40.33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $34.16 1 B 5A TRAFFIC CONTROL STRIPERS w JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39.04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39.62 1T 5D 8L 'rr DUMP TRUCK $39.04 1T 5D 8L DUMP TRUCK&TRAILER $39.62 1T 5D 8L OTHER TRUCKS $39.62 1T 5D 8L TRANSIT MIXER $23.45 1 rr WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 wu *r ow stir rw tw wr +rr Page 9 yrr ter rr BENEFIT CODE KEY-EFFECTIVE 03-3-07 OVERTIME CODES ow 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. wr 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF ,a, 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. or C. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. +rr D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED iwr AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ww OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. �w J. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE rr PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ow L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER aw CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES ow THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN(10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY wr RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS up P. 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. err BENEFIT CODE KEY-EFFECTIVE 03-03-07 -2- 1. Q. THE FIRST TWO (2)HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT o (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. to T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF rM 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 HOURLYRATE OF WAGE. 10 V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 40 W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST No TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE go HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE 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. 10 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. go 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. to 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 vo 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 qw PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-IIALF TIMES THE HOURLY RATE OF WAGE. w BENEFIT CODE KEY-EFFECTIVE 03-03-07 -3- 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. +rr J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO 'w THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rrr O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. `r P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 'w 4A. 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. 00 HOLIDAY CODES or 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). rr 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). we D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL a, ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). 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). ar H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND ow CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). to N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS' DAY.MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY go AND SATURDAY AFTER THANKSGIVING DAY.THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL. DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). w 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). "w BENEFIT CODE KEY-EFFECTIVE 03-03-07 -4- 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. 1w 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, ,so 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). th Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 10 THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(I I). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFOREy CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). ft 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). No w. BENEFIT CODE KEY-EFFECTIVE 03-03-07 -5- go NOTE CODES 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 lkw 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 "w FOR 250 FEET +r C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE " D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. r M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00, LEVELS C&D:$0.50. aw N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D.$0.25. ar aw to iwr taw arr rrr aw r wr Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO ��,6tATQOa (360)902-5335 PAY PREVAILING WAGES irr www.lni.wa.gov//TradesLicensing/PrevailingWage � Public Works Contract $25.00 Filing Fee Required VW • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be posted online at the above website. ■w APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 rrr Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed rrr Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? aw ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly a benefits ow err rrr +tr Company name Indicate total dollar amount of your contract $ or time and materials if applicable. Address 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 City State ZIP+4 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 fntr Industrial Insurance Account Number Email address Phone number For L&I Use Only er' Check Number: LJ $25 or $ For L&I Use Only Issued By: APPROVED: Department of Labor and Industries By dw Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding.Agency. Canary copy—L&1 orr 1 How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding so agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator' under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30% of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. so Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of X11 Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing to Total Dollar Amount of Your Contract Missing—Enter"time and materials" if applicable.The exact dollar amount will be required on the Affidavit of Wages Paid form. to Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). Signature Missing—Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. to Prevailing wage rates are available on the Internet at www.Lni.wa.govfTradesLicensing/PrevailingWage No Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address rr DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335 so F700-029-000 statement of intent to pay prevailing wages—backer 12-04 Department of Labor and Industries gTATe Prevailing Wage AFFIDAVIT OF WAGES PAID `'� - °°� (360)902-5335 r Public Works Contract http://www.Ini.wa.gov/FradesLicensinorevailingWage �� esaaoy� $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract a • Fill in all blanks or form will be returned for correction(see back). ar" • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved,your form will be posted online at the website above. APPROVEIY—FOR 1IVILI.ME1+,MA-M-ED TO'TIFUS ADDRESS 4 Address YYr Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# aYM County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Yale Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Was all work subcontracted? Did you intend to use subcontractors? Ylrr Prime contractor(has contract with the public agency) Contractor Registration No. ❑ Yes ❑ No ❑ Yes ❑ No Job start date(mm/dd/yy) YYCt Craft/trade/occupation and apprentices.(For apprentices,give name,registration#, Number Total N of hours Rate of Rate of Hourly trade,dates of work on project,stage of progression,wage and fringe.) of Workers worked—ea.trade Hourly Pay Fringe Benefits Indicate number of owners that performed work. wa Yr ,atr arY Company name Indicate total dollar amount of your contract. Address I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less go City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial I Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number For L&I Use Only or Check Number: ❑ $25 $ For L&I Use Only Issued By: Yrr APPROVED: Department of Labor and Industries By Industrial Statistician F700-007-000 affidavit of wages 10-06 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&1 How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Date work completed Missing or a date in the future. Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. Craf/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners,state "Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work was performed by subcontractors, check the appropriate box on the form. Number of workers each trade Missing do Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified to hourly fringe benefits, as defined by RCW 39.12.010,that you actually provided to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number,trade,stage of progression, beginning and ending dates of work performed on the protect(m/d/y to m/d/y), and rate of hourly pay and fringe benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount(not"time and materials"). Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial,surveying,truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing journey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE: Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Sri Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. IN L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your records. Prevailing wage rates are available on the Internet at t-ttp,'r nuvY.In ^tia qav+1 adesLi er:s r?q f' e�ailir gWaae Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 go OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335 F700-007-000 affidavit of waees -backer 10-06 no .■ CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period ` from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. ■. Company Name By: err Title: r aw to do 40 r. to L L L L L L WSDOT AMENDMENTS L L L l L C L L L 6 L ow 1 INTRODUCTION ift 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS w. 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 �+• 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. rwe 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 32 Specifications and may include references which do not apply to this particular project. 33 34 SECTION 1-04, SCOPE OF THE WORK 35 April 3, 2006 �r► 36 1-04.6 Variation in Estimated Quantities 37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 38 read: 39 40 If the adjusted final quantity of any item does not vary from the quantity shown in the 41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 42 all work under that item will be performed at the original contract unit price. 43 44 SECTION 1-06, CONTROL OF MATERIAL Aw 45 April 3, 2006 46 1-06.1 Approval of Materials Prior To Use `m 47 The second sentence in the first paragraph is revised to read: 1 2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 3 Approval (ASA) Database, or the Request for Approval of Material (RAM)form. 4 5 Number 1 under the second paragraph is revised to read: 6 No 7 1. Shall be new, unless the Special Provisions or Standard Specifications permit 8 otherwise; 9 10 1-06.1(1) Qualified Products List (QPL) to 11 This section is supplemented with the following: 12 13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm to 14 15 The following new sub-section is inserted to follow 1-06.1(2). 16 to 17 1-06.1(3) Aggregate Source Approval(ASA) Database 18 The ASA is a database containing the results of WSDOT preliminary testing of 19 aggregate sources. This database is used by the Contracting Agency to indicate the to 20 approval status of these aggregate sources for applications that require preliminary 21 testing as defined in the contract. The ASA `Aggregate Source Approval Report' 22 identifies the currently approved applications for each aggregate source listed. The err 23 acceptance and use of these aggregates is contingent upon additional job sampling 24 and/or documentation. 25 26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report' so 27 not conforming to the specifications, not fulfilling the acceptance requirements, or 28 improperly handled or installed, shall be replaced at the Contractor's expense. 29 sk 30 For questions regarding the approval status of an aggregate source, contact the 31 WSDOT Regional Materials Engineer for the Region the source is located in. The 32 Contracting Agency reserves the right to make revisions to the ASA database at 33 anytime. 34 35 If there is a conflict between the ASA database and the contract, then the contract shall 36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 38 No rw 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor(CPF)for each lot. 5 6 7 CPF = f1(PF1) + f2(PF2) +•••+ fi(PFi) �f. 8 9 i = 1toj 10 11 where: fi = price adjustment factor listed in these 12 Specifications for the applicable material 13 + 14 j = number of constituents being evaluated 15 16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 17 April 2, 2007 18 1-07.9(1) General 19 The fifth paragraph is revised to read: 20 21 If employing labor in a class not listed in the contract provisions on state funded projects .. 22 only, the Contractor shall request a determination of the correct wage and benefits rate 23 for that class and locality from the Industrial Statistician, Washington State Department 24 of Labor and Industries (State L&I), and provide a copy of those determinations to the 25 Engineer. 26 27 The fifth paragraph is supplemented with the following new paragraph: 28 29 If employing labor in a class not listed in the contract provisions on federally funded 30 projects, the Contractor shall request a determination of the correct wage and benefits 31 for that class and locality from the U. S. Secretary of Labor through the project MP 32 engineer's office. Generally, the Contractor initiates the request by preparing Standard 33 Form 1444 Request for Authorization of Additional Classification and Rate, available at 34 http://www.wdol.gov/docs/sfl444.pdf, and submitting it to the Project Engineers' office r 35 for further action. 36 37 1-07.10 Worker's Benefits 400 38 The fourth paragraph is revised to read: 39 40 The Public Works Contract Division of the Washington State Department of Labor and „w 41 Industries will provide the Contractor with applicable industrial insurance and medical 42 aid classification and premium rates. After receipt of Revenue Re/ease from the 43 Washington State Department of Revenue, the contracting agency will verify through the to 44 Department of Labor and Industries that the Contractor is current with respect to the 45 payments of industrial insurance and medical aid premiums. 46 47 1-07.15 Temporary Water Pollution/Erosion Control %W 48 The first paragraph is revised to read: 40 M 1 2 In an effort to prevent, control, and stop water pollution and erosion within the project, 3 thereby protecting the work, nearby land, streams, and other bodies of water, the 4 Contractor shall perform all work in strict accordance with all Federal, State, and local 5 laws and regulations governing waters of the State, as well as permits acquired for the 6 project. 7 8 1-07.17 Utilities and Similar Facilities 9 This section is revised to read: 10 11 The Contractor shall protect all private and public utilities from damage resulting from 12 the Work. Among others, these utilities include: telephone, telegraph, and power lines; 13 pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting r 14 and signing systems. All costs required to protect public and private utilities shall be at 15 the Contractor's expense, except as provided otherwise in this section. 16 , 17 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground 18 utilities. In accordance with this RCW, the Contractor shall call the One-Number 19 Locator Service for field location of utilities. If no locator service is available for the 20 area, notice shall be provided individually to those owners of utilities known to, or 21 suspected of, having underground facilities within the area of the proposed excavation. 22 23 This section is supplemented with the following two new sub-sections: ' 24 25 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor 26 If the Work requires removing or relocating a utility, the contract will assign the task to 27 the Contractor or the utility owner. When the task is assigned to the Contractor it shall 28 be performed in accordance with the Plans and Special Provisions. New utility 29 construction shall be performed according to the appropriate contract requirements. 30 31 To ease or streamline the Work for its own convenience, the Contractor may desire to 32 ask utility owners to move, remove, or alter their equipment in ways other than those 33 listed in the Plans or Special Provisions. The Contractor shall make the arrangements 34 and pay all costs that arise from work performed by the utility owner at the Contractor's 35 request. Two weeks prior to implementing any such utility work, the Contractor shall 36 submit plans and details to the Engineer for approval describing the scope and schedule 37 of all work performed at the Contractors request by the utility owner. 38 39 In some cases, the Plans or special provisions may not show all underground facilities. 40 If the Work requires these to be moved or protected, the Engineer will assign the task to 41 others or issue a written change order requiring the Contractor to do so as provided in 42 Section 1-04.4. 43 44 1-07.17(2) Utility Construction, Removal or Relocation by Others 45 Any authorized agent of the Contracting Agency or utility owners may enter the highway 46 right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall 47 cooperate with such efforts and shall avoid creating delays or hindrances to those doing 48 the work. As needed, the Contractor shall arrange to coordinate work schedules. ri 49 50 If the contract provides notice that utilities will be adjusted, relocated, replaced, or 51 constructed by others during the prosecution of the work, the Special Provisions will 52 establish the utility owners anticipated completion. The Contractor shall carry out the a 1 Work in a way that will minimize interference and delay for all forces involved. Any 2 costs incurred prior to the utility owners anticipated completion (or if no completion is 3 specified, within a reasonable period of time) that results from the coordination and r. 4 prosecution of the Work regarding utility adjustment, relocation, replacement, or 5 construction shall be at the Contractor's expense as provided in Section 1-05.14. 6 "' 7 When others delay the Work through late removal or relocation of any utility or similar 8 facility, the Contractor shall adhere to the requirements of Section 1-04.5. The 9 Contracting Agency will either suspend Work according to Section 1-08.6, or order the .w 10 Contractor to coordinate the Work with the work of the utility owner in accordance with 11 Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, 12 the Contractor shall prosecute the Work in a way that will minimize interference and ,► 13 delay for all forces involved. 14 15 SECTION 1-08, PROSECUTION AND PROGRESS 16 December 4, 2006 17 1-08.1 Subcontracting 18 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 19 funds and Federal assistance ...) is supplemented with the following: 20 21 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 22 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 23 Agency funded only contracts to the contracting agency on a monthly basis using the 24 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 25 located at http://www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become a 26 requirement for all contractors effective January 7, 2008. 27 .. 28 1-08.3 Progress Schedule 29 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 30 following: •► 31 32 1-08.3 Progress Schedule 33 1-08.3(1) General Requirements .. 34 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 35 Updates to the Engineer for approval. Schedules shall show work that complies 36 with all time and order of work requirements in the contract. Scheduling terms and 37 practices shall conform to the standards established in Construction Planning and 38 Scheduling, Second Edition, published by the Associated General Contractors of 39 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet 40 these General Requirements, and provide the following information: 41 42 1. Include all activities necessary to physically complete the project. 43 44 2. Show the planned order of work activities in a logical sequence. 45 46 3. Show durations of work activities in working days as defined in Section 1- "" 47 08.5. 48 49 4. Show activities in durations that are reasonable for the intended work. 50 1 5. Define activity durations in sufficient detail to evaluate the progress of 2 individual activities on a daily basis. 3 4 6. Show the physical completion of all work within the authorized contract 5 time. 6 7 The Contracting Agency allocates its resources to a contract based on the total 8 time allowed in the contract. The Contracting Agency may accept a Progress 9 Schedule indicating an early physical completion date but cannot guarantee the 10 Contracting Agency's resources will be available to meet an accelerated schedule. 11 No additional compensation will be allowed if the Contractor is not able to meet 12 their accelerated schedule due to the unavailability of Contracting Agency's 13 resources or for other reasons beyond the Contracting Agency's control. 14 15 If the Engineer determines that the Progress Schedule or any necessary Schedule 16 Update does not provide the required information, then the schedule will be 17 returned to the Contractor for correction and resubmittal. 18 19 The Engineer's approval of any schedule shall not transfer any of the Contractor's 20 responsibilities to the Contracting Agency. The Contractor alone shall remain 21 responsible for adjusting forces, equipment, and work :schedules to ensure 22 completion of the work within the time(s) specified in the contract. 23 24 1-08.3(2) Progress Schedule Types 25 Type A Progress Schedules are required on all projects that do not contain the bid 26 item for Type B Progress Schedule. Type B Progress Schedules are required on all +wl 27 projects that contain the bid item for Type B Progress Schedule. Weekly Look- 28 Ahead Schedules and Schedule Updates are required on all projects. 29 rrl 30 1-08.3(2)A Type A Progress Schedule 31 The Contractor shall submit five copies of a Type A Progress Schedule no later - 32 than 10 days after the date the contract is executed, or some other mutually 33 agreed upon submittal time. The schedule may be a critical path method 34 (CPM) schedule, bar chart, or other standard schedule format. Regardless of 35 which format used, the schedule shall identify the critical path. The Engineer 36 will evaluate the Type A Progress Schedule and approve or return the schedule 37 for corrections within 15 calendar days of receiving the submittal. 38 39 1-08.3(2)B Type B Progress Schedule 40 The Contractor shall submit a preliminary Type B Progress Schedule no later 41 than five calendar days after the date the contract is executed. The 42 preliminary Type B Progress Schedule shall comply with all of these dill 43 requirements and the requirements of Section 1-08.3(1), except that it may be 44 limited to only those activities occurring within the first 60 working days of the 45 project. 46 47 The Contractor shall submit five copies of a Type B Progress Schedule no later 48 than 30 calendar days after the date the contract is executed. The schedule 49 shall be a critical path method (CPM) schedule developed by the Precedence 50 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 51 change the logic of the network or the critical path. The schedule shall display 52 at least the following information: sir 1 2 Contract Number and Title aw 3 Construction Start Date 4 Critical Path 5 Activity Description 6 Milestone Description "'' 7 Activity Duration 8 Predecessor Activities 9 Successor Activities 10 Early Start (ES) and Early Finish (EF)for each activity 11 Late Start(LS) and Late Finish (LF)for each activity 12 Total Float (TF) and Free Float (FF)for each activity we 13 Physical Completion Date 14 Data Date 15 16 The Engineer will evaluate the Type B Progress Schedule and approve or 17 return the schedule for corrections within 15 calendar days of receiving the 18 submittal. 19 20 1-08.3(2)C Vacant 21 22 1-08.3(2)D Weekly Look-Ahead Schedule 23 Each week that work will be performed, the Contractor shall submit a Weekly 24 Look-Ahead Schedule showing the Contractor's and all subcontractors' 25 proposed work activities for the next two weeks. The Weekly Look-Ahead r 26 Schedule shall include the description, duration and sequence of work, along 27 with the planned hours of work. This schedule may be a network schedule, 28 bar chart, or other standard schedule format. The Weekly Look-Ahead .. 29 Schedule shall be submitted to the Engineer by the midpoint of the week 30 preceding the scheduled work or some other mutually agreed upon submittal 31 time. 32 33 1-08.3(3) Schedule Updates 34 The Engineer may request a Schedule Update when any of the following events 35 occur: 36 37 1. The project has experienced a change that affects the critical path. 38 39 2. The sequence of work is changed from that in the approved schedule. 40 41 3. The project is significantly delayed. 42 43 4. Upon receiving an extension of contract time. 44 45 The Contractor shall submit five copies of a Type A or Type B Schedule Update 46 within 15 calendar days of receiving a written request, or when an update is 47 required by any other provision of the contract. A "significant" delay in time is 48 defined as 10 working days or 10 percent of the original contract time, whichever is 49 greater. 50 51 In addition to the other requirements of this Section, Schedule Updates shall reflect 52 the following information: 1 2 1. The actual duration and sequence of as-constructed work activities, 3 including changed work. 4 5 2. Approved time extensions. 6 7 3. Any construction delays or other conditions that affect the progress of the 46 8 work. 9 10 4. Any modifications to the as-planned sequence or duration of remaining 11 activities. 12 13 5. The physical completion of all remaining work in the remaining contract to 14 time. 15 16 Unresolved requests for time extensions shall be reflected in the Schedule Update 17 by assuming no time extension will be granted, and by showing the effects to 18 follow-on activities necessary to physically complete the project within the currently 19 authorized time for completion. 20 21 1-08.3(4) Measurement 22 No specific unit of measurement shall apply to the lump sum item for Type B 23 Progress Schedule. 24 25 1-08.3(5) Payment 26 Payment will be made in accordance with Section 1-04.1, for the following bid item +rill 27 when it is included in the proposal: 28 29 "Type B Progress Schedule", lump sum. 30 31 The Lump Sum price shall be full pay for all costs for furnishing the Type B 32 Progress Schedule and preliminary Type B Progress Schedule. 33 34 Payment of 80 percent of the lump sum price will be made upon approval of the 35 Progress Schedule. 36 37 Payment will be increased to 100 percent of the lump sum price upon completion of 38 80 percent of the original total contract award amount. 39 40 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 41 Schedules are considered incidental to other items of work in the contract. 42 43 No payment will be made for Schedule Updates that are required due to the 44 Contractors operations. Schedule Updates required by events that are attributed to 45 the actions of the Contracting Agency will be paid for in accordance with Section 1- 46 09.4. 47 48 1-08.4 Prosecution of Work 49 The first sentence is revised to read: 50 51 The Contractor shall begin work within 21 calendar days from the date of execution of 52 the contract by the Contracting Agency, unless otherwise approved in writing. air a. 1 2 1-08.5 Time for Completion 3 This section is revised to read: 4 5 The Contractor shall complete all physical contract work within the number of "working 6 days" stated in the Contract Provisions or as extended by the Engineer in accordance tw 7 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 8 nonworking day or an Engineer determined unworkable day. A nonworking day is 9 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically w 10 prohibits work on the critical path of the Contractor's approved progress schedule, or 11 one of these holidays: January 1, the third Monday of January, the third Monday of 12 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day No 13 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 14 the following Monday shall be counted a nonworking day. When the holiday falls on a 15 Saturday, the preceding Friday shall be counted a nonworking day. The days between 16 December 25 and January 1 will be classified as nonworking days. "` 17 18 An unworkable day is defined as a half or whole day the Engineer declares to be 19 unworkable because of weather or conditions caused by the weather that prevents '"' 20 satisfactory and timely performance of the work shown on the critical path of the 21 Contractor's approved progress schedule. Other conditions beyond the control of the 22 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 23 24 Contract time shall begin on the first working day following the 21st calendar day after 25 the date the Contracting Agency executes the contract. If the Contractor starts work on 26 the project at an earlier date, then contract time shall begin on the first working day 27 when onsite work begins. The contract provisions may specify another starting date for 28 contract time, in which case, time will begin on the starting date specified. 29 30 Each working day shall be charged to the contract as it occurs, until the contract work is 31 physically complete. If substantial completion has been granted and all the authorized 32 working days have been used, charging of working days will cease. Each week the 33 Engineer will provide the Contractor a statement that shows the number of working 34 days: (1) charged to the contract the week before; (2) specified for the physical 35 completion of the contract; and (3) remaining for the physical completion of the contract. 36 The statement will also show the nonworking days and any half or whole day the 37 Engineer declares as unworkable. Within 10 calendar days after the date of each 38 statement, the Contractor shall file a written protest of any alleged discrepancies in it. aw 39 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 40 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 41 protest in that period, the Contractor shall be deemed as having accepted the statement 4W 42 as correct. 43 44 The Engineer will give the Contractor written notice of the physical completion date for 45 all work the contract requires. That date shall constitute the physical completion date of 46 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 47 48 The Engineer will give the Contractor written notice of the completion date of the 49 contract after all the Contractor's obligations under the contract have been performed by 50 the Contractor. The following events must occur before the Completion Date can be 51 established: 52 wr 1 1. The physical work on the project must be complete; and 2 3 2. The Contractor must furnish all documentation required by the contract w-,n 4 required by law, to allow the Contracting Agency to process final acceptance c 5 the contract. The following documents must be received by the Projf?( 6 Engineer prior to establishing a completion date: 7 8 a. Certified Payrolls (Federal-aid Projects) 9 b. Material Acceptance Certification Documents 10 c. Annual Report of Amounts Paid as MBE/WBE ParticipantsWo 11 Quarterly Report of Amounts Credited as DBE Participation, a: 12 required by the Contract Provisions. 13 d. FHWA 47 (Federal-aid Projects) 14 e. Final Contract Voucher Certification 15 16 1-08.8 Extensions of Time 17 Section 1-08.8 is revised to read: 18 19 The Contractor shall submit any requests for time extensions to the Engineer in wriic 20 no later than 10 working days after the delay occurs. The requests for time extensior 21 shall be limited to the affect on the critical path of the Contractor's approved sched. 1E 22 attributable to the change or event giving rise to the request. 23 24 To be considered by the Engineer, the request shall be in sufficient detail (as determin,p 25 by the Engineer) to enable the Engineer to ascertain the basis and amount of the ti.. 26 requested. The request shall include an updated schedule that supports the requAi 27 and demonstrates that the change or event: (1) had a specific impact on the critical 28 path, and except in cases of concurrent delay, was the sole cause of such impact, 2 29 (2) could not have been avoided by resequencing of the work or by using otlr 30 reasonable alternatives. If a request combined with previous extension requests, 31 equals 20 percent or more of the original contract time then the Contractor's letter " f 32 request must bear consent of Surety. In evaluating any request, the Engineer II 33 consider how well the Contractor used the time from contract execution up to the point 34 of the delay and the effect the delay has on any completion times included in the spec` I 35 provisions. The Engineer will evaluate and respond within 15 calendar days if 36 receiving the request. 37 38 The authorized time for physical completion will be extended for a period equal to t 39 time the Engineer determines the work was delayed because of: 40 41 1. Adverse weather causing the time requested to be unworkable, provided ti- _t 42 the Engineer had not already declared the time to be unworkable and tip 43 Contractor has filed a written protest according to Section 1-08.5. 44 45 2. Any action, neglect, or default of the Contracting Agency, its officers, 46 employees, or of any other contractor employed by the Contracting Agency. 47 48 3. Fire or other casualty for which the Contractor is not responsible. 49 50 4. Strikes. 51 rr 1 5. Any other conditions for which these Specifications permit time extensions 2 such as: 3 ... 4 a. In Section 1-04.4 if a change increases the time to do any of the work 5 including unchanged work. 6 ` 7 b. In Section 1-04.5 if increased time is part of a protest that is 8 found to be a valid protest. 9 '"" 10 c. In Section 1-04.7 if a changed condition is determined to exist that 11 caused a delay in completing the contract. 12 M1 13 d. In Section 1-05.3 if the Contracting Agency does not approve properly 14 prepared and acceptable drawings within 30 calendar days. 15 .. 16 e. In Section 1-07.13 if the performance of the work is delayed as a 17 result of damage by others. 18 19 f. In Section 1-07.17 if the removal or the relocation of any utility by 20 forces other than the Contractor caused a delay. 21 22 g. In Section 1-07.24 if a delay results from all the right of way 23 necessary for the construction not being purchased and the special 24 provisions does not make specific provisions regarding unpurchased 25 right of way. 26 27 h. In Section 1-08.6 if the performance of the work is suspended, 28 delayed, or interrupted for an unreasonable period of time that proves 29 to be the responsibility of the Contracting Agency. 30 31 i. In Section 1-09.11 if a dispute or claim also involves a delay in 32 completing the contract and the dispute or claim proves to be valid. 33 34 j. In Section 1-09.6 for work performed on a force account basis. 35 36 6. If the actual quantity of work performed for a bid item was more than the 37 original plan quantity and increased the duration of a critical activity. 38 Extensions of time will be limited to only that quantity exceeding the original 39 plan quantity. 40 41 7. Exceptional causes not specifically identified in items 1 through 6, provided the 42 request letter proves the Contractor had no control over the cause of the delay 43 and could have done nothing to avoid or shorten it. 44 45 Working days added to the contract by time extensions, when time has overran, shall 46 only apply to days on which liquidated damages or direct engineering have been 47 charged, such as the following: 48 49 If substantial completion has been granted prior to all of the authorized working 50 days being used, then the number of days in the time extension will eliminate an , . 51 equal number of days on which direct engineering charges have accrued. If the 52 substantial completion date is established after all of the authorized working days .r 1 have been used, then the number of days in the time extension will eliminate an 2 equal number of days on which liquidated damages or direct engineering charges 3 have accrued. 46 4 The Engineer will not allow a time extension for any cause listed above if it resulted 5 from the Contractor's default, collusion, action or inaction, or failure to comply with 6 the contract. 7 The Contracting Agency considers the time specified in the special provisions as to 8 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 9 time extension for: 10 11 0 Failure to obtain all materials and workers unless the failure was the result of 12 exceptional causes as provided above in subsection 7; 13 14 0 Changes, protests, increased quantities, or changed conditions (Section 1-04) 15 that do not delay the completion of the contract or prove to be an invalid or 16 inappropriate time extension request; 17 18 Delays caused by nonapproval of drawings or plans as provided in Section 19 1-05.3; 20 21 4 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 22 23 V Correction of thickness deficiency as provided in Section 5-05.5(1)6. 24 25 The Engineer will determine whether the time extension should be granted, the reasons 26 for the extension, and the duration of the extension, if any. Such determination will be 27 final as provided in Section 1-05.1. 28 29 SECTION 1-09, MEASUREMENT AND PAYMENT 30 December 4, 2006 31 1-09.6 Force Account ' 32 The last paragraph under "3. For Equipment" is revised to read: 33 34 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the r 35 Contracting Agency's web site at www.wsdot.wa.gov. 36 37 1-09.9(1) Retainage 38 The fourth paragraph is revised to read: 39 40 Release of the retainage will be made 60 days following the Completion Date (pursuant 41 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 42 43 1. On contracts totaling more than $20,000, a release has been obtained from the 44 Washington State Department of Revenue. 45 46 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 47 with the Contracting Agency(RCW 39.12.040). 48 49 3. A certificate of Payment of Contributions Penalties and Interest on Public 50 Works Contract is received from the Washington State Employment Security 51 Department. +rr 1 2 4. Washington State Department of Labor and Industries (per section 1-07.10) 3 shows the Contractor is current with payments of industrial insurance and .� 4 medical aid premiums. 5 6 5. All claims, as provided by law, filed against the retainage have been resolved. 7 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 8 met, the Contractor will be paid such retained percentage less an amount 9 sufficient to pay any such claims together with a sum determined by the +•+ 10 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 11 cover attorney's fees. 12 13 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 14 April 2, 2007 „w„ 15 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 16 Item 3. is revised to read: 17 18 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, 19 or gutter that is to remain and the portion to be removed. For portland cement 20 concrete pavement removal, a second vertical full depth relief saw cut offset 12 21 inches to 18 inches from and parallel to the initial saw cut is also required, unless 22 the Engineer approves otherwise. 23 24 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 25 August 7, 2006 26 2-03.3(2) Rock Cuts 27 This section is revised to read: 28 29 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 30 down, loosen, or damage the rock under the subgrade line, except as provided by 31 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 32 rock bench that will remain. The Contractor shall be responsible for methods used 33 and for any damage caused to the roadbed, regardless of any previous approvals 34 by the Engineer. 35 36 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 37 Contractor shall scale and dress them, removing all loose fragments and rocks not 38 firmly fastened to the rock slope. The Contractor shall also remove any 39 overhanging rock the Engineer sees as a hazard to roadway users. 40 41 If the Engineer requires it, the Contractor shall remove loose fragments and rocks 42 lying outside the slope stakes. Payment for such extra work shall be by force 43 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 44 and hauling these materials at the unit contract prices that apply or as provided in 45 Section 1-04.4. 46 47 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 48 blasting operations or at any time the Contractor proposes to change the drilling 49 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 50 for review. The blasting plan shall contain the full details of the drilling and blasting 1 patterns and controls the Contractor proposes to use for both the controlled and 2 production blasting. The blasting plan submittal is required for all blasting 3 operations and shall contain the following minimum information: 4 5 a) Station limits of proposed shot. 6 7 b) Plan and section views of proposed drill pattern including free face, 8 burden, blast hole spacing, blast hole diameter, blast hole angles, lift 9 height, and subdrill depth. 10 11 c) Loading diagram showing type and amount of explosives, primers, 12 initiators, and location and depth of stemming. 13 14 d) Initiation sequence of blast holes including delay times and delay system. 15 16 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 17 employed. 18 19 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 20 responsibility for the accuracy and adequacy of the plan when implemented in the 21 field. 22 23 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, 24 the Contractor shall use controlled blasting. The Engineer may require the 25 Contractor to use controlled blasting to form the faces of other slopes, even if the t 26 slopes could be formed.by nonblasting methods. 27 28 Controlled blasting refers to the controlled use of explosives and blasting 29 accessories in carefully spaced and aligned drill holes to provide a free surface or 30 shear plane in the rock along the specified backslope. Controlled blasting 31 techniques covered by this specification include presplitting and cushion blasting. 32 33 In addition to the blasting plan submittal, when using controlled blasting the 34 Contractor shall: 35 36 a) Prior to commencing full-scale blasting operations, the Contractor shall 37 demonstrate the adequacy of the proposed blast plan by drilling, blasting, 38 and excavating short test sections, up to 100 feet in length, to determine 39 which combination of method, hole spacing, and charge works best. rr► 40 When field conditions warrant, the Contractor may be ordered to use test 41 section lengths less than 100 feet. 42 r 43 Unless otherwise approved by the Engineer, the Contractor shall begin the 44 tests with the controlled blast holes spaced 30-inches apart, then adjust if 45 needed, until the Engineer approves the spacing to be used for full-scale „ 46 blasting operations. 47 48 b) The Contractor shall completely remove all overburden soil and loose or 49 decomposed rock along the top of the excavation for a distance of at least 50 30 feet beyond the end of the production hole drilling limits, or to the end 51 of the cut, before drilling the presplitting holes. 52 to 1 c) The controlled blast holes shall be not less than 21/2 inches nor more than 2 3 inches in diameter. 3 Qw 4 d) The Contractor shall control drilling operations by the use of the proper 5 equipment and technique to ensure that no hole shall deviate from the 6 plane of the planned slope by more than 9 inches either parallel or normal ` ' 7 to the slope. Drill holes exceeding these limits shall not be paid for unless 8 satisfactory slopes are being obtained. 9 +m 10 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits 11 of the production holes to be detonated, or to the end of the cut as 12 applicable. N„ 13 14 f) The length of controlled blast holes for any individual lift shall not exceed 15 20 feet unless the Contractor can demonstrate to the Engineer the ability to 16 to stay within the above tolerances and produce a uniform slope. If 17 greater than 5 percent of the presplit holes are misaligned in any one lift, 18 the Contractor shall reduce the height of the lifts until the 9-inch alignment 19 tolerance is met. Upon satisfactory demonstration, the length of holes 20 may be increased to a maximum of 60 feet with written approval of the 21 Engineer. 22 23 g) When the cut height requires more than one lift, a maximum 2-foot offset 24 between lifts will be permitted to allow for drill equipment clearances. The 25 Contractor shall begin the control blast hole drilling at a point that will r 26 allow for necessary offsets and shall adjust, at the start of lower lifts, to 27 compensate for any drift that may have occurred in the upper lifts. 28 Aw 29 h) Before placing charges, the Contractor shall determine that the hole is free 30 of obstructions for its entire depth. All necessary precautions shall be 31 exercised so that the placing of the charges will not cause caving of ,M 32 material from the walls of the holes. 33 34 i) The maximum diameter of explosives used in presplit holes shall not be 35 greater than 1/2 the diameter of the presplit hole. ' 36 37 j) Only standard explosives manufactured especially for controlled blasting 38 shall be used in controlled blast holes, unless otherwise approved by the 39 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed 40 to be loaded in the presplit holes. 41 42 k) If fractional portions of standard explosive cartridges are used, they shall 43 be firmly affixed to the detonating cord in a manner that the cartridges will 44 not slip down the detonating cord nor bridge across the hole. Spacing of 45 fractional cartridges along the length of the detonating cord shall not 46 exceed 30 inches center to center and shall be adjusted to give the 47 desired results. 48 49 1) Continuous column cartridge type of explosives used with detonating cord 50 shall be assembled and affixed to the detonating cord in accordance with 51 the explosive manufacturer's instructions, a copy of which shall be 52 furnished to the Engineer. sir 1 2 m) The bottom charge of a presplit hole may be larger than the line charges 3 but shall not be large enough to cause overbreak. The top charge of the 4 presplitting hole shall be placed far enough below the collar, and reduced 5 sufficiently, to avoid overbreaking and heaving. 6 7 n) The upper portion of all presplit holes, from the top most charge to the "a 8 hole collar, shall be stemmed. Stemming materials shall be sand or other 9 dry angular material, all of which passes a 3/8-inch sieve. 10 11 o) If presplitting is specified, the detonation of these holes shall be fired first. 12 13 p) If cushion blasting is specified, the detonation of these holes shall be fired 14 last on an instantaneous delay after all other blasting has taken place in 15 the excavation. 16 17 q) Production blast holes shall not be drilled closer than 6 feet to the 18 controlled blast line, unless approved by the Engineer. The bottom of the 19 production holes shall not be lower than the bottom of the controlled blast 20 holes. Production holes shall not exceed 6 inches in diameter, unless 21 approved by the Engineer. Detonation of production holes shall be on a 22 delay sequence toward a free face. 23 24 r) The use of horizontal blast holes for either production or controlled 25 blasting is prohibited. 26 ' 27 SECTION 2-09, STRUCTURE EXCAVATION 28 April 2, 2007 ww 29 2-09.3(1)E Backfilling 30 Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted 31 and replaced with the following: 32 33 Alternative Sources. When material from structure excavation is unsuitable for use as 34 backfill, the Engineer may: WOO 35 36 1. require the Contractor to use other material covered by the contract if such 37 substitution involves work that does not differ materially from what would 38 otherwise have been required; 39 40 2. require the Contractor to substitute selected material in accordance with 41 Section 2-03.3(10); 42 43 3. require the Contractor to use Controlled Density Fill (CDF) also known as 44 Controlled Low Strength Material (CLSM)), or; + ► 45 46 4. require the Contractor to obtain material elsewhere. Material obtained 47 elsewhere will be paid for in accordance with Section 1-04.4. 48 49 Controlled Density Fill (CDF) or Controlled Low-Strength Material (CLSM). CDF is 50 a self compacting, cementitious, flowable material requiring no subsequent vibration or 51 tamping to achieve consolidation. The Contractor shall provide a mix design in writing No 1 to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the 2 CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix ""' 3 design. CDF shall be designed to have a minimum 28-day strength of 50 psi and a 4 maximum 28-day strength not to exceed 300 psi. The CDF consistency shall be 5 flowable (approximate slump 3 to 10 inches). 6 VM 7 The following testing methods shall be used by the Contractor to develop the CDF mix 8 design: 9 •• 10 28 day compressive strength -ASTM D 4832, 11 Unit weight, yield, and air content–ASTM D 6023, 12 Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119. 13 14 The water/cement ratio shall be calculated on the total weight of cementitious material. 15 The following are considered cementitious materials: Portland cement, fly ash, ground 16 granulated blast furnace slag and microsilica fume. 17 18 Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for 19 Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. 20 Admixtures shall be used in accordance with the manufacturer's recommendations and 21 non-chloride accelerating admixtures may be used to accelerate the hardening of CDF. 22 23 CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on 24 a Certificate of Compliance. The producer shall provide a Certificate of Compliance for 25 each truckload of CDF in accordance with Section 6-02.3(5)B. +. 26 27 Item 1 of the first paragraph under Compaction is revised to read: 28 29 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill 30 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 31 signal standards, and roadside and overhead sign structure foundations — placed got 32 in horizontal layers no more than 6 inches thick with each layer compacted to 33 95 percent of the maximum density determined by the Compaction Control Test, 34 Section 2-03.3(14)D. 35 two 36 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 37 This section is revised to read: 38 '"" 39 The Contractor may dig open pits or perform extra excavation without shoring or 40 cofferdams, if: 41 ON 42 1. Footings can be placed in dry material away from running water. 43 44 2. The integrity of the completed structure and its surroundings is not reduced. «. 45 46 3. Worker safety is ensured as required by law. 47 "No 48 4. The excavation does not disturb the existing pavement or any other adjacent 49 structural elements. 50 40 51 If a slide occurs in an open pit, the Contractor shall remove the slide material. If the 52 slide disturbs an area over which a highway will be built, the Contractor shall backfill 1 and compact the site to the original ground line as approved by the Engineer. If the slide 2 damages an existing facility such as a roadway or structure, the Contractor shall repair 3 the damage caused by the slide. The Contractor shall pay all costs related to removing 4 slide material and restoring the slide area, including the repair of any pavement or 5 structural elements damaged by the slide. 6 7 The Contractor shall drain or pump any water from the pit, taking care not to stir up or 8 soften the bottom. If equipment in the pit or inadequate water removal makes the 9 foundation material unstable, the Contractor shall, at no expense to the Contracting 10 Agency, remove and replace it with material the Engineer approves. ► 11 12 When the Engineer believes ground water flow may impair a concrete footing, the 13 Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing „ 14 the gravel, the Contractor shall excavate to whatever grade the Engineer requires. This 15 provision shall not apply to the building of concrete seals. 16 so 17 The Contractor may omit forms when the earthen sides of a footing excavation will 18 stand vertically. In this case, the Contractor may excavate to the neat line dimensions of 19 the footing and pour concrete against the undisturbed earth. If the hole is larger than 20 neat line dimensions, the Contractor shall bear the cost of the extra concrete. 21 22 For open temporary cuts, the following requirements shall be met: 23 24 1. No vehicular or construction traffic, or construction surcharge loads will be 25 allowed within a distance of 5-feet from the top of the cut. 26 27 2. Exposed soil along the slope shall be protected from surface erosion. 28 29 3. Construction activities shall be scheduled so that the length of time the 30 temporary cut is left open is reduced to the extent practical. 31 32 4. Surface water shall be diverted away from the excavation. 33 34 Submittals and Design Requirements. The Contractor shall submit working drawings 35 and calculations showing the geometry and construction sequencing of the proposed 36 excavation slopes. The Contractor shall not begin excavation operations until receiving ' 37 the Engineer's approval of the excavation submittal. 38 39 The excavation stability design shall be conducted in accordance with the WSDOT 40 Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be 41 designed for site specific conditions which shall be shown and described in the working 42 drawings. Examples of such items that shall be shown on the excavation submittal and wr 43 supported by calculations include, but are not limited to, the following: 44 45 1. Excavation geometry and controlling cross sections showing adjacent existing 46 foundations, utilities, site constraints, and any surcharge loading conditions 47 that could affect the stability of the slope; 48 49 2. A summary clearly describing subsurface soil and groundwater conditions, 50 sequencing considerations, and governing assumptions; 51 00 wr sir 1 3. Any supplemental subsurface explorations made to meet the requirements for 2 geotechnical design of excavation slopes, in accordance with the WSDOT 3 Geotechnical Design Manual; �* 4 5 4. Supporting geotechnical calculations used to design the excavation, the soil 6 and material properties selected for design, and the justification for the,, 7 selection for those properties, in accordance with the WSDOT Geotechnical 8 Design Manual; 9 10 5. Safety factors, or load and resistance factors used, and justification for their 11 selection, in accordance with the WSDOT Geotechnical Design Manual, and 12 referenced AASHTO design manuals; 13 14 6. Location and weight of construction equipment adjacent to the excavation top, 15 and location of adjacent traffic; and, 16 17 7. A monitoring plan to evaluate the excavation performance throughout its 18 design life. 19 20 2-09.3(3)D Shoring and Cofferdams 21 Paragraphs one through seven are revised to read: 22 aw 23 Definitions. Structural shoring is defined as a shoring system that is installed prior to 24 excavation. Structural shoring shall provide lateral support of soils and limit lateral 25 movement of soils supporting structures, roadways, utilities, railroads, etc., such that to 26 these items are not damaged as a result of the lateral movement of the supporting soils. 27 28 Structural shoring systems includes driven cantilever sheet piles, sheet piles with ;w 29 tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, 30 cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple 31 tier tieback systems. ,W 32 33 Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed 34 after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of Or 35 a pre-excavated slope, are not allowed as structural shoring. 36 37 A cofferdam is any watertight enclosure, sealed at the bottom and designed for the 38 dewatering operation, that surrounds the excavated area of a structure. The Contractor "" 39 shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is 40 under water or affected by ground water. 41 ++� 42 Submittals and Design Requirements. The Contractor shall submit working drawings 43 and calculations showing the proposed methods and construction details of structural 44 shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The aw 45 Contractor shall not begin construction of structural shoring or cofferdams, nor begin 46 excavation operations, until approval of the structural shoring submittal has been given 47 by the Project Engineer. go 48 49 Structural shoring and cofferdams shall be designed for conditions stated in this Section 50 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 51 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the 52 AASHTO LRFD Bridge Design Specifications, Third Edition, 2004 and current interims wr.► 1 for load and resistance factor design. The USS Steel Sheet Piling Design Manuals, 2 published by United States Steel, may be used for shoring walls that do not support 3 other structures and that are 15 feet in height or less. Allowable stresses for materials 4 shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The shoring 5 design shall also be in compliance with the WSDOT Geotechnical Design Manual (M46- 6 03). In the case of conflict or discrepancy between manuals, the Geotechnical Design 7 Manual shall govern. 8 9 For open temporary cuts associated with a shoring system, the requirements for open 10 temporary cuts specified in Section 2-09.3(3)B shall be met. + 11 12 The structural shoring system shall be designed for site specific conditions which shall 13 be shown and described in the working drawings. The structural shoring system design 14 shall include the design of the slopes for stability above and below the shoring system. 15 Except as otherwise noted, the design height of all structural shoring in design 16 calculations and working drawings shall be for the depth of excavation as required by 17 the Plans, plus an additional 2 feet to account for the possibility of overexcavation. If 18 the Contractor provides written documentation to the satisfaction of the Engineer that 19 the soil conditions at the site are not likely to require overexcavation, the Engineer may 20 waive the requirement for two feet of overexcavation design height. 21 22 Examples of such items that shall be shown on the structural shoring submittal and 23 supported by calculations include, but are not limited to, the following: 24 25 1. Heights; soil slopes; soil benches; and controlling cross sections showing 26 adjacent existing foundations, utilities, site constraints, and any surcharge at 27 loading conditions that could affect the stability of the shoring system, including 28 any slopes above or below the shoring. 29 to 30 2. A summary clearly describing performance objectives, subsurface soil and 31 groundwater conditions, sequencing considerations, and governing 32 assumptions. 33 34 3. Any supplemental subsurface explorations made to meet the requirements for 35 geotechnical design of excavation slopes, shoring walls, and other means of 36 ground support, in accordance with the WSDOT Geotechnical Design Manual. 37 38 4. Supporting geotechnical calculations used to design the shoring system, 39 including the stability evaluation of the shoring system in its completed form as 40 well as intermediate shoring system construction stages, the soil and material 41 properties selected for design, and the justification for the selection for those 42 properties, in accordance with the WSDOT Geotechnical Design Manual. 46 43 44 5. Safety factors, or load and resistance factors used, and justification for their 45 selection. to 46 47 6. Location and weight of construction equipment adjacent to the excavation; 48 location of adjacent traffic; and structural shoring system material properties, 49 spacing, size, connection details, weld sizes, and embedment depths. 50 51 7. Structural shoring installation and construction sequence, procedure, length of 52 time for procedure and time between operations; proof load testing procedure �r �. 1 if any; deadman anchor design and geometry; no load zones; grouting material 2 and strengths; and a list of all assumptions. 3 4 8. Methods and materials to be used to fill voids behind lagging, when soldier 5 piles with lagging are used as structural shoring. 6 7 9. A monitoring/testing plan to evaluate the performance of the 8 excavation/shoring system throughout its design life, and 9 �. 10 10. An estimate of expected displacements or vibrations, threshold limits that 11 would trigger remedial actions, and a list of potential remedial actions should 12 thresholds be exceeded. Thresholds shall be established to prevent damage 13 to adjacent facilities, as well as degradation of the soil properties due to 14 deformation. 15 16 SECTION 2-12 CONSTRUCTION GEOTEXTILE 17 August 7, 2006 18 The section title is revised to read: 19 20 CONSTRUCTION GEOSYNTHETIC 21 22 2-12 CONSTRUCTION GEOTEXTILE 23 This heading is revised to read: o. 24 25 2-12 CONSTRUCTION GEOSYNTHETIC 26 go 27 2-12.1 Description 28 The word geotextile is revised to geosynthetic. 29 •. 30 2-12.2 Materials 31 In the first and second paragraphs geotextile is revised to geosynthetic. 32 w 33 2-12.3 Construction Requirements 34 In the first, second, and third paragraphs geotextile is revised to geosynthetic. 35 36 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 37 August 7, 2006 ,r 38 3-01.4(1) Acquisition and Development 39 The first paragraph is revised to read: 40 41 If, under the terms of the Contract, the Contractor is required to provide a source of 42 materials, or if the Contractor elects to use materials from sources other than those 43 provided by the Contracting Agency, the Contractor shall, at no expense to the 44 Contracting Agency, make all necessary arrangements for obtaining the material and 45 shall ensure the quantity of suitable material is available. Preliminary samples shall be 46 taken by or in the presence of the Engineer or a designated representative unless the 47 Engineer permits otherwise. Approval of the source does not relieve the Contractor " ' 48 from meeting these specification requirements, nor does it guarantee that the material 1 will meet these requirements without additional or proper processing. The Engineer 2 may require additional preliminary samples at any time. 3 4 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 5 April 2, 2007 6 5-01.3(2)B Portland Cement Concrete 7 The third paragraph beginning with "Acceptance testing" is supplemented with the following: 8 9 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and + 10 protect concrete cylinders in cure boxes from excessive vibration and shock waves 11 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 12 boxes shall be in accordance with Section 6-02.5. 13 14 5-01.3(4) Replace Portland Cement Concrete Panel 15 The fourth sentence in the second paragraph is revised to read: 16 17 A vertical full depth saw cut is required along all longitudinal joints and at transverse 18 locations and, unless the Engineer approves otherwise, an additional vertical full depth 19 relief saw cut located 12 inches to 18 inches from and parallel to the initial longitudinal 20 and transverse.saw cut locations is also required. 21 22 The third paragraph is revised to read: 23 24 When new concrete pavement is to be placed against existing cement concrete 25 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and 26 grouted into the existing pavement with either Type I or IV epoxy resin as specified in 27 Section 9-26. Tie bars are not required for panel replacement less than a full panel. 28 29 The seventeenth paragraph is revised to read: 30 31 The Contractor shall place polyethylene film or building paper in accordance with 32 AASHTO M 171 along all existing concrete surfaces and between the bottom of the slab 33 and treated bases prior to placing concrete. 34 35 5-01.3(5) Partial Depth Spall Repair 36 The fifth paragraph is revised to read: 37 38 When a partial depth repair is placed directly against an adjacent longitudinal joint, 39 polyethylene film or building paper in accordance with AASHTO M 171 shall be placed 40 between the existing concrete and the area to be patched. 41 42 5-01.3(6) Dowel Bar Retrofit 43 The fourth and fifth sentences in the second paragraph are revised to read: 44 45 When gang saws are used, slots that are not used shall be cleaned and sealed with 46 either Type I or IV epoxy resin as specified in Section 9-26. 47 48 The sixth paragraph is revised to read: 49 50 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall 51 remove all slurry, parting compound, and other foreign materials prior to installation of arr ow 1 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to 2 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been 3 removed. ow 4 5 5-01.3(10) Pavement Smoothness 6 This section is revised to read: 4W 7 8 Perform the work described in Section 5-05.3(12), and the following: 9 +o 10 Where the pavement is ground, calculation of the profile index shall exclude dips 11 and depressions in the existing roadway. The profilograph generated reports shall 12 be provided to the Engineer prior to payment. 13 14 5-01.5 Payment 15 This section is revised as follows: 16 17 The paragraph following "Replace Cement Concrete Panel", per square yard, is revised 18 to read: 19 ow 20 The unit contract price per square yard shall be full payment for all costs to 21 complete the work as specified, including saw cutting full depth, removal and 22 disposal of the existing panels off of the Contracting Agency's right-of-way, 23 preparing the surfacing below the new panel, provide, place and compact the 24 crushed surfacing or hot mix asphalt, furnishing and placing polyethylene film or 25 building paper, furnishing and placing the portland cement concrete, drilling the r 26 holes, providing and anchoring the dowel bars and tie bars, and for all incidentals 27 required to complete the work as specified. 28 w 29 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 30 Concrete Pavement Grinding", per square yard. 31 32 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 33 square yard. 34 35 The second sentence in the 16th paragraph is revised to read: 36 37 The costs of any additional pavement grinding and profiling required to complete 38 the work as specified is also included in this payment. " 39 40 The 18th paragraph for Replace Uncompactable Material is supplemented with the 41 following: 42 43 All costs associated with the containment, collection and disposal of concrete slurry 44 and grinding residue shall be included in the applicable concrete grinding or cutting +r•r 45 items of work. 46 47 SECTION 5-04, HOT MIX ASPHALT 48 April 2, 2007 49 5-04.3(1) HMA Mixing Plant 50 The first paragraph is supplemented with the following: 51 err 1 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the 2 following methods: 3 4 a. A mechanical sampling device attached to the HMA plant. ' 5 b. Platforms or devices to enable sampling from the hauling vehicle without 6 entering the hauling vehicle. 7 8 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 9 Item 3 in this section is revised to read: 10 11 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor 12 when ordered by the Engineer. The Contractor shall sample the HMA mixture in 13 the presence of the Engineer and in accordance with WSDOT FOP for 14 WAQTC/AASHTO T 168. 15 16 5-04.3(10)13 Control 17 The second paragraph in item 3. is revised to read: 18 19 For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or 20 rejection, the Contractor may request that cores be used for acceptance of HMA 21 compaction. When cores are taken by the Contracting Agency at the request of the 22 Contractor, they shall be requested by noon of the next workday after receiving the test 23 results. The cores will be taken at approximately the same locations as the nuclear 24 density gauge tests in the compaction lot being challenged. When the CPF for the lot 25 based on the results of the HMA cores is less than 1.00, the cost for the coring will be 26 deducted from any monies due or that may become due the Contractor under the 27 contract at the rate of$125 per core. 28 29 SECTION 5-05, CEMENT CONCRETE PAVEMENT rr 30 April 2, 2007 31 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement err► 32 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented 33 with the following: 34 35 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 36 protect concrete cylinders in cure boxes from excessive vibration and shock waves 37 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 38 boxes shall be in accordance with Section 6-02.5. 39 40 5-05.3(6) Subgrade 41 The first sentence in the second paragraph is revised to read: 42 43 The subgrade shall be prepared and compacted a minimum of 3 feet beyond each edge 44 of the area which is to receive concrete pavement in order to accommodate the slip- 45 form equipment. 46 47 5-05.3(7) Placing, Spreading, and Compacting Concrete 48 The second paragraph is revised to read: 49 r.r 1 The average density of the cores shall be at least 97 percent of the approved mix 2 design density or the actual concrete density when determined by the Contractor using 3 AASHTO T 121 with no cores having a density of less than 96 percent. 4 5 5-05.3(8)A Contraction Joints 6 The fifth paragraph is revised to read: �• 7 8 When cement concrete pavement is placed adjacent to existing cement concrete 9 pavement, the vertical face of all existing working joints shall be covered with 10 polyethylene film or building paper in accordance with AASHTO M 171. 11 12 5-05.3(10) Tie Bars and Dowel Bars 13 The second sentence in the seventh paragraph is revised to read: 14 15 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 16 9-26. 17 18 5-05.3(12) Surface Smoothness 19 The first sentence in the first paragraph is revised to read: 20 21 The pavement smoothness will be checked with equipment furnished and operated by 22 the Contractor, under supervision of the Engineer, within 48 hours following placement 23 of concrete. 24 25 5-05.4 Measurement ' 26 Item 3. is revised to read: 27 28 3. The depth will be determined from the reference cores. The depth utilized to 29 calculate the volume shall not exceed the plan depth plus 0.04 feet. 30 31 SECTION 6-02, CONCRETE STRUCTURES 32 April 2, 2007 33 6-02.3(2) Proportioning Materials 34 The third paragraph is revised to read: 35 36 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 37 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 38 ash and ground granulated blast furnace slag is optional for all other classes of 39 concrete. aw 40 41 6-02.3(2)A Contractor Mix Design 42 The first paragraph is revised to read: a 43 w 44 The Contractor shall provide a mix design in writing to the Engineer for all classes of 45 concrete specified in the Plans except for those accepted based on a Certificate of 46 Compliance. No concrete shall be placed until the Engineer has reviewed the mix 47 design. The required average 28 day compressive strength shall be selected per ACI 48 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine 49 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or ' " 50 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a to 1 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 2 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content 3 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 4 pounds. All other concrete mix designs, except those for lean concrete and commercial 5 concrete, shall have a minimum cementitious material content of 564 pounds per cubic 6 yard of concrete. 7 8 The first sentence of the second paragraph is revised to read: 9 10 The Contractor's submittal of a mix design shall be on WSDOT form 350-040 and shall to 11 provide a unique identification for each mix design and shall include the mix proportions 12 per cubic yard, the proposed sources, the average 28 day compressive strength for 13 which the mix is designed, the fineness modulus, and the water cement ratio. ,,,,r 14 15 The following new sentence is inserted after the first sentence in the fourth paragraph. 16 1W 17 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 18 be used. 19 20 6-02.3(4)A Qualification of Concrete Suppliers 21 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced 22 with the following: 23 24 Batch Plant Prequalification may be obtained through one of the following methods: 25 26 1. Certification by the National Ready Mix Concrete Association (NRMCA). 27 Information concerning NRMCA certification may be obtained from the NRMCA 28 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. 29 The NRMCA certification shall be good for a two year period. When this 30 method of certification is used the following documentation shall be submitted 31 to the project engineer. 32 33 a. A copy of the current NRMCA Certificate of Conformance, the 34 concrete mix design(s) (WSDOT Form 350-040), along with copies of 35 the truck list, batch plant scale certification, admixture dispensing 36 certification, and volumetric water batching devices (including water 37 meters) verification. 38 39 2. Independent evaluation certified by a Professional Engineer using NRMCA ' 40 checklist. The Professional Engineer shall be licensed under title 18 RCW, 41 state of Washington, qualified in civil engineering.The independent certification 42 using the NRMCA checklist shall be good for a two year period. When this 43 method of certification is used the following documentation shall be submitted 44 to the engineer. 45 to 46 a. A copy of the Professional Engineer's stamped and sealed NRMCA 47 Verification of Inspection and Application for Certificate page from the 48 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350- ,; 49 040), along with copies of the truck list, batch plant scale certification, 50 admixture dispensing certification, and volumetric water batching 51 devices (including water meters) verification. 52 rr 1 3. Inspection conducted by the Plant Manager, defined as the person directly 2 responsible for the daily plant operation, using the NRMCA Plant Certification 3 checklist. The Plant Manager certification shall be done prior to the start of a 4 project, and every six months throughout the life of the project, and meet the 5 following requirements: 6 aw 7 a. The Agreement to Regularly Check Scales and Volumetric Batching 8 Dispensers page in the NRMCA Plant Certification checklist shall be 9 signed by the Plant Manager and notarized. ow 10 11 b. The signed and notarized Agreement to Regularly Check Scales and 12 Volumetric Batching Dispensers page and a copy of the NRMCA *W 13 Plant Certification checklist cover page showing the plant designation, 14 address and Company operating plant shall all be submitted to the 15 Project Engineer with the concrete mix design (WSDOT Form 350- 16 040), along with copies of the truck list, batch plant scale certification, w. 17 admixture dispensing certification, and volumetric water batching 18 devices (including water meters) verification. 19 MW 20 c. The NRMCA Plant Certification checklists shall be maintained by the 21 Plant Manager and are subject to review at any time by the 22 Contracting Agency. WN 23 24 e. Volumetric water batching devices (including water meters) shall be 25 verified every 90 days. w. 26 27 6-02.3(5)C Conformance to Mix Design 28 Item 2 under the first paragraph is revised to read: Im 29 30 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 31 that specified in the mix design. WN 32 33 6-02.3(5)H Sampling and Testing for Compressive Strength 34 This section including title is revised to read: aw 35 36 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 37 Curing .. 38 Acceptance testing for compressive strength shall be conducted at the same frequency 39 as the acceptance tests for temperature, consistency, and air content. 40 41 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 42 The Contractor shall also provide, maintain and operate all necessary power sources 43 and connections needed to operate the curing box. Concrete cylinders shall be cured in 44 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall 45 maintain a temperature between 60°F and 80°F for concrete with specified strengths 46 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 47 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure ++� 48 the internal temperature of the cure box. The thermometer shall be readable from 49 outside of the box and be capable of recording the high and low temperatures in a 24- 50 hour period. The cure boxes shall create an environment that prevents moisture loss VW 51 from the concrete specimens. The top shall have a working lock and the interior shall be 52 rustproof. A moisture-proof seal shall be provided between the lid and the box. The cure 1 box shall be the appropriate size to accommodate the number of concrete acceptance 2 cylinders necessary or the Contractor shall provide additional cure boxes. Once 3 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 4 cylinders have been cured in accordance with these specifications. When concrete is 5 placed at more than one location simultaneously, multiple cure boxes shall be provided. 6 7 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration 8 and shock waves during the curing period in accordance with Section 6-02.3(6)D. 9 10 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 11 The section Cold Weather Protection is revised to read: 12 13 NOTE: Table 6-02.3(6) "Surface Evaporation from Concrete", remains unchanged. 14 15 Cold Weather Protection 16 This Specification applies when the weather forecast predicts air temperatures below 17 35° F at any time during the seven days following concrete placement. Weather 18 forecast is based on predictions from the Western Region Headquarters of the National 19 Weather Service. This forecast can be found at http://www.wrh.noaa.gov/. 20 21 To achieve adequate curing, the temperature of the concrete shall be maintained above 22 50° F during the entire curing period or seven days, whichever is greater. The concrete 3 23 temperature shall not be allowed to fall below 35 ° F during this time. Prior to placing 24 concrete in cold weather, the Contractor shall provide a written procedure for cold 25 weather concreting to the Engineer. The procedure shall detail how the Contractor will 26 adequately cure the concrete and prevent the concrete temperature from falling below w 27 35° F. Extra protection shall be provided for areas especially vulnerable to freezing 28 (such as exposed top surfaces, corners and edges, thin sections, and concrete placed 29 into steel forms). Concrete placement will only be allowed if the Contractor's cold 30 weather protection plan has been approved by the Engineer. 31 32 The Contractor shall not mix nor place concrete while the air temperature is below 35° F, 33 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate 34 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with 35 the aggregates before the cement is added. Any equipment and methods shall heat the 36 materials evenly. Concrete placed in shafts and piles is exempt from such preheating 37 requirements. 38 39 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 40 applying flame directly or under sheet metal. If the aggregates are in bins, steam or 41 water coils or other heating methods may be used if aggregate quality is not affected. 42 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, 43 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 44 absorb moisture. 45 No 46 The Contractor shall provide and maintain a maturity meter sensor, continuously 47 recording time and temperature during the curing period, in the concrete at a location 48 specified by the Engineer for each concrete placement. The Contractor shall also „ 49 provide recording thermometers or other approved devices to monitor the surface 50 temperature of the concrete. During curing, data from the maturity meter and recording 51 thermometer shall be readily available to the Engineer. The Contractor shall record time 1 and temperature data on hourly intervals. Data shall be provided to the Engineer upon 2 request. 3 4 Starting immediately after placement, the concrete temperatures measured by the 5 maturity meter and recording thermometer shall be maintained at or above 50° F and 6 the relative humidity shall be maintained above 80%. These conditions shall be 7 maintained for a minimum of seven days or for the cure period required by Section 6- 8 02.3(11), whichever is longer. During this time, if the temperature falls below 50° F on 9 the maturity meter or recording thermometer, no curing time is awarded for that day. 10 Should the Contractor fail to adequately protect the concrete and the temperature of the 11 concrete falls below 35° F during curing, the Engineer may reject it. 12 13 The Contractor is solely responsible for protecting concrete from inclement weather 14 during the entire curing period. Permission given by the Engineer to place concrete 15 during cold weather will in no way ensure acceptance of the work by the Contracting 16 Agency. Should the concrete placed under such conditions prove unsatisfactory in any 17 way, the Engineer shall still have the right to reject the work although the plan and the 18 work were carried out with the Engineer's permission. 19 20 6-02.3(6)D Protection Against Vibration 21 The last sentence in the second paragraph is revised to read: 22 23 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and 24 soldier pile shaft installation operations. 25 26 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: 27 28 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated aw 29 impact tools, pavement breakers, and other large pieces of equipment. 30 31 6-02.3(11) Curing Concrete 40 32 In item 1. under the first paragraph, "box culvert tops" is deleted. 33 34 The second paragraph is supplemented with the following: as 35 36 Runoff water shall be collected and disposed of in accordance with all applicable 37 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or 38 other surface waters. .. 39 40 6-02.3(16) Plans for Falsework and Formwork 41 The address for FEDEX delivery following the fourth paragraph is revised to read: °"` 42 43 Washington State Department of Transportation 44 Bridge and Structures Engineer "" 45 7345 Linderson Way SW 46 Tumwater, WA 98501-6504 47 No 48 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 49 The address for FEDEX delivery following the first paragraph is revised to read: 50 w. 51 Washington State Department of Transportation 52 Bridge and Structures Engineer to 1 7345 Linderson Way SW 2 Tumwater, WA 98501-6504 3 , 4 6-02.3(16)B Preapproved Formwork Plans 5 The address for FEDEX delivery following the second paragraph is revised to read: 6 7 Washington State Department of Transportation 8 Bridge and Structures Engineer 9 7345 Linderson Way SW 10 Tumwater, WA 98501-6504 11 12 6-02.3(17)N Removal of Falsework and Forms 13 The second through the fifth paragraphs are revised to read: 14 Concrete Placed In Percent of Specified Number Minimum Compressive of Days Strength Columns, walls, non-sloping box girder — 3 webs, abutments, footings, traffic and r�r pedestrian barriers, and any other side form not supporting the concrete weight. Crossbeams, pier caps, struts, inclined 80 5 columns and inclined walls.' Roadway slabs supported on wood or 80 10 steel stringers or on steel or prestressed concrete girders.' 2 Box girders, T-beam girders, and flat- 80 14 slab superstructure.1,2 Arches. — 21 15 16 'Where forms support the concrete weight. 17 18 2Where continuous spans are involved, the time for all spans will be determined by 19 the last concrete placed affecting any span. 20 21 Before releasing supports from beneath beams and girders, the Contractor shall remove 22 forms from columns to enable the Engineer to inspect the column concrete. ' 23 24 The Contractor may remove the side forms of footings 24 hours after concrete 25 placement if a curing compound is applied immediately. This compound shall not be 26 applied to that area of the construction joint between the footing and the column or wall. 27 28 The Contractor may remove side forms not supporting the concrete weight 24 hours , 29 after concrete placement if the concrete reaches a compressive strength of 1400 psi 30 before form removal. This strength shall be proved by test cylinders made from the last 31 concrete placed into the form. The cylinders shall be cured according to WSDOT FOP 32 for AASHTO T 23. 33 34 6-02.3(24)C Placing and Fastening 35 The 14th paragraph is revised to read: 1 2 Clearances shall be at least: 3 4 4-inches between: Main bars and the top of any concrete masonry 5 exposed to the action of salt or alkaline water. 6 7 3-inches between: Main bars and the top of any concrete deposited 8 against earth without intervening forms. 9 r 10 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the 11 top of the roadway slab. 12 ,r 13 2-inches between: Adjacent layers. Main bars and the surface of concrete 14 exposed to earth or weather (except in roadway slabs). 15 Reinforcing bars and the faces of forms for exposed ,w 16 aggregate finish. 17 18 1 1/2-inches between: Main bars and the surface of concrete not exposed to VON 19 earth or weather. Slab bars and the top of the slab 20 (except roadway slabs). Barrier and curb bars and the 21 surface of the concrete. Stirrups and ties and the 22 surface of the concrete exposed to earth or weather. 23 24 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties 25 and the surface of the concrete not exposed to earth or 26 weather. 27 28 6-02.3(24)E Welding Reinforcing Steel +� 29 This section is revised to read: 30 31 Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS D1.4 32 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by 33 the Special Provisions, Plans, and these Specifications. 34 35 Before any welding begins, the Contractor shall obtain the Engineer's approval of a 36 written welding procedure for each type of welded splice to be used, including the weld 37 procedure specifications and joint details. The weld procedure specifications shall be 38 written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of tensile "`r 39 strength, macroetch, and visual examination shall be included. The form shall be signed 40 and dated. 41 "" 42 Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be 43 responsible for the testing and qualification of welders, and shall submit welder 44 qualification and retention records to the Engineer for approval. The weld joint and ' 45 welding position a welder is qualified in shall be in accordance with AWS D1.4. The 46 welder qualifications shall remain in effect indefinitely unless, (1) the welder is not 47 engaged in a given process of welding for which the welder is qualified for a period N. 48 exceeding six months, or(2)there is some specific reason to question a welder's ability. 49 50 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 Ow 51 Table 5.1. All filler metals shall be low-hydrogen and handled in compliance with low- 52 hydrogen practices specified in the AWS code. .. am 1 2 All welding shall be protected from air currents, drafts, and precipitation to prevent loss 3 of heat or loss of arc shielding. Short circuiting transfer with gas metal arc welding will 4 not be allowed. Slugging of welds will not be allowed. 5 6 The minimum preheat and interpass temperature for welding shall be in accordance 7 with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of 8 reinforcing. Preheating shall be applied to the reinforcing bars and other splice 9 members within 6-inches of the weld, unless limited by the available lengths of the bars 10 or splice member. 11 12 Generally, post heating of welded splices is only required for direct butt welded splices 13 of AASHTO M 31/ASTM A 615 Grade 60 bars size No. 9 or larger and shall be done 14 immediately after welding before the splice has cooled to 700°F. Post heating shall not 15 be less than 800°F nor more than 1,000°F and held at this temperature for not less than 16 10 minutes before allowing the splice to cool naturally to ambient temperature. 17 18 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop 19 reinforcing shall be considered Flare-V groove welds, indirect butt joints. 20 21 The Contractor is responsible for using a welding sequence that will limit the alignment 22 distortion of the bars due to the effects of welding. The maximum out-of-line permitted 23 will be 1/4-inch from a 3.5-foot straight-edge centered on the weld and in line with the 24 bar. 25 26 The following procedure for welding steel reinforcing bars is recommended: err► 27 28 Sheared bar ends shall be burned or sawed off a minimum of/z-inch to completely 29 remove the ruptured portion of the steel shear area prior to welding butt splices. 30 Surfaces to be welded shall be smooth, uniform, and free from fins, tears, cracks, 31 and other defects. Surfaces to be welded and surfaces adjacent to a weld shall also 32 be free from loose or thick scale, slag, rust, moisture, grease, paint, epoxy 33 covering, or other foreign materials. All tack welds shall be within the area of the 34 final weld. No other tack weld will be permitted. Double bevel groove welds require 35 chipping, grinding, or gouging to sound metal at the root of the weld before welding 36 the other side. Progression of vertical welding shall be upward. The ground wire 37 from the welding machine shall be clamped to the bar being welded. 38 39 Should the Contractor elect to use a procedure which differs in any way from the 40 procedure recommended, the Contractor shall submit the changes, in writing, to the 41 Engineer for approval. Approved weld procedures shall be strictly followed. 42 + 43 6-02.3(26)A Shop Drawings 44 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: 45 46 Washington State Department of Transportation 47 Bridge and Structures Engineer 48 7345 Linderson Way SW wry 49 Tumwater, WA 98501-6504 50 51 6-02.3(28)A Shop Drawings 52 The first paragraph is revised to read: iww 1 2 Before casting the structural elements, the Contractor shall submit: 3 "w 4 1. Seven sets of shop drawings for approval by the Department of Transportation 5 Bridge and Structures Engineer, Construction Support, addressed as follows: 6 "" 7 If sent via US Postal Service: 8 9 Washington State Department of Transportation 10 Bridge and Structures Engineer, Construction Support 11 P. O. Box 47340 12 Olympia, WA 98504-7340 13 14 If sent via FedEx: 15 16 Washington State Department of Transportation 17 Bridge and Structures Engineer, Construction Support 18 7345 Linderson Way SW 19 Tumwater, WA 98501-6504; and 20 21 2. Two sets of shop drawings to the Project Engineer. 22 23 6-02.4 Measurement 24 This section is supplemented with the following: 25 26 No specific unit of measure will apply to the lump sum item for cure box. 27 28 6-02.5 Payment 29 This section is supplemented with the following: 30 31 "Cure Box", lump sum. 32 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, 33 operating, maintaining, moving and removing the cure boxes and providing, maintaining 34 and operating all necessary power sources and connections needed to operate the 35 curing boxes. 36 37 SECTION 6-03, STEEL STRUCTURES a 38 April 2, 2007 39 6-03.3(7) Shop Plans 40 The first two sentences in the first paragraph are revised to read: 41 42 The Contractor shall submit for approval all shop detail plans for fabricating the steel. 43 These shall be sent to the Department of Transportation Bridge and Structures owl 44 Engineer, Construction Support, addressed as follows: 45 46 If sent via US Postal Service: 47 48 Washington State Department of Transportation 49 Bridge and Structures Engineer, Construction Support 50 P. O. Box 47340 51 Olympia, WA 98504-7340 1 2 If sent via FedEx: 3 4 Washington State Department of Transportation 5 Bridge and Structures Engineer, Construction Support 6 7345 Linderson Way SW 7 Tumwater, WA 98501-6504 8 9 6-03.3(21)A Web Plates 10 This section is revised to read: + ► 11 12 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 13 measure 1/4-inch, and shall not exceed 3/8-inch. 14 15 6-03.3(33) Bolted Connections 16 The first sentence in the second paragraph is revised to read: 17 18 All bolted connections are slip critical. 19 20 SECTION 6-05, PILING 21 August 7, 2006 22 6-05.3(11)H Pile Driving From or Near Adjacent Structures 23 The second paragraph is revised to read: 24 25 Freshly placed concrete in the vicinity of the pile driving operation shall be protected " 26 against vibration in accordance with Section 6-02.3(6)D. 27 28 The third paragraph is deleted. 29 30 6-05.5 Payment 31 The paragraph following "Furnishing St. Piling", per linear foot is revised to read: 32 33 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full 34 pay for furnishing the piling specified, including fabricating and installing the steel 35 reinforcing bar cage, and casting and curing the concrete, as required for concrete 36 piling. Such price shall also be full pay, when measurement includes, for piling length 37 ordered but not driven. 38 39 SECTION 6-07, PAINTING 40 August 7, 2006 41 6-07.2 Materials 42 The first sentence in the second paragraph is revised to read: 43 44 Material used for field abrasive blasting shall meet Military Specification MIL-A- 45 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 46 47 6-07.3(2)A Bridge Cleaning 48 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening 49 size (ASTM D4751) is revised to read: +w► 1 2 #100 US Sieve 3 GO 4 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 5 April 2, 2007 MW 6 6-09.3(2) Submittals 7 Number 3. is revised to read: 8 9 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The 10 Runoff Water Disposal Plan shall describe all provisions for the containment, 11 collection, filtering, and disposal of all runoff water and associated contaminants 12 and debris generated by the hydro-demolition process, including containment, 13 collection and disposal of runoff water and debris escaping through breaks in the 14 bridge deck. 15 16 Number 7. is revised to read: 17 dw 18 7. Paving equipment specifications and details of the screed rail support system, 19 including details of anchoring the rails and providing rail continuity. 20 21 6-09.3(6) Further`Deck Preparation �" 22 This section is revised to read: 23 24 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the ""` 25 Contractor, with the Engineer, shall perform an inspection of the completed work and 26 the Contractor shall mark those areas of the existing bridge deck that are authorized by 27 the Engineer for further deck preparation by the Contractor. When hydro-demolition is aw 28 used as the method of scarification, the inspection for further deck preparation shall take 29 place after one pass of the hydro-demolition machine. 30 �. 31 Further deck preparation will be required when any one of the following conditions is 32 present: 33 34 1. Unsound concrete. 35 2. Lack of bond between existing concrete and reinforcing steel. 36 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for 37 a distance of 12-inches or more along the bar. 38 4. Existing non-concrete patches as authorized by the Engineer. 39 40 Further deck preparation performed beyond the areas authorized by the Engineer will 41 be at the Contractor's expense in accordance with Section 1-05.7. If the concrete 42 overlay is placed on a bridge deck as part of the same contract as the bridge deck 43 construction, then all work associated with the further deck preparation shall be 44 performed at no additional expense to the Contracting Agency. 45 46 6-09.3(6)C Placing Deck Repair Concrete 47 This section is revised to read: 48 49 Deck repair concrete for modified concrete overlays shall be either modified concrete or 50 concrete Class M. 51 1 Before placing any deck repair concrete, the Contractor shall flush the existing concrete 2 in the repair area with water and make sure that the existing concrete is well saturated. 3 The Contractor shall remove any freestanding water prior to placing the deck repair 4 concrete. The Contractor shall place the deck repair concrete onto the existing concrete 5 while it is wet. 6 7 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck 4W 8 repairs, and all deck repairs of an area greater than ten square feet (measured at the 9 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in 10 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the go 11 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 12 13 Small deck repairs, defined as those of an area equal to or less than ten square feet am 14 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 15 material during the placement of the concrete overlay. 16 17 6-09.3(14) Checking for Bond 18 The first paragraph is revised to read: 19 20 After the requirements for curing have been met, the entire overlaid surface shall be 21 sounded by the Contractor, in a manner approved by and in the presence of the 22 Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded 23 areas shall be removed and replaced by the Contractor with the same modified 24 concrete as used in the overlay. Removal and replacement of the overlay in unbonded 25 areas shall be performed at the expense of the Contracting Agency, except as specified 26 in Section 6-09.3(6) when the overlay is placed on a bridge deck as part of the same ■o 27 contract as the bridge deck construction. All cracks, except those that are significant 28 enough to require removal, shall be thoroughly filled and sealed as specified in Section 29 6-09.3(12). 30 31 6-09.4 Measurement 32 The last paragraph is revised to read: 33 34 When further deck preparation is measured by volume, it will be measured by the cubic 35 foot of material removed from the deck repair locations. The depth measurement at 36 each deck repair location will be the average depth beneath a straightedge placed at the 37 level of the existing deck surface. The area measurement at each deck repair location 38 will be the surface area of the removed concrete. 39 40 6-09.5 Payment 41 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 42 43 The unit contract price per cubic foot for "Modified Conc. Overlay' shall be full pay for 44 furnishing the modified concrete overlay, including the overlay material placed into small 45 deck repairs in accordance with Section 6-09.3(6)C. .ry 46 47 SECTION 6-10, CONCRETE BARRIER 48 December 4, 2006 49 6-10.2 Materials 50 The fourth paragraph is revised to read: „r 51 1 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 2 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall 3 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. 4 5 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 6 April 2, 2007 7 This section including title is revised to read: 8 9 SECTION 6-11, REINFORCED CONCRETE WALLS 10 6-11.1 Description 11 This work consists of constructing reinforced concrete retaining walls, including those 12 shown in the Standard Plans, L walls, and counterfort walls. 13 14 6-11.2 Materials 15 Materials shall meet the requirements of the following sections: 16 17 Cement 9-01 18 Aggregates for Portland Cement Concrete 9-03.1 19 Gravel Backfill 9-03.12 JW 20 Premolded Joint Filler 9-04.1(2) 21 Steel Reinforcing Bar 9-07.2 22 Epoxy-Coated Steel Reinforcing Bar 9-07.3 23 Concrete Curing Materials and Admixtures 9-23 " 24 Fly Ash 9-23.9 25 Water 9-25 26 27 Other materials required shall be as specified in the Special Provisions. 28 29 6-11.3 Construction Requirements 30 31 6-11.3(1) Submittals 32 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 33 accordance with Section 2-09.3(3)D. 34 35 The Contractor shall submit all falsework and formwork plans to the Engineer for 36 approval in accordance with Sections 6-02.3(16)and 6-02.3(17). 37 38 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 39 following information shall be submitted to the Engineer for approval in accordance with 40 Sections 6-01.9 and 6-02.3(28)A: 41 42 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 43 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 44 devices with the manufacturer's recommended safe working capacity, and 45 material specifications. 46 47 2. Working drawings and design calculations for the erection of the wall stem 48 panels showing dimensions, support points, support footing sizes, erection 49 blockouts, member sizes, connections, and material specifications. 50 1 3. Design calculations for the precast wall stem panels, the connection between 2 the precast panels and the cast-in-place footing, and all modifications to the 3 cast-in-place footing details as shown in the Plans or Standard Plans. 4 5 The Contractor shall not begin excavation and construction operations for the retaining 6 walls until receiving the Engineer's approval of the above submittals. 7 8 6-11.3(2) Excavation and Foundation Preparation 9 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 10 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 11 replaced in accordance with Section 2-09.3(1)C. 12 13 6-11.3(3) Precast Concrete Wall Stem Panels 14 The Contractor may fabricate precast concrete wall stem panels for construction of 15 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 16 concrete wall stem panels may be used for construction of non-Standard Plan retaining 17 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 18 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 19 20 The precast concrete wall stem panels shall be designed in accordance with the 21 requirements for Load Factor Design in the following codes: 22 23 1. For all loads except as otherwise noted -AASHTO Standard Specifications for 24 Highway Bridges, latest edition and current interims. The seismic design shall 25 use the acceleration coefficient and soil profile type as specified in the Plans. 26 27 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 28 Sound Barriers, latest edition and current interims. 29 30 The precast concrete wall stem panels shall be fabricated in accordance with the 31 dimensions and details shown in the Plans, except as modified in the shop drawings as 32 approved by the Engineer. 33 34 The precast concrete wall stem panels shall be fabricated full height, and shall be 35 fabricated in widths of 8 feet, 16 feet, and 24 feet. id 36 37 The construction tolerances for the precast concrete wall stem panels shall be as 38 follows: 39 40 Height ±1/4 inch 41 Width ±1/4 inch 42 Thickness +1/4 inch 96 43 -1/8 inch 44 Concrete cover for steel reinforcing bar +3/8 inch 45 -1/8 inch 46 Width of precast concrete wall stem panel joints ±1/4 inch 47 Offset of precast concrete wall stem panels ±1/4 inch 48 (Deviation from a straight line extending 5 feet on each side of the panel joint) 49 50 The precast concrete wall stem panels shall be constructed with a mating shear key 51 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 52 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- to ift 1 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width 2 over the entire height of the wall stem. 3 4 The Contractor shall provide the specified surface finish as noted, and to the limits 5 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 6 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 7 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall 8 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on 9 both sides of the wall stem panel. 10 11 The precast concrete wall stem panel shall be rigidly held in place during placement and 12 curing of the footing concrete. 13 14 The precast concrete wall stem panels shall be placed a minimum of one inch into the 15 footing to provide a shear key. The base of the precast concrete wall stem panel shall 16 be sloped %2 inch per foot to facilitate proper concrete placement. 17 18 To ensure an even flow of concrete under and against the base of the wall panel, a form 19 shall be placed parallel to the precast concrete wall stem panel, above the footing, to 20 allow a minimum one foot head to develop in the concrete during concrete placement. 21 22 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 23 concrete wall stem panel by 1-1/2 inches minimum. 24 25 All precast concrete wall stem panel joints shall be constructed with joint filler installed 26 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet 27 below the final ground level in front of the wall to the top of the wall. The joint filler shall 28 be a nonorganic flexible material and shall be installed to create a waterproof seal at 29 panel joints. 30 31 The soil bearing pressure beneath the falsework supports for the precast concrete wall 32 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 33 the retaining wall. 34 35 6-11.3(4) Cast-In-Place Concrete Construction 36 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, 37 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 38 and Standard Plans. All cast-in-place concrete shall be Class 4000. 39 40 The Contractor shall provide the specified surface finish as noted, and to the limits 41 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved .� 42 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 43 Special Provisions. 44 • 45 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 46 joints) shall be formed and placed separately, with a minimum 12 hour time period 47 between concrete placement operations. 48 49 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 50 expansion joints in accordance with Section 6-01.14. 51 1 6-11.3(5) Backfill, Weepholes and Gutters 2 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 3 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 4 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 5 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 6 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted 7 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. 8 9 Cement concrete gutter shall be constructed as shown in the Standard Plans. 10 11 6-11.3(6) Traffic Barrier and Pedestrian Barrier 12 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 13 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 14 and Standard Plans. 15 16 6-11.4 Measurement as 17 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 18 19 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 20 retaining wall will be measured as specified in Section 6-02.4. 21 22 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 23 cast-in-place concrete barrier. 24 25 6-11.5 Payment 26 Payment will be made in accordance with Section 1-04.1 for each of the following bid ON 27 items when they are included in the proposal: 28 29 "Conc. Class 4000 For Retaining Wall", per cubic yard. 30 All costs in connection with furnishing and installing weep holes and premolded 31 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 32 4000 for Retaining Wall". 33 34 "St. Reinf. Bar For Retaining Wall", per pound. 35 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 36 37 "Traffic Barrier", per linear foot. 38 "Pedestrian Barrier", per linear foot. 39 The unit contract price per linear foot for "_ Barrier' shall be full pay for 40 constructing the barrier on top of the retaining wall, except that when these bid 41 items are not included in the proposal, all costs in connection with performing the 42 work as specified shall be included in the unit contract price per cubic yard for 43 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for 44 41 Bar For Retaining Wall". 45 46 SECTION 6-12, NOISE BARRIER WALLS 47 April 2, 2007 48 6-12.3(6) Precast Concrete Panel Fabrication and Erection 49 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 7. 50 51 The below new items 5 and 6 are is inserted ahead of renumbered item 7: 1 2 5. Precast concrete panels shall not be erected until the foundations for the panels 3 have attained a minimum compressive strength of 3,400 psi. 4 5 6. The bolts connecting the precast concrete panels to their foundation shall be 6 tightened to "snug tight' as defined in Section 6-03.3 (32). '• 7 8 SECTION 6-13, STRUCTURAL EARTH WALLS 9 April 2, 2007 10 6-13.3(2) Submittals 11 The fifth paragraph is revised to read: 12 13 The design calculation and working drawing submittal shall include detailed design 14 calculations and all details, dimensions, quantities, and cross-sections necessary to 15 construct the wall. The calculations shall include a detailed explanation of any symbols, 16 design input, material property values, and computer programs used in the design of the 17 walls. All computer output submitted shall be accompanied by supporting hand 18 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used 19 for the wall design, hand calculations supporting MSEW are not required. 20 21 The sixth paragraph is supplemented with the following: 22 23 6. The minimum soil reinforcement length shall be the greater dimension of the 24 following: 25 26 a. 0.7 times the wall design height H. 27 b. 6'-01t . • 28 c. That required by design to meet internal stability design requirements, soil 29 bearing pressure design requirements, and constructability requirements. 30 31 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 32 This section is supplemented with the following: 33 34 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- 35 12.3 and 6-13.3(5). 36 �. 37 6-13.3(7) Backfill 38 Under number 4 in the fifth paragraph, the words 'light mechanical tampers" are revised to 39 "a plate compactor". 40 41 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 42 This Section is revised to read: 43 44 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 45 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 46 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 47 barrier working drawings and supporting calculations shall include, but not be limited to, 48 the following: 49 50 1. Complete details of barrier cross section geometry, including the portion below 51 ground, and accommodations necessary for bridge approach slabs, PCCP, 1 drainage facilities, underground utilities, and sign support, luminaire pole, 2 traffic signal standard, and other barrier attachments. 3 4 2. Details of the steel reinforcement of the barrier, including a bar list and bending 5 diagram in accordance with Section 6-02.3(24), and including additional 6 reinforcement required at sign support, luminaire pole, traffic signal standard, 7 and other barrier attachment locations. 8 9 3. Details of the interface of, and the interaction between, the barrier and the top 10 layers of structural earth wall reinforcement and facing. 11 12 4. When the Plans specify placement of conduit pipes through the barrier, details 13 of conduit pipe and junction box placement. 14 15 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 16 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 17 earth wall working drawings as approved by the Engineer. 18 19 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 20 December 4, 2006 21 6-14.3(2) Submittals 22 Item 2 is revised to read: 23 24 2. The Contractor's proposed wall construction method, including proposed forming 25 systems, types of equipment to be used, proposed erection sequence and details " 26 of how the backfill will be retained during each stage of construction. 27 28 6-14.3(4) Erection and Backfill + 29 The first sentence in the eighth paragraph is revised to read: 30 31 The Contractor shall place and compact the wall backfill in accordance with the wall f 32 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, 33 except as follows: 34 35 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised 36 to "a plate compactor'. 37 Mi 38 6-14.4 Measurement 39 The first three paragraphs are revised to read: 40 41 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be it 42 measured by the square foot of face of completed wall. Corner wrap area and 43 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or 44 staked by the Engineer are considered incidental to the wall construction and will not be 45 included in the measurement of the square foot of face of completed geosynthetic 46 retaining wall. 47 48 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 49 Section 2-03.4. 50 1 Shotcrete facing and concrete fascia panel will be measured by the square foot surface 2 area of the completed facing or fascia panel, measured to the neat lines of the facing or 3 panel as shown in the Plans. When a footing is required, the measurement of the fascia 4 panel area will include the footing. 5 6 6-14.5 Payment '® 7 The bid item "Borrow for Geosynthetic Wall Incl. Haul' and subsequent paragraph are 8 revised to read: 9 10 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul', per ton or per cubic yard. 11 All costs in connection with furnishing and placing backfill material for temporary or 12 permanent geosynthetic retaining walls as specified shall be included in the unit contract 13 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul'. 14 15 SECTION 6-15, SOIL NAIL WALLS 16 August 7, 2006 17 6-15.3(8) Soil Nail Testing and Acceptance 18 The first sentence in the fourth paragraph is revised to read: 19 20 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 21 the maximum test load, whichever is less. 22 23 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 24 August 7, 2006 25 6-16.3(5) Backfilling Shaft 26 The first and second paragraphs are revised to read: 27 28 The excavated shaft shall be backfilled with either controlled density fill (CDF), or 29 pumpable lean concrete, as shown in the Plans and subject to the following • 30 requirements: 31 32 1. Dry shaft excavations shall be backfilled with CDF. 33 34 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 35 .. 36 3. Pumpable lean concrete shall be a Contractor designed mix providing a 37 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable 38 lean concrete will conform to the acceptance requirements specified in Section 39 2-09.3(1)for CDF. 40 41 4. A wet shaft is defined as a shaft where water is entering the excavation and 42 remains present to a depth of six inches or more. 43 44 5. When the Plans or test hole boring logs identify the presence of a water table 45 at or above the elevation of the bottom of soldier pile shaft, the excavation 46 shall be considered as wet, except as otherwise noted. Such a shaft may be 47 considered a dry shaft provided the Contractor furnishes and installs casing 48 that is sufficiently sealed into competent soils such that water cannot enter the 49 excavation. 50 1 Placement of the shaft backfill shall commence immediately after completing the shaft 2 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable 3 lean concrete shall be placed in one continuous operation to the top of the shaft. 4 Vibration of shaft backfill is not required. 5 6 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 7 The first paragraph is revised to read: 8 9 The excavation and removal of CDF and pumpable lean concrete for the lagging 10 installation shall proceed in advance of the lagging, and shall not begin until the CDF 11 and pumpable lean concrete are of sufficient strength that the material remains in 12 placed during excavation and lagging installation. If the CDF or pumpable lean concrete 13 separates from the soldier pile, or caves or spalls from around the pile, the Contractor 14 shall discontinue excavation and timber lagging installation operations until the CDF and 15 pumpable lean concrete is completely set. The bottom of the excavation in front of the 16 wall shall be level. Excavation shall conform to Section 2-03. 17 18 SECTION 6-17, PERMANENT GROUND ANCHORS 19 August 7, 2006 20 6-17.3(8) Testing and Stressing 21 The first sentence in the third paragraph is revised to read: 22 23 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 24 the maximum test load, whichever is less. 25 "4 26 SECTION 7-01, DRAINS 27 August 7, 2006 28 7-01.3 Construction Requirements 29 This section is revised to read: 30 31 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 32 excavated to the grade and line given by the Engineer. 33 r„ 34 Section 7-01.3 is supplemented with the following new sub-sections: 35 36 7-01.3(1) Drain Pipe 37 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. 38 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete 39 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be 40 jointed with a bell and spigot joint using a flexible elastomeric seal as described in 41 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with 42 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by 43 the manufacturer of the tubing. 44 45 7-01.3(2) Underdrain Pipe 46 When underdrain pipe is being installed as a means of intercepting ground or surface 47 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 48 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill 49 shall be placed to the depth shown in the Plans or as designated by the Engineer. All go 1 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with 2 three passes of a vibratory compactor for each layer. The Contractor shall use care in 3 placing the gravel backfill material to prevent its contamination. 4 5 Class 2 perforations shall be used unless otherwise specified. When Class 1 6 perforations are specified the perforated pipe shall be laid with the perforations down. , 7 Upon final acceptance of the work, all drain pipes shall be open, clean, and free 8 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall 9 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or 10 solvent cement as described in Section 9-04.9, at the option of the Contractor unless 11 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing 12 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound 13 coupling bands, as recommended by the manufacturer of the tubing. 14 15 SECTION 7-02, CULVERTS 16 January 3, 2006 17 7-02.2 Materials 18 The fifth and seventh paragraphs are deleted: 19 20 SECTION 7-04, STORM SEWERS 21 January 3,2006 22 7-04.2 Materials 23 The fourth and sixth paragraphs are deleted: 24 25 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 26 December 4, 2006 27 8-01.3(1) General 28 The eighth paragraph, beginning with "In western Washington, erodible soil', is deleted and 29 replaced with the following: 30 31 Erodible soil not being worked, whether at final grade or not, shall be covered within the 32 following time period, using an approved soil covering practice, unless authorized 33 otherwise by the Engineer: 34 35 In western Washington (west of the Cascade Mountain crest): 36 37 October 1 through April 30 2 days maximum 38 May 1 to September 30 7 days maximum 39 40 In eastern Washington (east of the Cascade Mountain crest.): 41 42 October 1 through June 30 5 days maximum 43 July 1 through September 30 10 days maximum 44 45 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 46 This section is revised to read: 47 W. irk 1 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 2 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 3 Training in Construction Site Erosion and Sediment Control from a course approved by 4 the Washington State Department of Ecology. The ESC Lead shall be listed on the 5 Emergency Contact List required under Section 1-05.13(1). 6 7 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 8 plan. Implementation shall include, but is not limited to: 9 10 1. Installing and maintaining all temporary erosion and sediment control Best ab 11 Management Practices (BMPs) included in the TESC plan to assure continued 12 performance of their intended function. Damaged or inadequate TESC BMPs 13 shall be corrected immediately. 14 15 2. Updating the TESC plan to reflect current field conditions. 16 17 When a TESC plan is included in the contract plans, the Contractor shall inspect all on- 18 site erosion and sediment control BMPs at least once every calendar week and within 19 24 hours of runoff events in which stormwater discharges from the site. Inspections of 20 temporarily stabilized, inactive sites may be reduced to once every calendar month. 40 21 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 22 be completed for each inspection and a copy shall be submitted to the Engineer no later 23 than the end of the next working day following the inspection. 24 25 8-01.3(2)E Tacking Agent and Soil Binders 26 The third paragraph, (PAM) is revised to read: 27 28 Soil Binding Using Polyacrylamide (PAM) 29 The PAM shall be applied on bare soil completely dissolved and mixed in water or wry 30 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 31 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of 32 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 33 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 34 fertilizer spreader or a tractor-mounted spreader. 35 36 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 37 The second paragraph under East of the summit of the Cascade Range, beginning with "The 38 Contractor will be responsible", is deleted. 39 40 8-01.3(9)A Silt Fence 41 The fifth paragraph is revised to read: 42 43 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 44 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall 45 have a minimum weight of 0.90 Ibs/ft 46 47 8-01.4 Measurement 48 This section is supplemented with the following: 49 50 Coir log will be measured by the linear foot along the ground line of the completed 51 installation. 52 Aw 1 8-01.5 Payment 2 The following bid item is inserted after"Compost Sock", per linear foot: 3 40 4 "Coir Log", per linear foot 5 aw 6 This section is supplemented with the following: 7 8 "Mowing", per acre. 9 a. 10 SECTION 8-02, ROADSIDE RESTORATION 11 April 3, 2006 to 12 8-02.3(8) Planting 13 The seventh and eighth paragraphs are deleted and replaced with the following: 14 15 All burlap, baskets, string, wire and other such materials shall be removed from the hole 16 when planting balled and burlapped plants. The plant material shall be handled in such 17 a manner that the root systems are kept covered and damp at all times. The root 18 systems of all bare root plant material shall be dipped in a slurry of silt and water 19 immediately prior to planting. The root systems of container plant material shall be 20 moist at the time of planting. In their final position, all plants shall have their top true root 21 (not adventitious root) no more than 1" below the soil surface, no matter where that root 22 was located in the original root ball or container. After planting, the backfill material and 23 root ball shall be thoroughly watered in within 24 hours. 24 25 8-02.3(9) Pruning, Staking, Guying, and Wrapping 26 The first paragraph is revised to read: 27 28 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 29 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in 30 such a manner as to retain or to encourage natural growth characteristics of the plants. 31 All other pruning shall be performed only after the plants have been in the ground at 32 least one year. 33 34 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 35 December 4, 2006 ,,,, 36 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 37 The first paragraph is supplemented with the following: 38 ,m 39 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 40 pavement surface at the rate ordered by the Engineer. 41 42 8-04.4 Measurement �. 43 The first paragraph is revised to read: 44 45 All curbs, gutters, and spillways will be measured by the linear foot along the line and i" 46 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 47 cement concrete curb and cement concrete curb and gutter, when constructed across 48 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. go 49 a. VW 1 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES 2 April 2, 2007 3 8-06.2 Materials 4 The second paragraph is deleted. 5 6 8-06.3 Construction Requirements ' 7 The following new paragraph is inserted in front of existing paragraph one. 8 9 Cement concrete driveway approaches shall be constructed with air entrained concrete 10 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement 11 Concrete Pavement conforming to the requirements of Section 5-05. 12 13 SECTION 8-08, RUMBLE STRIPS 14 April 3, 2006 15 8-08.1 Description 16 The first sentence is revised to read: 17r 18 This work consists of constructing centerline and shoulder rumble strips by grinding hot 19 mix asphalt. 20 21 8-08.3 Construction Requirements 22 The first sentence in the first paragraph is revised to read: 23 24 The equipment shall have a rotary type cutting head or series of cutting heads capable 25 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard 26 Plans. 27 28 The third sentence in the third paragraph is revised to read: 29 30 All cuttings and other debris shall become the property of the Contractor and be 31 disposed of outside the project limits. 32 33 SECTION 8-09, RAISED PAVEMENT MARKERS 34 April 3, 2006 35 8-09.3(5) Recessed Pavement Marker it 36 This section is revised to read: 37 38 Construct recesses for pavement markers by grinding the pavement in accordance with 39 the dimensions shown in the Standard Plans. This work shall include cleanup and 40 disposal of cuttings and other resultant debris. Prepare the surface in accordance with 41 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard 42 Plans and Section 8-09.3(4). 43 44 SECTION 8-11, GUARDRAIL 45 April 2, 2007 46 8-11.3(1)A Erection of Posts 47 The second sentence of the second paragraph is revised to read: " a+r ' 1 2 The length of the posts for beam guardrail with long posts shall be as specified in the 3 Plans. 4 5 8-11.3(1)C Erection of Rail 6 The first paragraph is supplemented with the following: '�• 7 8 Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of 9 galvanizing repair paint Formula A-9-73 meeting the requirements of Section 9-08.2. 10 11 8-11.3(4) Removing Guardrail 12 This section including title is revised to read: rr� 13 14 8-11.3(4) Removing Guardrail and Guardrail Anchor 15 Removal of the various types of guardrail shall include removal of the rail, cable 16 elements, hardware, and posts, including transition sections, expansion sections and 17 terminal sections . Removal of the various types of guardrail anchors shall include 18 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel 19 tubes and any other appurtenances in the anchor assembly. All holes resulting from the 20 removal of the guardrail posts and anchors shall be backfilled with granular material in 21 layers no more than 6-inches thick and compacted to a density similar to that of the 22 adjacent material. The removed guardrail items shall become the property of the 23 Contractor. 24 25 8-11.3(5) Raising Guardrail 26 This section is revised to read: 27 28 For raising guardrail anchors and raising guardrail terminals, the existing guardrail posts r 29 shall be raised to attain the guardrail height shown in the Plans, measured from the top 30 of the rail to the finished shoulder surface. The material around each post shall be 31 tamped to prevent settlement of the raised post. ,. 32 33 For raising all other guardrail, the existing guardrail posts shall not be raised to attain 34 the new mounting height. The existing rail elements and blocks shall be removed from 35 the guardrail post. The Contractor shall field drill new 3/4" diameter holes in the existing 36 posts to accommodate the 5/8" diameter button head bolts. When existing guardrail 37 posts are galvanized steel, the new drill holes shall be painted with two coats of 38 galvanizing repair paint, Formula A-9-73, meeting the requirements of Section 9-08.2. " 39 The Contractor shall then reinstall the guardrail block and rail element at the new 40 mounting height shown in the Plans, measured from the top of the rail to the finished 41 shoulder surface. The new position of the top of the block shall not be more than four 42 inches above the top of the guardrail post. 43 44 The Contractor shall remove and replace any existing guardrail posts and blocks that 45 are not suited for re-use, as staked by the Engineer. The void caused by the removal of 46 the post shall be backfilled and compacted. The Contractor shall then furnish and install 47 a new guardrail post to provide the necessary mounting height. 48 49 8-11.4 Measurement 50 The first paragraph is revised to read: „ 51 1 Measurement of beam guardrail and beam guardrail with long posts will be by the linear 2 foot measured along the line of the completed guardrail, including expansion section, 3 and will also include the end section for F connections. 4 ` 5 The last sentence of the last paragraph is revised to read: 6 7 This will include transition sections, expansion sections, anchors, and terminal sections, 4 8 and replacement of any hardware that is damaged or missing but is required to provide 9 a complete installation. 10 vi 11 This section is supplemented with the following: 12 13 Measurement of beam guardrail post used for raising guardrail will be per each. 14 15 Measurement of beam guardrail blocks used for raising guardrail will be per each. 16 Am 17 8-11.5 Payment 18 This section is supplemented with the following, to be inserted after"Beam Guardrail Type 1- 19 Ft. Long Post", per linear foot.: 20 21 "Beam Guardrail Type 31- Ft. Long Post", per linear foot. 22 23 The paragraph following "Weathering St. Beam Guardrail Type ", per linear foot, is 24 revised to read: 25 26 The unit contract price per linear foot for "Beam Guardrail Type ", "Beam Guardrail p 27 Type 1- Ft. Long Post", "Beam Guardrail Type 31- Ft. Long Post", or 28 "Weathering St. Beam Guardrail Type " shall include all CRT posts, additional rail 29 elements when nested rail is required, and connection to concrete masonry structures. 30 31 This section is supplemented with the following, to be inserted after "Raising Existing Beam 32 Guardrail", per linear foot: 33 34 The unit contract price per linear foot for "Raising Existing Beam Guardrail", per linear 35 foot shall be full pay for raising existing posts, compacting existing material, field drilling 36 existing posts, raising guardrail and blocks, furnishing and installing new bolts, painting 37 galvanized steel posts with galvanizing paint, and replacing any hardware that is 38 damaged or missing but is required to provide a complete installation. 39 " 40 This section is supplemented with the following: 41 42 "Beam Guardrail Post", per each. 43 The unit contract price per each for "Beam Guardrail Post" shall include furnishing and 44 installing the new post, removal and disposal of the existing post, and backfilling and 45 compacting the void created by the post removal. 46 47 "Beam Guardrail Block", per each. 48 The unit contract price per each for "Beam Guardrail Block" shall include furnishing and 49 installing the new block, and removal and disposal of the existing block. 50 ar 1 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 2 April 2, 2007 3 8-14.2 Materials 4 The second paragraph is deleted. 5 6 8-14.3 Construction Requirements 7 This section is supplemented with the following new paragraph: 8 9 The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance 10 with the requirements of Section 6-02. 11 12 8-14.5 Payment 13 In the paragraph following "Cement Conc. Sidewalk Ramp Type ", per each, the second 14 sentence is revised to read: +w 15 16 Otherwise, the Contractor shall make all excavations including haul and disposal, 17 regardless of the depth required for constructing the sidewalk to the lines and grades 18 shown, and shall include all costs thereof in the unit contract price per square yard for 19 "Cement Conc. Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic 20 Cement Conc. Curb and Sidewalk", or"Cement Conc. Sidewalk Ramp Type " 21 22 SECTION 8-16, CONCRETE SLOPE PROTECTION 23 August 7, 2006 24 8-16.2 Materials 25 The material "Concrete Class 3000" and referenced section "6-02" are revised to read: 26 27 Commercial Concrete 6-02.3(2)B 28 29 8-16.3(3) Poured in Place Cement Concrete 30 In the second paragraph, the words "Class 3000 cement" are revised to read "commercial". 31 32 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 33 ELECTRICAL 34 December 4, 2006 35 8-20.3(2) Excavating and Backfilling 36 The third paragraph is revised to read: 37 38 The excavations shall be backfilled in conformance with the requirements of Section 2- 39 09.3(1)E, Structure Excavation. 40 41 8-20.3(4) Foundations 42 The second paragraph is revised to read: 43 44 The bottom of concrete foundations shall rest on firm ground. If the portion of the 45 foundation beneath the existing ground line is formed or cased instead of being cast 46 against the existing soil forming the sides of the excavation, then all gaps between the 47 existing soil and the completed foundation shall be backfilled and compacted in 48 accordance with Section 2-09.3(1)E. ww 1 2 The thirteenth paragraph is revised to read: 3 4 Both forms and ground which will be in contact with the concrete shall be thoroughly 5 moistened before placing concrete; however, excess water in the foundation excavation 6 will not be permitted. Foundations shall have set at least 72 hours prior to the removal 7 of the forms. All forms shall be removed, except when the Plans or Special Provisions 8 specifically allow or require the forms or casing to remain. 9 10 8-20.3(9) Bonding, Grounding 11 The first, second, and fourth paragraphs are revised to read: 12 13 All metallic appurtenances containing electrical conductors (luminaires, light standards, r 14 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 15 form continuous systems, that shall be effectively grounded. 16 17 Where conduit is installed, the installation shall include an equipment ground conductor, 18 in addition to the conductors noted in the contract. Bonding jumpers and equipment 19 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 20 Where existing conduits are used for the installation of new circuits, an equipment- 21 grounding conductor shall be installed unless an existing equipment ground conductor, 22 which is appropriate for the largest circuit, is already present in the existing raceway. 23 The equipment ground conductor between the isolation switch and the sign lighter 24 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel 25 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be 26 sized by the largest overcurrent device serving any circuit contained within the conduit. 27 28 Supplemental grounding shall be provided at light standards, signal standards, 29 cantilever and sign bridge structures. Steel sign posts which support signs with sign 30 lighting or flashing beacons shall also have supplemental grounding. The supplemental 31 ground conductor shall be connected to the foundation rebar (all rebar crossings shall 32 be wire tied) by means of a grounding connector listed for use in concrete, and lead up 33 directly adjacent to a conduit installed within the foundation. The free end of the 34 conductor shall be terminated to the ground terminal, with an approved clamp, within 35 the pole. If no ground terminal is provided, bond to standard or post. Three feet of 36 slack shall be provided inside the standard. Where a concrete and rebar foundation is 37 not used the supplemental ground shall be a grounding electrode placed in the hole 38 next to the post prior to back fill. For light standards, signal standards, cantilever and 39 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 40 AWG stranded copper conductor. For steel sign posts which support signs with sign 41 lighting or flashing beacons the supplemental grounding conductor shall be a non- 42 insulated 6 AWG stranded copper conductor. go 43 44 8-20.3(14)E Signal Standards 45 The second paragraph is revised to read: a 46 47 Signal standards shall not be erected on concrete foundations until the foundations 48 have attained 2400 psi or 14 days after concrete placement. Signal standards without 49 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be 50 erected but the messenger cable (span wire) shall not be placed until the foundation has 51 attained 2400 psi or 14 days after concrete placement. 52 +rw 1 SECTION 8-21, PERMANENT SIGNING 2 January 3, 2006 3 8-21.3(9)F Bases 4 The second paragraph is revised to read: 5 6 The excavation and backfill shall be in conformance with the requirements of Section 2- 7 09.3(1)E. 8 9 The fifth paragraph is revised to read: 10 11 The bottom of concrete foundations shall rest on firm ground. If the portion of the 12 foundation beneath the existing ground line is formed or cased instead of being cast 13 against the existing soil forming the sides of the excavation, then all gaps between the 14 existing soil and the completed foundation shall be backfilled and compacted in wwr 15 accordance with Section 2-09.3(1)E. 16 17 The fourteenth paragraph is revised to read: 18 19 Both forms and ground which will be in contact with the concrete shall be thoroughly 20 moistened before placing concrete; however, excess water in the foundation excavation 21 will not be permitted. Forms shall not be removed until the concrete has set at least 22 three days. All forms shall be removed, except when the Plans or Special Provisions 23 specifically allow or require the forms or casing to remain. 24 25 SECTION 8-22, PAVEMENT MARKING 26 April 2, 2007 27 8-22.1 Description 28 This section is revised to read: 29 +� 30 This work consists of furnishing, installing, and removing pavement markings upon the 31 roadway surface in accordance with the Plans, Standard Plans, the FHWA publication 32 Standard Alphabet for Highway Signs and Pavement Markings and these Specifications, 33 at locations shown in the Contract or as ordered by the Engineer in accordance with 34 Section 1-04.4. 35 36 Pavement Markings may be either Longitudinal (long) Line Markings or Transverse 37 Markings. Longitudinal line markings are generally placed parallel and adjacent to the 38 flow of traffic. Transverse markings are generally placed perpendicular and across the 39 flow of traffic. Word and symbol markings are classified as transverse markings. 40 Traffic letters used in word messages shall be 8-feet high with the exception of the "R" 41 in the railroad crossing symbol which shall be as shown in the Standard Plans. 42 43 8-22.2 Materials 44 This section is revised to read: 45 46 Material for pavement marking shall be paint or plastic as noted in the bid item meeting 47 the requirements of Section 9-34. Glass beads for paint shall meet the requirements of 48 Section 9-34.4. Glass beads for plastic shall be as recommended by the material 49 manufacturer. 50 w 1 8-22.3(2) Preparation of Roadway Surfaces 2 The following new sentence is inserted after the first sentence in the second paragraph: 3 4 The temperature requirement may be superseded by the material manufacturers written 5 installation instructions. 6 7 The last sentence in the third paragraph is revised to read: 8 9 These cure periods may be reduced if the manufacturer performs a successful bond 10 test and approves the reduction of the pavement cure period. Vi 11 12 8-22.3(3) Marking Application 13 This section is revised to read: 14 15 Marking colors 16 Lane line and right edge line shall be white in color. Center line and left edge line shall 17 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 18 Standard Plans. 19 20 Line Patterns 21 Solid line—a continuous line without gaps. 22 23 Broken line—a line consisting of solid line segments separated by gaps. 24 25 Dotted line — a broken line with noticeably shorter line segments separated by 26 noticeably shorter gaps. 27 28 Line Surfaces 29 Flat Lines— Pavement marking lines with a flat surface. 30 31 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 32 thickness and a profiled thickness which is a portion of the pavement marking line that is 33 applied at a greater thickness than the base line thickness. Profiles shall be applied 34 using the extruded method in the same application as the base line. The profiles may 35 be slightly rounded provided the minimum profile thickness is provided for the length of 36 the profile. See the Standard Plans for the construction details. 37 38 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 39 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 40 the construction details. 41 42 Line Applications " 43 Surface line—a line applied directly to the pavement surface. 44 45 Grooved Line—A line constructed by grinding or saw cutting a groove into the pavement 46 surface and spraying, extruding or gluing pavement marking material into the groove. 47 The groove depth is dependent upon the material used, the pavement surface and 48 location. See the project Plans and Special Provisions. 49 50 Two applications of paint will be required to complete all paint markings. The second 51 application of paint shall be squarely on top of the first pass. The time period between 40 w 1 paint applications will vary depending on the type of pavement and paint (low VOC 2 waterborne, high VOC solvent, or low VOC solvent)as follows: 3 Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4 hours min., Treatment 48 hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 days max. Cement Concrete Low VOC Waterborne 4 hours min., Pavement 30 days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30 days max. 4 5 Centerlines on two lane highways with broken line patterns, paint or plastic, shall be 6 applied in the increasing mile post direction so they are in cycle with existing broken line 7 patterns at the :beginning of the project. Broken line patterns applied to multi-lane or err 8 divided roadways shall be applied in cycle in the direction of travel. 9 10 Where paint is applied on centerline on two-way roads with bituminous surface 11 treatment or centerline rumble strips, the second paint application shall be applied in the 12 opposite (decreasing mile post) direction as the first application (increasing mile post) 13 direction. This will require minor broken line pattern corrections for curves on the 14 second application. 15 16 Application Thickness 17 Pavement markings shall be applied at the following base line thickness measured 18 above the pavement surface or above the groove bottom for grooved markings in 19 thousandths of an inch (mils): r 20 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 Paint-second coat spray 15 15 15 Type A-flat/transverse&symbols extruded 125 125 125 Type A-flat/long line &symbols spray 90 90 120 Type A-with profiles extruded 90 90 120 Type A-embossed extruded 160 160 160 w Type A-embossed with profiles extruded 160 160 160 Type A—grooved/flat/long line extruded 230 230 230 Type B-flat/transverse&symbols heat 125 125 125 fused Type C-2-flat/transverse &symbols adhesive 90 90 NA Type C-1 &2-flat/long line adhesivel 60 1 60 1 NA +ri Type C-1 -grooved/flat/long line adhesivel 60 1 60 1 NA �r• Type D-flat/transverse &symbols spray 120 120 120 Type D-flat/transverse &symbols extruded 120 120 120 Type D-flat/long line spray 90 90 120 Type D-flat/long line extruded 90 90 120 Type D-profiled/long line extruded 90 90 120 Type D—grooved/flat/long line extrudedl 230 1 230 230 1 2 Liquid pavement marking material yield per gallon depending on thickness shall not 3 exceed the following: 4 Mils thickness Feet of 4" Square feet/gallon line/gallon 10 483 161 15 322 108 30 161 54 40 125 42 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 " 230 21 7 5 6 Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed the 7 following: 8 Mils thickness Feet of 4" line/50# bag Square feet/50# bag 30-flat 358 120 45-flat 240 80 60-flat 179 60 90-flat 120 40 90-flat with profiles 67 23 120-flat 90 30 120-flat with profiles 58 20 125-embossed 86 29 125-embossed with 58 20 profiles 230-flat grooved 47 15 9 10 All grooved plastic lines shall be applied into a groove cut or ground into the pavement. 11 For Type A or D material the groove shall be cut or ground with equipment to produce a 12 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 13 with equipment to produce a smooth bottom square groove with a width in accordance M` MP 1 with the material manufacturer's recommendation. The groove depth for Type C-1 2 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or D 3 material shall be as shown in the Plans. After grinding, clean the groove by a method 4 approved by Engineer. Immediately before placing the marking material clean the 5 groove with high pressure air. 6 7 Section 8-22.3 is supplemented with the following new sub-section. 8 9 8-22.3(3)A Glass beads 4W 10 Top dress glass beads shall be applied to all spray and extruded pavement marking 11 material. Glass beads shall be applied by a bead dispenser immediately following the 12 pavement marking material application. Glass bead dispensers shall apply the glass «. 13 beads in a manner such that the beads appear uniform on the entire pavement marking 14 surface with 50 to 60% embedment. Hand casting of beads will not be allowed. 15 16 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 17 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be 18 applied at the rate recommended by the marking material manufacturer. 19 20 When two or more spray applications are required to meet thickness requirements for 21 Type A and Type D materials, top dressing with glass beads is only allowed on the last 22 application. The cure period between successive applications shall be in accordance 23 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall 24 be swept or blown off the line prior to application of each successive application. 25 Successive applications shall be applied squarely on top of the preceding application. 26 27 8-22.3(5) Installation Instructions 28 This section including title is revised to read: + + 29 30 8-22.3(5) Plastic Installation Instructions 31 Installation instructions for plastic markings shall be provided for the Engineer. All ,.. 32 materials including glass beads shall be installed according to the manufacturer's 33 recommendations. A manufacturer's technical representative shall be present at the 34 initial installation of plastic material to approve the installation procedure or the material 35 manufacturer shall certify that the Contractor will install the plastic material in 36 accordance with their recommended procedure. 37 38 8-22.4 Measurement 39 This section is revised to read: 40 41 Center line, center line with no pass line, double center line, double lane line, edge line, 42 solid lane line, dotted extension line, lane line, reversible lane line, and two-way left turn 43 center line will be measured by the completed linear foot as "Paint Line", "Plastic Line", 44 "Embossed Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line", 45 "Inlaid Plastic Line" or"Grooved Plastic Line". 46 47 The measurement for "Paint Line" will be based on a marking system capable of 48 simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will 49 be made for the unmarked area when the marking includes a broken line such as center 50 line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or 51 two-way left turn center line. No additional measurement will be made when more than 1 one line can be installed on a single pass such as center line with no-pass line, double 2 center line, double lane line, reversible lane line, or two-way left turn center line. 3 4 The measurement for "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", 5 "Profiled Embossed Plastic Line", "Inlaid Plastic Line" or "Grooved Plastic Line" will be 6 based on the total length of each 4-inch wide plastic line installed. No deduction will be 7 made for the unmarked area when the marking includes a broken line such as, center 8 line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or 9 two-way left turn center line. 10 11 The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled 12 Plastic Wide Lane Line", "Painted Wide Line", "Plastic Wide Line", "Painted Barrier 13 Center Line", "Plastic Barrier Center Line", "Painted Stop Line", or "Plastic Stop Line", 14 will be based on the total length of each painted, plastic or profiled plastic line installed. 15 No deduction will be made for the unmarked area when the marking includes a broken 16 line such as, wide broken lane line, drop lane line, or wide dotted lane line. The 17 measurement for double wide lane line will be based on the total length of each wide 18 lane line installed. 19 20 No additional measurement for payment will be made for the required second 21 application of paint. No additional measurement for payment will be made for additional 22 applications required to meet thickness requirements for plastic markings. 23 24 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 25 stalls are constructed of painted or plastic 4 inch or 8 inch lines in the color and pattern 26 shown in the Standard Plans. These lines will be measured as "Painted Line", "Plastic 27 Line", "Painted Wide Line" or "Plastic Wide Line" by the linear foot of line installed. 28 Crosswalk line will be measured by the square foot of marking installed. 29 iA 30 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 31 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 32 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 33 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 34 regardless of the number of arrowheads. 35 36 Removal of lines, 4-inches, 8-inches, 18 inches and 20-inches in width will be measured 37 by the linear foot, with no deduction being made for the unmarked area when the 38 marking includes a gap. 39 40 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 41 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 42 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 43 bump symbol will be measured per each. Removal of crosswalk lines will be measured 44 by the square foot of lines removed. 45 46 8-22.5 Payment 47 This section is revised to read: 48 49 Payment will be made in accordance with Section 1-04.1, for each of the following bid 50 items that are included in the proposal: 51 52 "Paint Line", per linear foot. AW 1 "Plastic Line", per linear foot. 2 "Embossed Plastic Line", per linear foot. 3 "Profiled Plastic Line", per linear foot. 4 "Profiled Embossed Plastic Line", per linear foot. 5 "Inlaid Plastic Line", per linear foot. 6 "Grooved Plastic Line", per lineal foot. 7 "Painted Wide Lane Line", per linear foot. 8 "Plastic Wide Lane Line", per linear foot. 9 "Profiled Plastic Wide Lane Line", per linear foot. ..• 10 "Painted Wide Line", per linear foot. 11 "Plastic Wide Line", per linear foot. 12 "Painted Barrier Center Line", per linear foot. ,. 13 "Plastic Barrier Center Line", per linear foot. 14 "Painted Stop Line", per linear foot. 15 "Plastic Stop Line", per linear foot. 16 "Painted Crosswalk Line", per square foot. 17 "Plastic Crosswalk Line", per square foot. 18 "Painted Traffic Arrow", per each. 19 "Plastic Traffic Arrow", per each. 20 "Painted Traffic Letter", per each. 21 "Plastic Traffic Letter", per each. 22 "Painted Access Parking Space Symbol", per each. 23 "Plastic Access Parking Space Symbol", per each. 24 "Painted Railroad Crossing Symbol", per each. 25 "Plastic Railroad Crossing Symbol", per each. 26 "Painted Bicycle Lane Symbol", per each. 27 "Plastic Bicycle Lane Symbol", per each. 28 "Painted Drainage Marking", per each. 29 "Plastic Drainage Marking", per each. 30 "Painted Aerial Surveillance Full Marker", per each. 31 "Plastic Aerial Surveillance Full Marker", per each. 32 "Painted Aerial Surveillance 1/2 Marker", per each. 33 "Plastic Aerial Surveillance 1/2 Marker", per each. 34 "Painted Access Parking Space Symbol with Background", per each. 35 "Plastic Access Parking Space Symbol with Background", per each. 36 "Painted HOV Lane Symbol", per each. 37 "Plastic HOV Lane Symbol", per each. 38 "Painted Yield Line Symbol", per each. V" 39 "Plastic Yield Line Symbol", per each. 40 "Painted Yield Ahead Symbol", per each. 41 "Plastic Yield Ahead Symbol", per each. •� 42 "Painted Speed Bump Symbol", per each. 43 "Plastic Speed Bump Symbol", per each. 44 "Removing Paint Line", per linear foot. .. 45 "Removing Plastic Line", per linear foot. 46 "Removing Painted Crosswalk Line", per square foot. 47 "Removing Plastic Crosswalk Line", per square foot. 48 "Removing Painted Traffic Marking", per each . 49 "Removing Plastic Traffic Marking", per each . 50 +Nr 1 SECTION 9-00, DEFINITIONS AND TESTS 2 January 3, 2006 3 9-00.8 Sand Equivalent 4 The second paragraph is revised to read: 5 6 For acceptance, there must be a clear line of demarcation. If no clear line of 7 demarcation has formed at the end of a 30 minute sedimentation period, the material 8 will be considered as failing to meet the minimum specified sand equivalent. 9 10 SECTION 9-01, PORTLAND CEMENT 11 April 2, 2007 12 9-01.2(1) Portland Cement 13 The second sentence in the first paragraph is revised to read: 14 15 The total amount of processing additions used shall not exceed 1% of the weight of 16 portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long 17 as it complies with the requirements of ASTM C-465. 40 18 19 9-01.2(4) .Blended Hydraulic Cement 20 The first paragraph is revised to read: 21 22 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) 23 (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not 24 exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the 25 content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated 26 as 2.650AI203 minus 1.692Fe203, and meet the following additional requirements: 27 " 28 SECTION 9-02, BITUMINOUS MATERIALS 29 January 3, 2006 30 9-02.1(4) Asphalt Binders 31 This section including title is revised to read: 32 33 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 34 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the 35 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 06 36 314) of M 320 is not a specification requirement. 37 38 9-02.1(4)A Performance Graded Asphalt Binder 39 This section including title is revised to read: 40 41 9-02.1(4)A Quality Control Plan wi 42 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 43 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 44 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 45 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 46 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 47 PGAB meets the specification requirements of the contract. 48 1 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 2 This section is revised to read: 3 4 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer 5 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. 6 The asphalt CRS-2P shall meet the following specifications: 00 7 AASHTO Test Specifications WN Method Minimum Maximum Viscosity @1220F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 fm Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- Sodium Sulfosuccinate No Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 r Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @770F T 49 100 250 Torsional Recovery % note 2 18 --- or oughness/Tenacity in-lbs note 3 50/25 --- 8 9 note1Distillation modified to use 300 grams of emulsion heated to 350OF ± 90F and 4W 10 maintained for 20 minutes. 11 12 note 2The Torsional Recovery test shall be conducted according to the California so 13 Department of Transportation Test Method No. 332. The residue material for this 14 test shall come from California Department of Transportation Test Method No. 331. 15 ow 16 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 770F, 17 20 in. per minute pull. Tension head 7/8 in. diameter. 18 aw 19 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 20 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 21 method is used for acceptance the supplier must supply all test data verifying 22 specification conformance. .w 23 1 SECTION 9-03, AGGREGATES 2 April 2, 2007 3 9-03.1(4)A Deleterious Substances 4 The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". 5 6 9-03.4(2) Grading and Quality 7 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 8 9 9-03.8(2) HMA Test Requirements 10 In the first paragraph, item 2. and the associated graph are revised to read: 11 12 2. The fracture requirements for the combined coarse aggregate shall apply to the 13 material retained on the U.S. No. 4 sieve and above, when tested in accordance 14 with FOP for AASHTO TP 61. 15 ESAL's #Fractured % Fracture (millions) Faces < 10 1 or more 90 ' > 10 2 or more 90 16 17 9-03.9(3) Crushed Surfacing 18 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 19 20 9-03.20 Test Methods for Aggregates 21 The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to 22 "AASHTO TP 61". 23 24 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 25 April 2, 2007 26 9-05.1(1) Concrete Drain Pipe 27 This section is revised to read: 28 29 Concrete drain pipe shall meet the requirements of ASTM C 118, heavy duty drainage 30 pipe. 31 32 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 33 This section including title is revised to read: 34 35 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 36 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type 37 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth + ► 38 inner liner). The maximum size pipe shall be 10 inches in diameter. 39 40 9-05.2(3) Perforated Bituminized Fiber Underdrain Pipew 41 This section including title is revised to read: 42 43 9-05.2(3)Vacant 44 wr W �w 1 9-05.1(7) Corrugated Polyethylene Drain Pipe 2 This section including title is revised to read: 3 4 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) 5 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall 6 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 7 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 8 9 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Ow 10 Pipe 11 This section including title is revised to read: 12 aw 13 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10- 14 inch) 15 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of No 16 AASHTO M252, Type CP or Type SR Type CP shall be Type C pipe with Class 2 17 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 18 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 00 19 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 20 21 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 22 This section including title is revised to read: 23 24 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch 25 through 60-inch) 26 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter 27 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SR Type rw 28 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 29 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 30 uniformly spaced along the length and circumference of the pipe. 31 so 32 9-05.3(1)A End Design and Joints 33 The second paragraph is revised to read: 34 `■r 35 The plane of the ends of the pipes shall be perpendicular to their longitudinal axes. 36 37 9-05.4(3) Protective Treatment Ow 38 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 39 40 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and aw 41 Solid Wall PVC Sanitary Sewer Pipe 42 The first paragraph is revised to read: 43 M» 44 Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and solid wall PVC 45 sanitary sewer pipe and fittings shall be solid wall construction and shall conform to the 46 following requirements: 47 48 For pipe sizes up to 15 inches: ASTM D 3034 SDR 35 49 50 For pipe sizes from 18 to 48 inches: ASTM F 679 using a minimum pipe stiffness of 115 51 psi in accordance with Table 1. 1 2 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 3 and Profile Wall PVC Sanitary Sewer Pipe 4 The first paragraph is revised to read: 5 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the 7 requirements of ASTM F 794 Series 46, or ASTM F 1803. Profile wall PVC sanitary 8 sewer pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. The 9 maximum pipe diameter shall be as specified in the Qualified Products List. 10 11 The fifth paragraph is revised to read: 12 13 Fittings for profile wall PVC pipe shall meet the requirements of ASTM F 794 Series 46, 14 or ASTM F 1803. 15 16 9-05.15 Metal Castings 17 This section is revised to read: 18 19 For all metal castings the producing foundry shall provide certification stating the 20 country of origin, the material meets the required ASTM or AASHTO specification noted 21 in the subsections below. The producing foundry shall detail all test results from 22 physical testing to determine compliance to the specifications. The test reports shall 23 include physical properties of the material from each heat and shall include tensile, 24 yield, and elongation as specified in the appropriate ASTM or AASHTO specification. 25 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above 26 certification and testing requirements. 27 28 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 29 repaired. Porosity in metal castings for drainage structures shall be considered a + 30 workmanship defect subject to rejection by the Engineer. Metal castings made from 31 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal 32 castings made from cast steel shall conform to the requirements of Section 9-06.8. All ,rw 33 metal castings shall meet the proof load testing requirements of AASHTO M 306. 34 35 9-05.15(1) Manhole Ring and Cover 36 This section is revised to read: 37 38 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile 39 iron. 40 41 All covers shall be interchangeable within the dimensions shown in the Standard Plans. 42 All mating surfaces shall be machine finished to ensure a nonrocking fit. 43 44 The inside vertical recessed face of the ring and the vertical outside edge of the cover 45 shall be machined or manufactured to the following tolerances: 46 47 Ring +3/32 inch to -3/32 inch 48 Cover +3/32 inch to -3/32 inch 49 50 All manhole rings and covers shall be identified by the name or symbol of the producing 51 foundry and country of casting origin. This identification shall be in a plainly visible „ 52 location when the ring and cover are installed. Ductile iron shall be identified by the 1 following, "DUC" or "DI." The producing foundry and material identification shall be AW 2 adjacent to each other and shall be minimum '/2 inch to maximum 1 inch high letters, 3 recessed to be flush with the adjacent surfaces. am 4 5 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 6 The first and second paragraphs are revised to read: 40 7 8 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or 9 ductile iron, and as shown in the Standard Plans. .. 10 11 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel 12 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are w, 13 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The 14 producing foundry's name and material designation shall be embossed on the top of the 15 grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or 16 "DI"for ductile iron and shall be located near the producing foundry's name. 17 18 9-05.15(3) Cast Metal Inlets 19 The first sentence is revised to read: 20 21 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the 22 Standard Plans. 23 24 9-05.19 Corrugated Polyethylene Culvert Pipe 25 The first paragraph is revised to read: 26 27 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 28 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. r 29 30 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 31 December 4, 2006 32 9-06.5(4) Anchor Bolts 33 The first and second paragraphs are revised to read: 34 35 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 36 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, 37 and S4. 38 39 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 40 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to "" 41 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 42 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall 43 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. or 44 45 9-06.9 Gray Iron Castings 46 The AASHTO requirement is revised to read "AASHTO M 306". ow 47 1 SECTION 9-07, REINFORCING STEEL 2 December 4, 2006 3 9-07.2 Deformed Steel Bars jai 4 The first sentence in the first paragraph is revised to read: 5 w 6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast- 8 in-place components of bridge structures (excluding sidewalks and barriers but including 9 shafts and concrete piles), and for precast substructure components of bridge "e 10 structures, shall conform to ASTM A 706 only. 11 12 SECTION 9-08, PAINTS 13 April 2, 2007 14 9-08.2 Paint Formulation — General 15 In Formula C-11-99 — Top Coat Single Component, Moisture Cured Polyurethane, the 16 federal standard for Color is revised to read: 17 18 Color: Match Federal Standard 595B 19 20 SECTION 9-09, TIMBER AND LUMBER 21 August 7, 2006 22 9-09.2(3) Inspection 23 This section is revised to read: 24 25 Timber and lumber requiring a grade stamp shall be marked with a certified lumber 26 grade stamp provided by one of the following agencies: ' 27 28 West Coast Lumber Inspection Bureau (WCLIB) 29 Western Wood Products Association (WWPA) 30 Pacific Lumber Inspection Bureau (PLIB) 31 Any lumber grading bureau certified by the American Lumber Standards Committee 32 •r 33 Timber and Lumber requiring a grading certificate shall have a certificate that was 34 issued by either the grading bureau whose stamp is shown on the material, or by the 35 lumber mill, which must be under the supervision of one of the grading bureaus listed 36 above. The certificate shall include the following: 37 38 Name of the mill performing the grading 39 The grading rules being used 40 Name of the person doing the grading with current certification 41 Signature of a responsible mill official 42 Date the lumber was graded at the mill 43 Grade, dimensions, and quantity of the timber or lumber 44 45 For Structures: ' 46 All material delivered to the project shall bear a grade stamp and have a grading 47 certificate. The grade stamp and grading certificate shall not constitute final acceptance to uw. 1 of the material. The Engineer may reject any or all of the timber or lumber that does not 2 comply with the specifications or has been damaged during shipping or upon delivery. 3 4 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 5 Mailbox Posts: 6 Material delivered to the project shall either bear a grade stamp on each piece or have a 7 grading certificate. The grade stamp or grading certificate shall not constitute final 8 acceptance of the material. The Engineer may reject any or all of the timber or lumber 9 that does not comply with the specifications or has been damaged during shipping or ..r 10 upon delivery. 11 12 9-09.3(1) General Requirements . , 13 The last sentence in the first paragraph is revised to read: 14 15 Unless otherwise specified in the contract, all timber and lumber shall be treated in 16 accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 17 18 SECTION 9-10, PILING 19 December 4,2006 20 9-10.2(2) Reinforcement 21 This section is revised to read: 22 23 Reinforcement shall meet the requirements of Section 9-07. 24 25 SECTION 9-12, MASONRY UNITS 26 August 7, 2006 27 9-12.7 Precast Concrete Drywells 28 The third sentence is revised to read: 29 30 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 31 square inches for round openings and 15 square inches for rectangular openings. 32 ®. 33 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 34 WALLS 35 April 2, 2007 MW 36 9-13 Riprap, Quarry Spalls, Slope Protection, And Rock Walls 37 The requirements for Quality following the first paragraph are revised to read: No 38 39 Aggregate Property Test method Requirement 40 Degradation Factor WSDOT T 113 15 minimum 41 Los Angeles Wear, 500 Rev. AASHTO T 96 50% maximum 42 Specific Gravity AASHTO T 85 2.55 minimum 43 44 9-13.5(2) Poured Portland Cement Concrete Slope Protection 45 The first paragraph is revised to read: 46 47 Cement concrete for poured concrete slope protection shall be commercial concrete in 48 conformance with Section 6-02.3(2)B. 4W V 1 2 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 3 April 2, 2007r 4 9-14.2 Seed 5 This section is revised to read: 6 7 Grasses, legumes, or cover crop seed of the type specified shall conform to the 8 standards for "Certified" grade seed or better as outlined by the State of Washington 9 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 10 furnished in standard containers on which shall be shown the following information: 11 12 (1) Common and botanical names of seed, 13 (2) Lot number, 14 (3) Net weight, 15 (4) Pure live seed ri 16 17 All seed installers and vendors must have a business license issued by the Washington 18 State Department of Licensing with a "seed dealer" endorsement. Upon request, the 19 contractor shall furnish the Engineer with copies of the applicable licenses and 20 endorsements. 21 22 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 23 statement signed by the vendor certifying that each lot of seed has been tested by a 24 recognized seed testing laboratory within six months before the date of delivery on the 25 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 26 will not be accepted. 27 28 9-14.4(1) Straw 29 This section is revised to read: 30 31 All straw material shall be in an air dried condition free of noxious weeds and other 32 materials detrimental to plant life. Straw mulch so provided shall be suitable for 33 spreading with mulch blower equipment. 34 35 9-14.4(3) Bark or Wood Chips 36 This section is supplemented with the following: 37 38 Sawdust shall not be used as mulch. 39 40 9-14.4(4) Sawdust 41 This section including title is revised to read: 42 43 9-14.4(4) Vacant 44 45 9-14.4(8) Compost 46 This section is revised to read: 47 48 Compost products shall be the result of the biological degradation and transformation of 49 plant-derived materials under controlled conditions designed to promote aerobic 50 decomposition. Compost shall be stable with regard to oxygen consumption and carbon %QW 1 dioxide generation. Compost shall be mature with regard to its suitability for serving as 2 a soil amendment or an erosion control BMP as defined below. The compost shall have 3 a moisture content that has no visible free water or dust produced when handling the 4 material. 5 6 Compost production and quality shall comply with Chapter 173-350 WAC. w. 7 8 Compost products shall meet the following physical criteria: 9 10 1. Compost material shall be tested in accordance with Testing Methods for the 11 Examination of Compost and Composting (TMECC) Test Method 02.02-B, 12 Sample Sieving for Aggregate Size Classification". 13 14 Fine Compost shall meet the following: 15 16 Min. Max. 17 Percent passing 2" 100% 18 Percent passing 1" 99% 100% 19 Percent passing 5/8" 90% 100% 20 Percent passing '/" 75% 100% 21 Maximum particle length of 6 inches 22 23 Coarse Compost shall meet the following: 24 Min. Max. 25 Percent passing 3" 100% 26 Percent passing 1" 90% 100% 27 Percent passing 3/" 70% 100% 28 Percent passing '/" 40% 60% .. 29 Maximum particle length of 6 inches 30 31 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 32 04.11-A, "1:5 Slurry pH". 33 34 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 35 less than 1.0 percent by weight as determined by TMECC 03.08-A"percent dry 36 weight basis". 37 38 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 39 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 40 41 5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance 42 with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 43 44 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, ... 45 "Germination and Vigor'. 46 47 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon 48 Dioxide Evolution Rate" 49 50 8. The compost product must originate a minimum of 65 percent by volume from 51 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 52 maximum of 35 percent by volume of other approved organic waste and/or 1 biosolids may be substituted for recycled plant waste. The supplier shall 2 provide written verification of feedstock sources 3 4 9. The Engineer may also evaluate compost for maturity using the Solvita 5 Compost Maturity Test. Fine Compost shall score a number 6 or above on the 6 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on 7 the Solvita Compost Maturity Test. 8 9 The compost supplier will test all compost products within 90 calendar days prior to 10 application. Samples will be taken using the Seal of Testing Assurance (STA) sample 11 collection protocol. (The sample collection protocol can be obtained from the U.S. 12 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 13 ► 14 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an 15 independent STA Program approved lab. The compost supplier will pay for the test. A 16 copy of the approved independent STA Program laboratory test report shall be 17 submitted to the Contracting Agency prior to initial application of the compost. Seven 18 days prior to application, the Contractor shall submit a sample of each type compost to 19 be used on the project to the Engineer. 20 so 21 Compost not conforming to the above requirements or taken from a source other than 22 those tested and accepted shall be immediately removed from the project and replaced 23 at no cost to the Contracting Agency. at 24 25 The Contractor shall either select a compost supplier from the Qualified Products List, or 26 submit the following information to the Engineer for approval: 27 28 1. A Request for Approval of Material Source. 29 w 30 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 31 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 32 Standards for Solid Waste Handling). rrr 33 34 3. The supplier shall verify in writing, and provide lab analyses that the material 35 complies with the processes, testing, and standards specified in WAC 173-350 36 and these specifications. An independent STA Program certified laboratory 37 shall perform the analysis. 38 39 4. A list of the feedstock by percentage present in the final compost product. 40 41 5. A copy of the producer's Seal of Testing Assurance certification as issued by 42 the U.S. Composting Council. +rir 43 44 Acceptance will be based upon a satisfactory Test Report from an independent STA 45 program certified laboratory and the sample(s) submitted to the Engineer. as 46 47 9-14.5(2) Erosion Control Blanket 48 Footnote 1 is revised to read: 49 50 'UV stability shall be 80% strength retained min., after 500 hours in a xenon arc device 51 as per ASTM D4355. 52 1 9-14.5(5) Wattles 2 This section is revised to read: 3 w. 4 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 5 compost, or wood shavings encased within biodegradable or photodegradable netting. 6 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing 7 material shall be clean, evenly woven, and free of encrusted concrete or other 8 contaminating materials such as preservatives. Encasing material shall be free from 9 cuts, tears, or weak places and shall have a lifespan greater than 6 months. +► 10 11 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), 12 and shall be Coarse Compost. .r• 13 14 9-14.5(6) Compost Sock 15 This section is revised to read: 16 17 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 18 woven, and free of encrusted concrete or other contaminating materials and shall be 19 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for 20 compost sock shall consist of extra heavy weight biodegradable fiber which has not 21 been treated with any type of preservative. Compost for compost socks shall meet the 22 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost 23 24 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or 25 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 26 length, unless otherwise indicated in the Plans. 27 28 Section 9-14.5 is supplemented with the following new section. w 29 30 9-14.5(7) Coir Log 31 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted .w 32 within an outer netting. Log segments shall have a maximum length of 20 feet, with a 33 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 34 Ow 35 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine 36 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 37 inch openings. 38 SM 39 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a 40 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially 41 available hemp rope. 42 43 9-14.6(1) Description 44 This section is revised to read: 45 46 Bareroot plants are grown in the ground and harvested without soil or growing medium 47 around their roots. 48 49 Container plants are grown in pots or flats that prevent root growth beyond the sides 50 and bottom of the container. 51 f. 1 Balled and burlapped plants are grown in the ground and harvested with soil around a 2 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 3 basket or other supportive structure. 4 5 Cuttings are live plant material without a previously developed root system. Source 6 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 7 a sharp instrument. Written permission shall be obtained from property owners and 8 provided to the Engineer before cuttings are collected. The Contractor shall collect 9 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 10 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 11 include the following forms: 12 13 A. Live branch cuttings shall have flexible top growth with terminal buds and may r„ 14 have side branches. The rooting end shall be cut at an approximate 45 degree 15 angle. 16 vi 17 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 18 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes 19 are cut from one to two year old wood. Live stake cuttings shall be cut and 20 installed with the bark intact with no branches or stems attached, and be 1/2 to " 21 1 '/2 inch in diameter. 22 23 C. Live pole cuttings shall have a minimum 2inch diameter and no more than 24 three branches which shall be pruned back to the first bud from the main stem. 25 26 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the to 27 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two 28 growth points. 29 r�r 30 E. Tubers shall be a thickened and short subterranean branch having numerous 31 buds or eyes. 32 33 9-14.6(2) Quality 34 This section is revised to read: 35 36 All plant material furnished shall meet the grades established by the latest edition of the 37 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and 38 acceptable conditions as listed in the contract, and shall be free of all foreign plant 39 material. ' 40 41 All plant material shall comply with State and Federal laws with respect to inspection for 42 plant diseases and insect infestation. 43 44 All plant material shall be purchased from a nursery licensed to sell plants in 45 Washington State. ► 46 47 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 48 be vigorous, well formed, with well developed fibrous root systems, free from dead 49 branches, and from damage caused by an absence or an excess of heat or moisture, 50 insects, disease, mechanical or other causes detrimental to good plant development. 51 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 52 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees rr 1 shall have only one leader (growing apex) and one terminal bud, and shall not be 2 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 3 crotches shall be rejected. 4 5 Root balls of plant materials shall be solidly held together by a fibrous root system and 6 shall be composed only of the soil in which the plant has been actually growing. Balled 7 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 8 material not injurious to the plant life. Root balls shall be free of weed or foreign plant 9 growth. • 10 11 Plant materials shall be nursery grown stock. Plant material, with the exception of 12 cuttings, gathered from native stands shall be held under nursery conditions for a 13 minimum of one full growing season, shall be free of all foreign plant material, and meet 14 all of the requirements of these Specifications, the Plans, and the Special Provisions. 15 �r 16 Container grown plants must be plants transplanted into a container and grown in that 17 container sufficiently long for new fibrous roots to have developed so that the root mass 18 will retain its shape and hold together when removed from the container, without having 19 roots that circle the pot. Plant material which is root bound, as determined by the 20 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 21 growth. 22 23 Container sizes for plant material of a larger grade than provided for in the container 24 grown specifications of the ASNS shall be determined by the volume of the root ball 25 specified in the ASNS for the same size plant material. «. 26 27 All bare root plant materials shall have a heavy fibrous root system and must be 28 dormant at the time of planting. „w 29 30 Average height to spread proportions and branching shall be in accordance with the 31 applicable sections, illustrations, and accompanying notes of the ASNS. 32 law 33 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 34 full and symmetrical branching, central leader, and be developed, grown, and OW 35 propagated with a full branching crown. A "Street Tree Grade" designation requires the 36 highest grade of nursery shade or ornamental tree production which shall be supplied. 37 38 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure 39 shall be rejected. In all cases, whether supplied balled and burlapped or in a container, 40 the root crown (top of root structure) of the tree shall be at the top of the finish soil level. 41 Trees supplied and delivered in a nursery fabric bag will not be accepted. • 42 43 Plants, which have been determined by the Engineer to have suffered damage as the 44 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 45 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 46 have any defect, injury, or condition which renders the plant unsuitable for its intended 47 use, shall be rejected. 48 49 Plants that are grafted shall have roots of the same genus as the specified plant. 50 51 9-14.6(3) Handling and Shipping 52 The last sentence in the sixth paragraph is deleted. w. AW 1 2 9-14.6(6) Substitution of Plants 3 The second paragraph is revised to read: 4 5 Container or balled and burlapped plant material may be substituted for bare root plant 6 material. Container grown plant material may be substituted for balled and burlapped 7 plant materials. When substitution is allowed, use current ASNS standards to determine 8 the correct rootball volume (container or balled and burlapped) of the substituted 9 material that corresponds to that of the specified material. These substitutions shall be r 10 approved by the Engineer and be at no cost to the Contracting Agency. 11 12 9-14.6(7) Temporary Storage 13 The third paragraph is revised to read: 14 15 Cuttings shall continually be shaded and protected from wind. Cuttings must be 16 protected from drying at all times and shall be heeled into moist soil or other insulating 17 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 18 for later installation shall be bundled, laid horizontally, and completely buried under 19 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 20 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 21 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 22 50°F shall not be stored for later use. Cuttings that already have developed roots shall 23 not be used. 24 25 The fourth paragraph is deleted. 26 27 SECTION 9-15, IRRIGATION SYSTEM 28 August 7, 2006 29 9-15.1 Pipe, Tubing, and Fittings 30 The second paragraph is revised to read: 31 32 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 33 ASTM B 88, and shall be a minimum of Type L rating. 34 35 SECTION 9-16, FENCE AND GUARDRAIL 36 April 3, 2006 37 9-16.1(1)A Post Material for Chain Link Fence 38 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 39 F1043". 40 41 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 42 revised to "ASTM F1043". 43 44 SECTION 9-22, MONUMENT CASES 45 August 7, 2006 46 9-22.1 Monument Cases, Covers, and Risers 47 The AASHTO requirement is revised to read "AASHTO M 306". 48 �r 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 2, 2007 lop 3 9-23.6 Admixture for Concrete 4 The footnote for Accelerating Admixture is revised to read: 5 6 Accelerating admixtures are only allowed for use in the following applications: In 7 Controlled Density Fill (also known as Controlled Low Strength Material) in 8 accordance with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete " 9 Pavement in accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix 10 Designs for Paving. 11 12 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 13 August 7, 2006 *W 14 9-28.14(1) Timber Sign Posts 15 The last sentence is revised to read: 16 aw 17 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 18 19 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 20 December 4, 2006 21 9-29.2 Junction Boxes aw 22 Section 9-29.2 including title is revised to read: 23 24 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes low 25 9-29.2(1) Standard Junction Box 26 This section including title is revised to read: 27 28 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 29 For the purposes of this specification concrete is defined as Portland Cement 30 Concrete and non-concrete is all others. 31 32 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty 33 Junction Boxes are defined as Type 4, 5, and 6. 34 • 35 The contractor shall provide shop drawings if their manufacturing process or 36 standard production model includes any deviation from the Standard Plan. For 37 each type of junction box, or whenever there is a design change to the junction box, 38 a proof test, as defined in this specification, shall be performed once in the 39 presence of the Engineer. 40 41 This section is supplemented with the following new subsections: 42 43 9-29.2(1)A Standard Duty Junction Boxes 44 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds �r 45 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction 46 Box includes the spread footing shown in the Standard Plans. 47 .r 1 Concrete Junction Boxes 2 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 3 painted with a black paint containing rust inhibiters or painted with a shop applied, 4 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in 5 accordance with ASTM A 111. 6 7 Concrete used in Standard Duty Junction Boxes shall have a minimum W+ 8 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 9 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall 10 be anchored to the box by welding the wire fabric to the frame or by welding 11 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. 12 The wire fabric shall be attached to the studs and frame with standard tie practices. 13 The box shall contain ten studs located near the centerline of the frame and box 14 wall. The studs shall be placed one anchor in each corner, one at the middle of 15 each width and two equally spaced on each length of the box. 16 17 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shalt conform to the 18 following: 19 to 20 Concrete Section 6-02 21 Reinforcing Steel Section 9-07 22 Fiber Reinforcing ASTM C 1116, Type III 23 Lid ASTM A786 diamond plate steel +0 24 Frame ASTM A786 diamond plate steel or 25 ASTM A36 flat steel 26 Lid Support & Handle ASTM A36 steel ,err 27 Anchors (studs) Section 9-06.15 28 29 Non-concrete Junction Boxes 30 Material for the non-concrete junction boxes shall be of a quality that will provide for 31 a similar life expectancy as Portland Cement Concrete in a direct burial application. 32 33 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 34 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete 35 junction boxes shall be gray in color and have an open bottom design with 36 approximately the same inside dimensions, and present a load to the bearing 37 surface that is less than or equal to the loading presented by the concrete junction 38 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a 39 pull slot and shall be secured with two 1/2 inch stainless steel hex-head bolts factory 40 coated with anti-seize compound and recessed into the cover. The tapped holes 41 for the securing bolts shall extend completely through the box to prevent 42 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 43 44 9-29.2(1)B Heavy Duty Junction Boxes 45 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating „ 46 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 47 when tested in accordance with 9-29.2(1)C . 48 49 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a 50 shop applied, inorganic zinc primer in accordance with Section 6-07.3 51 ..r 1 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive 2 strength of 4000 PSI. 3 "" 4 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 5 6 Concrete Section 6-02 7 Reinforcing Steel Section 9-07 8 Lid ASTM A786 diamond plate steel, rolled 9 from plate complying with ASTM A572, 10 grade 50 or ASTM A588 with min. CVN 11 toughness of 20 ft-lb at 40 degrees F 12 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with 13 min. CVN toughness of 20 ft-lb at 40 degrees F 14 Handle ASTM A36 steel 15 Anchors (studs) Section 9-06.15 16 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 17 18 The lid stiffener plates shall bear on the frame, and be milled so that there is full even aw 19 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 20 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free 21 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts 22 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. 23 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of 24 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a 25 feeler gage. The bearing area percentage will be measured for each side of the lid as it aw 26 bears on the frame. 27 28 9-29.2(1)C Testing Requirements 29 Junction boxes shall be tested by an independent materials testing facility, and a test 30 report issued documenting the results of the tests performed. 31 32 For concrete junction boxes the independent testing lab shall meet the requirements of 33 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be 34 conducted in the presence of and signed off by the Engineer or a designated 35 representative. The Contractor shall give the Engineer 30 days notice prior to testing. 36 One copy of the test report shall be furnished to the Contracting Agency certifying that 37 the box and cover meet or exceed the loading requirements for a concrete junction box, 38 and shall include the following information: 39 40 1. Product identification. 41 2. Date of testing. 42 3. Description of testing apparatus and procedure. 43 4. All load deflection and failure data. 44 5. Weight of box and cover tested. �• 45 6. Upon completion of the required test(s)the box shall be loaded to failure. 46 7. A brief description of type and location of failure. 47 48 For non-concrete junction boxes the testing facility shall be a Nationally Recognized 49 Testing Laboratory (witnessing is not required). One copy of the test report shall be 50 furnished to the Contracting Agency certifying that the box and cover meet or exceed 40 51 the loading requirements for a non-concrete junction box, and shall include the following 52 information: 1 2 1. Product identification. 3 2. Date of testing. 4 3. Description of testing apparatus and procedure. 5 4. All load deflection data. 6 5. Weight of box and cover tested. 7 8 Testing for Standard Duty Concrete Junction Boxes 9 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. 10 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel 11 plate centered on the lid. The test load shall be applied and released ten times, 12 and the deflection at the test load and released state shall be recorded for each 13 interval. At each interval the junction box shall be inspected for lid deformation, , 14 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, 15 cracks, and concrete spalling. 16 17 Concrete junction boxes will be considered to have withstood the test if none of the 18 following conditions are exhibited: 19 20 1. Permanent deformation of the lid or any impairment to the function of the ' 21 lid. 22 2. Vertical or horizontal displacement of the lid frame. 23 3. Cracks wider than 0.012 inches that extend 12 inches or more. 24 4. Fracture or cracks passing through the entire thickness of the concrete. 25 5. Spalling of the concrete. 26 27 Testing for the Standard Duty non-concrete Junction Boxes 28 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 29 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 30 provide a Manufacture Certificate of Compliance for each non-concrete junction 31 box installed. 32 , 33 Testing for Heavy Duty Junction Boxes 34 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load 35 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered 36 on the lid with an orientation both on the long axis and the short axis of the junction 37 box. The test load shall be applied and released ten times on each axis. The 38 deflection at the test load and released state shall be recorded for each interval. At 39 each interval the test box shall be inspected for lid deformation, failure of the lid or 40 frame welds, vertical and horizontal displacement of the lid frame, cracks, and 41 concrete spalling. After the twentieth loading interval the test shall be terminated 42 with a 60,000 pound load being applied vertically through the steel plate centered 43 on the lid and with the long edge of steel plate orientated parallel to the long axis of 44 the box. 45 46 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 47 pounds test if none of the following conditions are exhibited: 48 49 1. Permanent deformation of the lid or any impairment to the function of the 50 lid. 51 2. Vertical or horizontal displacement of the lid frame. 52 3. Cracks wider than 0.012-inches that extend 12-inches or more. w 1 4. Fracture or cracks passing through the entire thickness of the concrete. 2 5. Spalling of the concrete. 3 .. 4 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 5 pounds test if all of the following conditions are exhibited: 6 7 1. The lid is operational. 8 2. The lid is securely fastened. 9 3. The welds have not failed. 10 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 11 5. No buckling or collapse of the box. 12 .. 13 9-29.2 (2) Vacant 14 This section including title is revised to read: 15 16 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 17 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a 18 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 19 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 20 shown in the Standard Plans. 21 22 The Contractor shall provide shop drawings if their manufacturing process or standard 23 production model includes any deviation from the Standard Plan. For each type of box 24 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as 25 defined in this specification, shall be performed once in the presence of the Engineer. 26 27 This section is supplemented with the following new sections: 28 �. 29 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 30 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 31 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 32 Standard Duty Junction Boxes. 33 34 Concrete for standard duty cable vaults and pull boxes shall have a minimum OW 35 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 36 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 37 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the aw 38 studs and frame with standard tie practices. The vault/box shall contain ten studs 39 located near the centerline of the frame and wall. Studs shall be placed one anchor in 40 each corner, one at the middle of each width and two equally spaced on each length of 41 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint to 42 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 43 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 44 OW 45 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 46 47 Concrete Section 6-02 IM 48 Reinforcing Steel Section 9-07 49 Lid ASTM A786 diamond plate steel 50 Frame ASTM A786 diamond plate steel or .. 51 ASTM A36 flat steel 52 Lid Support& Handle ASTM A36 steel OW 1 Anchors (studs) Section 9-06.15 2 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 3 4 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 5 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 6 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 7 46,000 pounds without permanent deformation and 60,000 pounds without failure when 8 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 9 10 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 11 12 Concrete Section 6-02 13 Reinforcing Steel Section 9-07 + ► 14 Cover Section 9-05.15(1) 15 Ring Section 9-05.15(1) 16 Anchors (studs) Section 9-06.15 17 Bolts, Nuts, Washers ASTM F593 or A193, type 304 or 316 18 19 9-29.2(4) Cover Markings „ 20 The first sentence of the first paragraph is revised to read: 21 22 Junction boxes, cable vaults, and pull boxes with metallic lids shall be 23 marked with the appropriate legend in accordance with the bead weld details 24 in the Standard Plans. Non-metallic lids shall be embossed with the 25 appropriate legend and a non-skid surface. Legends for metallic lids and , 26 non-metallic lids shall be 1-inch nominal height. 27 28 The first sentence of the second paragraph is revised to read: +rr 29 30 Junction boxes, cable vaults and pull boxes shall be marked or embossed 31 for use in accordance with the plans and following schedule: ' 32 33 9-29.6(2) Slip Base Hardware 34 The last sentence in the first paragraph is revised to read: 35 36 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 37 tolerances specified in AASHTO M 293 for circular washers. 38 39 9-29.6(5) Foundation Hardware 40 The second and third paragraphs are revised to read: 41 42 Anchor bolts, and associated nuts and washers, for Type CCTV, 11, III, IV, and V signal 43 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 44 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 45 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 46 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or 47 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is 48 less than five times the nominal bolt diameter). 49 > w Ut vrr 1 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 2 AASHTO M 111 and AASHTO M 232. 3 4 SECTION 9-30, WATER DISTRIBUTION MATERIALS 5 August 7, 2006 6 9-30.6(3)A Copper Tubing 7 This section is revised to read: 8 9 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 10 ASTM B 88, Type K rating. 11 12 SECTION 9-33, CONSTRUCTION GEOTEXTILE 13 August 7, 2006 ,. 14 Section 9-33 including title is revised in its entirety to read: 15 16 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 1W 17 18 9-33.1 Geosynthetic:Material Requirements 19 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 20 prefabricated drainage mats. 21 22 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 23 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 24 formed into a stable network such that the fibers or yarns retain their position relative to 25 each other during handling, placement, and design service life. At least 95 percent by 26 weight of the material shall be polyolefins or polyesters. The material shall be free from "" 27 defects or tears. The geotextile shall also be free of any treatment or coating which 28 might adversely alter its hydraulic or physical properties after installation. 29 "w 30 Geogrids shall consist of a regular network of integrally connected polymer tensile 31 elements with an aperture geometry sufficient to permit mechanical interlock with the 32 surrounding backfill. The long chain polymers in the geogrid tensile elements, not +r. 33 including coatings, shall consist of at least 95 percent by mass of the material of 34 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 35 36 Prefabricated drainage core shall consist of a three dimensional polymeric material with 37 a structure that permits flow along the core laterally, and which provides support to the 38 geotextiles attached to it. 39 40 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 41 Section 9-33.2, and additional tables as required in the Standard Plans and Special 42 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses 43 included in this section and their associated tables of properties are as follows: 44 Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A. B. and C Separation Table 3 r w Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability,Tables 4 and 5 Classes A. B, and C Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans % Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. 1 2 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the 3 properties specified in the Standard Plans for permanent walls, and Table 10 for 4 temporary walls. 5 6 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 7 placed at the wall face to retain the backfill material as shown in the Plans shall conform 8 to the properties for Construction Geotextile for Underground Drainage, Moderate 9 Survivability, Class A. 10 11 Thread used for sewing geotextiles shall consist of high strength polypropylene, 12 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew No 13 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of 14 temporary or permanent geosynthetic retaining walls, shall also be resistant to 15 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile 16 itself. 17 18 9-33.2 Geosynthetic Properties , 19 9-33.2(1) Geotextile Properties 20 Table 1: Geotextile for underground drainage strength properties for survivability. 21 ASTM Geotextile Property Requirements Test Low Moderate Method Survivability Survivability Geotextile 46 Property Woven Nonwoven Woven Nonwoven Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength, in min. min. to machine and x-machine direction go Grab Failure D 4632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine direction Seam 0 4632 160 lb 100 lb min. 220 lb 140 lb min. Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. r w. Tear D 4533 67 lb min. 40 lb min. 80 Ib 50 lb min. Strength, in min. machine and x-machine direction Ultraviolet D 4355 50% strength retained min., (UV) after 500 hours in a xenon arc device Radiation .. 1 Stability 2 Table 2: Geotextile for underground drainage filtration properties. 3 "` Geotextile Property ASTM Geotextile Property Re uirements Test Class A Class B Class C Method2 to AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80 max. max. max. 4 Water Permittivity D 4491 0.5 sec" min. 0.4 sec min. 0.3 sec" min. O. 5 Table 3: Geotextile for separation or soil stabilization. 6 Geotextile ASTM Geotextile Property Re uirements �" Property Test Separation Soil Stabilization Method2 Woven I Nonwoven Woven Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. •• Water D 4491 0.02 sec min. 0.10 sec" min. Permittivity Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. aw Strength, in machine and x-machine direction im Grab Failure D 4632 < 50% >50% <50% >50% Strain, in machine and a„ x-machine direction Seam Breaking D 46323 220 lb min. 140 lb min. 270 lb min. 180 lb min. aw Strength Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min. Resistance Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min. No in machine and x-machine direction *w Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability IM 7 8 Table 4: Geotextile for permanent erosion control and ditch lining. 9 IM Geotextile I ASTM Geotextile Property Requirements' rr Property Test Permanent Erosion Control Ditch Lining Method2 Moderate High Survivability Survivability Woven Non- Woven Non- Woven Non- woven woven woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec min. + -Permittivity Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab D 4632 15% - >50% 15%- >50% < 50% >50% Failure 50% 50% Strain, in machine and x-machine direction Seam D 4632 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Breaking min. min. min. min. min. min. Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb Resistance min. min. min. min. min. min. Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb Strength, min. min. min. min. min. min. in machine and x-machine direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability 1 2 Table 5: Filtration properties for geotextile for permanent erosion control. 3 ASTM Geotextile Property Requirements' Geotextile Test Property Method Class A Class B Class C AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70 max. max. max. Water D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min. ; Permittivity 4 5 Table 6: Geotextile for temporary silt fence. 6 Geotextile Property I ASTM Geotextile Property Requirements' Test Unsupported Supported Between Method2 Between Posts Posts with Wire or +�• Pol med Mesh AOS D 4751 U.S. No. 30 max.for slit wovens, U.S. No. 50 for all other geotextile types, U.S. No. 100 min. .r Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 180 lb min. in 100 lb min. Strength, machine direction, in machine and 100 lb min. x-machine direction in x-machine direction Grab Failure Strain, D 4632 30% max. at 180 lb 4' in machine and or more x-machine direction Ultraviolet(UV) D 4355 70% strength retained min., Radiation Stability after 500 hours in xenon arc device 1 2 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 3 Table 7: Minimum properties required for geotextile reinforcement used in 4 geosynthetic reinforced slopes and retaining walls. 5 1W Geotextile Property ASTM Geotextile Property Requirements' Test Woven Nonwoven Method AOS D 4751 U.S. No. 20 max. Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 200 lb min. 120 lb min. Ow Strength, in machine and x-machine direction Grab Failure Strain, D 4632 < 50% > 50% in machine and x-machine direction Seam Breaking D 463234 160 lb min. 100 lb min. Strength Puncture Resistance D 6241 370 lb min. 220 lb min. Tear Strength, D 4533 63 lb min. 50 lb min. in machine and x-machine direction a,„ Ultraviolet(UV) D 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., VW 6 after 500 hours in a xenon arc device 7 9-33.2(3) Prefabricated Drainage Mat 8 Prefabricated drainage mat shall have a single or double dimpled polymeric core 9 with a geotextile attached and shall meet the following requirements: 10 11 Table 8: Minimum properties required for prefabricated drainage mats. AW 12 Im Geotextile Property ASTM Geotextile Property Requirements' Test Method AOS D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec' min. Grab Tensile Strength, D 4632 Nonwoven— 100 lb min. in machine and x-machine direction Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate D 4716 Gradient=0.1, Pressure = 5.5 psi 5.0 gal./min./ft. Gradient= 1.0, Pressure= 14.5 psi 15.0 al/min./ft. 1 2 'All geotextile properties in Tables 1 through 8 are minimum average roll 3 values (i.e., the test results for any sampled roll in a lot shall meet or exceed 4 the values shown in the table). 5 6 2The test procedures used are essentially in conformance with the most 7 recently approved ASTM geotextile test procedures, except for geotextile 8 sampling and specimen conditioning, which are in accordance with WSDOT r 9 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 10 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies 11 of these test methods are available at the State Materials Laboratory P.O. Box 12 47365, Olympia, WA 98504-7365. 13 14 3With seam located in the center of 8-inch long specimen oriented parallel to 15 grip faces. 16 17 4Applies only to seams perpendicular to the wall face. 18 19 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 20 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 21 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 22 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 23 24 9-33.4 Geosynthetic Material Approval and Acceptance 25 9-33.4(1) Geosynthetic Material Approval 26 If the geosynthetic source material has not been previously evaluated, or is not 27 listed in the current WSDOT Qualified Products List (QPL), a sample of each 28 proposed geosynthetic shall be submitted to the State Materials Laboratory in 29 Tumwater for evaluation. Geosynthetic material approval will be based on 30 conformance to the applicable properties from the Tables in Section 9-33.2 or in the 31 Standard Plans or Special Provisions. After the sample and required information for 32 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, 33 a maximum of 14 calendar days will be required for this testing. Source approval 34 shall not be the basis of acceptance of specific lots of material delivered to the w�► 1 Contractor unless the roll numbers of the lot sampled can be clearly identified as 2 the rolls tested and approved in the geosynthetic approval process. 3 4 For geogrid and geotextile products proposed for use in permanent geosynthetic 5 retaining walls or reinforced slopes that are not listed in the current QPL, the 6 Contractor shall submit test information and the calculations used in the 7 determination of Ta, performed in accordance with WSDOT Standard Practice T 8 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic 9 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Ow 10 Contracting Agency will require up to 30 calendar days after receipt of the 11 information to complete the evaluation. 12 to 13 The Contractor shall submit to the Engineer the following information regarding 14 each geosynthetic material proposed for use: 15 of 16 Manufacturer's name and current address, 17 Full product name, 18 Geosynthetic structure, including fiber/yarn type, 19 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic 20 retaining walls), 21 Proposed geosynthetic use(s), and 22 Certified test results for minimum average roll values. 23 24 9-33.4(2) Vacant 25 26 9-33.4(3) Acceptance Samples 27 When the quantities of geosynthetic materials proposed for use in the following 28 geosynthetic applications are greater than the following amounts, acceptance shall 29 be by satisfactory test report: 30 Application Geosynthetic Quantity r. Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic All quantities Rptnininn Walls 31 32 The samples for acceptance testing shall include the information about each 33 geosynthetic roll to be used as stated in 9-33.4(4). 34 35 Samples will be randomly taken by the Engineer at the job site to confirm that the 36 geosynthetic meets the property values specified. 37 38 Approval will be based on testing of samples from each lot. A"lot" shall be defined 39 for the purposes of this specification as all geosynthetic rolls within the 40 consignment (i.e., all rolls sent the project site) that were produced by the same 41 manufacturer during a continuous period of production at the same manufacturing 42 plant and have the same product name. After the samples have arrived at the 43 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be 44 required for this testing. 45 46 If the results of the testing show that a geosynthetic lot, as defined, does not meet 47 the properties required for the specified use as indicated in Tables 1 through 8 in 48 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll 1 or rolls which were sampled will be rejected. Geogrids and geotextiles for 2 temporary geosynthetic retaining walls shall meet the requirements of Table 7, and 3 Table 10 in the Special Provisions. Geogrids and geotextiles for permanent W 4 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in 5 the Special Provisions, and both geotextile and geogrid acceptance testing shall 6 meet the required ultimate tensile strength Tull as provided in the current QPL for 7 the selected product(s). If the selected product(s) are not listed in the current QPL, 8 the result of the testing for Tuft shall be greater than or equal to Tu,t as determined 9 from the product data submitted and approved by the State Materials Laboratory 10 during source material approval. 11 12 Two additional rolls for each roll tested which failed from the lot previously tested 13 will then be selected at random by the Engineer for sampling and retesting. If the to 14 retesting shows that any of the additional rolls tested do not meet the required 15 properties, the entire lot will be rejected. If the test results from all the rolls retested 16 meet the required properties, the entire lot minus the roll(s) that failed will be 06 17 accepted. All geosynthetic that has defects, deterioration, or damage, as 18 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be 19 replaced at no additional expense to the Contracting Agency. 20 21 9-33.4(4) Acceptance by Certificate of Compliance 22 When the quantities of geosynthetic proposed for use in each geosynthetic 23 application are less than or equal to the following amounts, acceptance shall be by ' 24 Manufacturer's Certificate of Compliance: 25 Application Geosynthetic Quantity ■r Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities 26 27 The Manufacturer's Certificate of Compliance shall include the following information 28 about each geosynthetic roll to be used: „ 29 30 Manufacturer's name and current address, 31 Full product name, 32 Geosynthetic structure, including fiber/yarn type, 33 Geosynthetic Polymer type (for all temporary and permanent geosynthetic 34 retaining walls only), 35 Geosynthetic roll number(s), 36 Geosynthetic lot number(s), 37 Proposed geosynthetic use(s), and 38 Certified test results. " 39 40 9-33.4(5) Approval of Seams 41 If the geotextile seams are to be sewn in the field, the Contractor shall provide a up 42 section of sewn seam that can be sampled by the Engineer before the geotextile is 43 installed. 44 wo 1 The seam sewn for sampling shall be sewn using the same equipment and 2 procedures as will be used to sew the production seams. If production seams will Am 3 be sewn in both the machine and cross-machine directions, the Contractor must 4 provide sewn seams for sampling which are oriented in both the machine and 5 cross-machine directions. The seams sewn for sampling must be at least 2 yards 6 in length in each geotextile direction. If the seams are sewn in the factory, the 4W 7 Engineer will obtain samples of the factory seam at random from any of the rolls to 8 be used. The seam assembly description shall be submitted by the Contractor to 9 the Engineer and will be included with the seam sample obtained for testing. This tm 10 description shall include the seam type, stitch type, sewing thread type(s), and 11 stitch density. 12 13 SECTION 9-34, PAVEMENT MARKING MATERIAL 14 April 3, 2006 a„ 15 9-34.2 Paint 16 This section is revised to read: 17 No 18 White and yellow paint shall comply with the specifications for high volatile organic 19 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC 20 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall 21 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed '�' 22 Standard 595, color 15090 and the tolerance of variation shall match that shown in the 23 FHWA"Highway Blue Color Tolerance Chart." 24 QW 25 9-34.3 Plastic 26 This section is revised to read: 27 28 White and yellow plastic pavement marking materials shall comply with the 29 specifications for: 30 31 Type A— Liquid hot applied thermoplastic 32 Type B— Pre-formed fused thermoplastic 33 Type C— Cold applied pre-formed tape 34 Type D— Liquid cold applied methyl methacrylate 35 36 Blue plastic pavement marking material for "Access Parking Space Symbol with 37 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color 38 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match 39 that shown in the FHWA"Highway Blue Color Tolerance Chart." 40 41 9-34.4 Glass Beads 42 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 43 247, Type 1. 44 45 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 46 April 3, 2006 47 9-35.2 Construction Signs 48 The first paragraph is supplemented with the following: 49 1 Post mounted Class A construction signs shall conform to the requirements of this 2 section and additionally shall conform to the requirements stated in section 9-28. 3 4 The second paragraph is revised to read: 5 6 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall 7 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. WO 8 9 The first sentence in the fourth paragraph is revised to read: 10 11 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 12 and any other previously approved sign materials except aluminum is prohibited. Any 13 sign which otherwise meets the requirements of this section and was purchased prior to „ 14 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 15 have been fabricated with Type VI reflective sheeting. 16 w err t ` SPECIAL PROVISIONS C 1 L L L L L L L L t L aw r SPECIALPROVISIONS.................................................................................................................9 1-01 DEFINITIONS AND TERMS................................................................................................9 1-01.1 General.................................................................................................................................9 1-01.3 Definitions..........................................................................................................................9 1-02...BID PROCEDURES AND CONDITIONS........................................................................ 11 1-02.1 Prequalification of bidders................................................................................................ 11 1-02.2 Plans and Specifications................................................................................................... 11 1-02.5 Proposal Forms.................................................................................................................12 1-02.6 Preparation of Proposal.................................................................. .......12 ............................ 1-02.6(1) Proprietary Information................................................................................................13 1-02.7 Bid Deposit.............................................................................................................. ....13 1-02.9 Delivery of Proposal.........................................................................................................13 1-02.12 Public Opening of Proposals..........................................................................................13 arr 1-02.13 Irregular Proposals..........................................................................................................13 1-02.15 Pre Award Information....................................................................................................14 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids........................................................................................................15 rr. 1-03.2 Award of Contract............................................................................................................. 15 1-03.3 Execution of Contract.......................................................................................................15 w. 1-03.4 Contract Bond................................................................................................................... 15 1-03.7 Judicial Review................................................................................................................. 16 ,�. 1-04 SCOPE OF WORK..............................................................................................................16 1-04.2 Coordination of Contract Documents.............................................................................. 16 1-04.3 Contractor-Discovered Discrepancies..............................................................................16 1-04.4 Changes ............................................................................................................................ 17 1-04.8 Progress Estimates and Payments.....................................................................................17 1-04.11 Final Cleanup.................................................................................................................. 17 1-05 CONTROL OF WORK.......................................................................................................17 1-05.4 Conformity With and Deviation from Plans and Stakes...................................................17 1-05.4(3) Contractor Supplied Surveying.................................................................................... 18 1-05.4(4) Contractor Provided As-Built Information...................................................................19 1-05.7 Removal of Defective and Unauthorized Work................................................................19 1-05.10 Guarantees......................................................................................................................20 1-05.11 Final Inspection...............................................................................................................21 1 1-05.11(1) Substantial Completion Date......................................................................................21 1-05.11(2) Final Inspection and Physical Completion Date........................................................21 1-05.11(3) Operational Testing....................................................................................................22 1-05.12 Final Acceptance.............................................................................................................22 1-05.13 Superintendents,Labor and Equipment of Contractor...................................................22 1-05.14 Cooperation with Other Contractors...............................................................................22 1-05.16 Water and Power.............................................................................................................23 1-05.17 Oral Agreements.............................................................................................................23 1-05.18 Contractor's Daily Diary.................................................................................................23 1-06 CONTROL OF MATERIAL...............................................................................................24 1-06.1 Approval of Materials Prior to Use...................................................................................24 1-06.2(1) Samples and Tests for Acceptance 1-06.2(2) Statistical Evaluation of Materials for Acceptance......................................................24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC..............................24 1-07.1 Laws to be Observed........................................................................................................24 1-07.2 State Sales Tax..................................................................................................................25 10 1-07.6 Permits and Licenses........................................................................................................26 1-07.9 Wages................................................................................................................................27 0 1-07.9(5) Required Documents....................................................................................................27 1-07.11 Requirements for Non-Discrimination...........................................................................27 1-07.11(11) City of Renton Affidavit of Compliance..................................................................27 1-07.12 Federal Agency Inspection.............................................................................................27 1-07.13 Contractor's Responsibility for Work.............................................................................27 1-07.13(1) General.......................................................................................................................27 1-07.15 Temporary Water Pollution/Erosion Control.................................... err 1-07.16 Protection and Restoration of Property...........................................................................28 1-07.16(l) Private/Public Property 28 aw 1-07.17 Utilities and Similar Facilities........................................................................................29 1-07.17(1) Interruption of Services..............................................................................................30 to 1-07.18 Public Liability and Property Damage Insurance...........................................................30 1-07.22 Use of Explosives...........................................................................................................33 No 1-07.23 Public Convenience and Safety......................................................................................33 1-07.23(1) Construction Under Traffic........................................................................................33 to 1-07.23(2) Construction and Maintenance of Detours.................................................................35 1-07.24 Rights of Way.................................................................................................................35 r 2 fliri .. r' 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters..........................................................................................................36 a. 1-08.0(1) Preconstruction Conference.........................................................................................36 1-08.0(2) Hours of Work..............................................................................................................37 aw 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees.....................38 1-08.2 Assignment........................................................................................................................38 1-08.3 Progress Schedule.............................................................................................................38 1-08.4 Notice to Proceed and Prosecution of the Work...............................................................39 1-08.5 Time For Completion........................................................................................................40 1-08.6 Suspension of Work..........................................................................................................41 1-08.7 Maintenance During Suspension......................................................................................41 ow 1-08.9 Liquidated Damages 1-08.11 Contractor's Plant and Equipment...................................................................................42 1-08.12 Attention to Work............................................................................................................42 1-09 MEASUREMENT AND PAYMENT..................................................................................42 ar, 1-09.1 Measurement of Quantities...............................................................................................42 1-09.3 Scope of Payment.............................................................................................................43 1-09.6 Force Account...................................................................................................................44 1-09.7 Mobilization......................................................................................................................44 aw1-09.9 Payments...........................................................................................................................44 1-09.9(l) Retainage......................................................................................................................45 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...................46 1-09.11 Disputes and Claims........................................................................................................47 1-09.11(2) Claims........................................................................................................................47 1-09.11(3) Time Limitations and Jurisdiction..............................................................................47 1-09.13 Claims and Resolutions...................................................................................................48 aw 1-09.13(3) Claims$250,000 or Less............................................................................................48 1-09.13(3)A Administration of Arbitration..................................................................................48 1-09.13(3)B Procedures to Pursue Arbitration.............................................................................48 1-09.14 Payment Schedule...........................................................................................................49 r1-09.14(1) Scope..........................................................................................................................49 1-10 TEMPORARY TRAFFIC CONTROL................................................................................58 1-10.1 General..............................................................................................................................58 1-10.2(1)B Traffic Control Supervisor.........................................................................................59 1-10.2(2) Traffic Control Plans....................................................................................................59 3 ow 1-10.3(3) Construction Signs 1-10.4 Measurement....................................................................................................................59 1-10.5 Payment 1-11 RENTON SURVEYING STANDARDS.............................................................................60 2-01 CLEARING GRUBBING,AND ROADSIDE CLEANUP................................................63 no 2-01.1 Description........................................................................................................................63 2-01.2 Disposal of Usable Material and Debris...........................................................................64 2-01.5 Payment............................................................................................................................64 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...................................................64 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs .............................................................64 2-02.4 Measurement....................................................................................................................64 2-02.5 Payment............................................................................................................................64 rtr 2-03 ROADWAY EXCAVATION AND EMBANKMENT.........................................................65 2-03.3 Construction Requirements ...........................................65 ................................................... 2-03.4 Measurement....................................................................................................................66 2-03.5 Payment............................................................................................................................66 +riii 2-04 HAUL..................................................................................................................................66 2-04.5 Payment............................................................................................................................66 2-06 SUBGRADE PREPARATION............................................................................................66 2-06.5 Measurement and Payment..............................................................................................66 2-09 STRUCTURE EXCAVATION............................................................................................67 2-09.1 Description........................................................................................................................67 2-09.3(1)D Disposal of Excavated Material................................................................................67 2-09.4 Measurement ....................................................................................................................67 2-09.5 Payment 5-04 ASPHALT CONCRETE PAVEMENT................................................................................68 5-04.2 Materials...........................................................................................................................68 5-04.3 Construction Requirements ..............................................................................................68 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS................................................71 7-01 DRAINS ..............................................................................................................................73 7-01.2 Materials...........................................................................................................................73r 7-01.3 Construction Requirements..............................................................................................73 7-01.4 Measurement....................................................................................................................74 �r 7-02 CULVERTS.........................................................................................................................74 7-02.2 Materials...........................................................................................................................74 4 7-04 STORM SEWERS...............................................................................................................74 7-04.2 Materials...........................................................................................................................74 ar7-04.4 Measurement....................................................................................................................74 7-04.5 Payment............................................................................................................................74 7-05 MANHOLES, INLETS,AND CATCH BASINS................................................................75 7-05.3(1) Adjusting Manholes and Catch Basins to Grade..........................................................75 7-05.3(2) Abandon Existing Manholes........................................................................................76 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...................................................................76 7-05.3(3) Connections to Existing Manholes..............................................................................76 7-05.4 Measurement....................................................................................................................77 7-05.5 Payment............................................................................................................................77 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements..............................................................................................78 7-08.3(1)C Bedding the Pipe 7-08.3(1)D Pipe Foundation.......................................................................................................78 �. 7-08.3(2)A Survey Line and Grade..............................................................................................78 7-08.3(2)B Pipe Laying-General...............................................................................................78 7-08.3(2)E Rubber Gasketed Joints.............................................................................................79 7-08.3(2)H Sewer Line Connections...........................................................................................79 7-08.3(2)J Placing PVC Pipe.......................................................................................................79 7-08.3(3)A Backfilling Sanitary Sewer Trenches........................................................................79 7-08.4 Measurement ....................................................................................................................80 7-08.5 Payment............................................................................................................................80 7-09 PIPE AND FITTINGS FOR WATER MAINS....................................................................81 err 7-09.3(15)A Ductile Iron Pipe.....................................................................................................81 7-09.3(15)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over)..............................................81 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene..........................................81 7-09.3(19)A Connections to Existing Mains................................................................................81 +�w 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block.......................................................82 7-09.3(23) Hydrostatic Pressure Test...........................................................................................82 r. 7-09.3(24)A Flushing and............................................................................................................83 7-09.3(24)D Dry Calcium Hypochlorite.................................................................................. 83 7-09.3(24)K Retention Period......................................................................................................83 7-09.3(24)N Final Flushing and Testing......................................................................................84 7-09.3(25) Joint Restraint Systems..............................................................................................84 5 7-09.4 Measurement..................................................:.................................................................85 7-09.5 Payment............................................................................................................................86 7-12 VALUES FOR WATER MAINS..........................................................................................86 7-12.3(1) Installation of Valve Marker Post.................................................................................86 7-12.3(2) Adjust Existing Valve Box to Grade............................................................................86 ,r 7-12.4 Measurement....................................................................................................................87 7-12.5 Payment............................................................................................................................87 7-14 HYDRANTS .......................................................................................................................87 7-14.3(1) Setting Hydrants...........................................................................................................87 7-14.3(3) Resetting Existing Hydrants.........................................................................................88 7-14.3(4) Moving Existing Hydrants...........................................................................................88 7-14.5 Payment............................................................................................................................88 7-15 SERVICE CONECTIONS...................................................................................................88 7-15.3 Construction Details.........................................................................................................88 so 7-15.5 Payment............................................................................................................................89 7-17 SANITARY SEWERS.........................................................................................................89 7-17.2 Materials...........................................................................................................................89 7-17.3 Construction Requirements..............................................................................................89 7-17.3(1) Protection of Existing Sewerage Facilities..................................................................89 7-17.3(2)H Television Inspection.................................................................................................89 7-17.4 Measurement ....................................................................................................................90 7-17.5 Payment............................................................................................................................90 8-09 RAISED PAVEMENT MARKERS.....................................................................................90 8-09.5 Payment............................................................................................................................90 8-13 MONUMENT CASES 8-13.1 Description........................................................................................................................91 8-13.3 Construction Requirements .........91 'o ..................................................................................... 8-13.41 Measurement...................................................................................................................91 8-13.51 Payment..........................................................................................................................91 8-14 CEMENT CONCRETE SIDEWALKS...............................................................................91 8-14.3(4) Curing..........................................................................................................................91 8-14.4 Measurement ....................................................................................................................92 8-14.5 Payment............................................................................................................................92 8-17 IMPACT ATTENUATOR SYSTEMS..................................................................................92 8-17.5 Payment............................................................................................................................92 6 f 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL........................92 8-20.2(1) Equipment List and Drawings......................................................................................92 .r 8-22 PAVEMENT MARKING 8-22.1 Description........................................................................................................................93 8-22.3(5) Installation Instructions................................................................................................93 8-22.5 Payment............................................................................................................................94 8-23 TEMPORARY PAVEMENT MARKINGS.........................................................................94 8-23.5 Payment............................................................................................................................94 9-03.8(2) HMA Test Requirements...............................................................................................94 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS........................................95 9-05.4 Steel Culvert Pipe and Pipe Arch(RC).............................................................................95 9-05.7(2) Reinforced Concrete Storm Sewer Pipe RC 9-05.7(2)A Basis for Acceptance(RC)........................................................................................95 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)................... .........95 .......................................... 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)..........................................................95 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)..........................................................................95 9-05.12(3) CPEP Sewer Pipe.......................................................................................................96 9-05.14 ABS Composite Sewer Pipe...........................................................................................96 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe........................................................................96 rr 9-05.22 High Density Polyethylene Piping..................................................................................97 9-08 PAINTS................................................................................................................................99 9-08.8 Manhole Coating System Products...................................................................................99 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES..........................................100 9-23.9 Fly Ash(RC)...................................................................................................................100 9-30 WATER DISTRIBUTION MATERIALS..........................................................................100 9-30.3(1) Gate Valves (3inches to 12 inches)............................................................................100 9-30.3(3) Butterfly Valves..........................................................................................................101 9-30.3(5) Valve Marker Posts....................................................................................................101 «+++ 9-30.3(7) Combination Air Release/Air Vacuum Valves...........................................................101 9-30.3(8) Tapping Sleeve and Valve Assembly.........................................................................101 .�„ 9-30.3(9) Blow-Off Assembly...................................................................................................101 9-30.5 Hydrants..........................................................................................................................102 9-30.5(1) End Connections(RC)...............................................................................................102 9-30.5(2) Hydrant Dimensions..................................................................................................102 9-30.6(3)B Polyethylene Pipe....................................................................................................102 7 r ` lO% — 0-30.6(4) Service -------------.-----'--.----------.----. 9-3O.�5) &�c�c�8�1c�o ---.—.----'lO2 ~ —,' .------------.---------------- � � 'r - `. , � so� � .� -� ~ � ~ � 8 v« ..r SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General .. Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions ,w Section 1-01.3 is revised and supplemented by the following: Act of god "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract" '■' Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. aw Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. wry Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. w 9 o Contract Completion Date: The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time. Completion Date: The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed,or of materials furnished or being furnished by Contractor. ' Notice of Award:The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or engineer to the Contractor authorizing and directing the Contractor to proceed with work and establishing the date on which the contract time begins. Or Equal Where the term "or equal' is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed " substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond"defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding.The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. w Points Wherever reference is made to Engineer's points,this shall mean all marks,bench marks, reference points, stakes, hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. V* 10 Provide Means"furnish and install"as specified and shown in the Plans. Secretary,Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids,gases,power, signals,or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of bidders Delete this section and replace it with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids(Advertisement for Bids) for the work. ,rr w 11 After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No.of Sets Basis of Distribution Reduced plans (11" x 17") and 4 Furnished automatically contract provisions upon award Large plans(22"x 34") 4 Furnished only upon request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder.shall complete spaces on the proposal form that call for, but are not limited to,unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable,retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. n The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed.The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. it 1-02.6(1) is a new section. (******) 12 1-02.6(1) Proprietary Information 1-02.6(1) is a new section. Vendors should, in the bid proposal, identify clearly any material(s)which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any +•r request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any do claim that such materials are, in fact, so exempt., 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; ,.. 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; r 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope with Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope Or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if. a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The complete proposal form contains any unauthorized additions, deletions, alternate bids,or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 13 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Delete this section and replace with the following: l. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; C. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the A authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work(Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: ' Before awarding any contract, the Contracting Agency may require one or more of these items or actions of, r 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 0 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain and furnish a copy of a business license to do business in the city of county where the work is located; 14 W 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT w, 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract,an insurance certification as required by Section 1-07.18,and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor ■+ shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the + + Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 15 iii 1. Be on Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by theIf president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. 2006 WSDOT Standard Specifications for Road,Bridge and Municipal Construction 9. Contracting Agency's Standard Plans(if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-04.3 is a new section: 1-04.3 Contractor-Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components �(t of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction,which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given 16 MW between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of Aw lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation rr will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in MW these specifications as being provided by the Engineer. All costs for this survey work shall be included in"Contractor Supplied Surveying,"per lump sum. Wo The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. bw 17 The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer,per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various -items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying"per lump sum if that item is included in the contracts. ' 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3)is a new section: When the contract provides for Contractor Supplied Surveying,the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1- 11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. ter The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. 18 w. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete survey work +.. required to complete the project and as-built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4)is a new section: It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, err by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and dW elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. it All costs for as-built work shall be included in the contract item "Construction Surveying, Staking, and As-Builts", lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of written notice from Engineer, or fails to perform any part of the work required by the Contract Documents, Owner may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, WW compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. ow If sufficient funds do not remain in the contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days'written notice, sell such materials at �I 19 public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized work corrected immediately,have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when,in the opinion of the Engineer,a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public,Property Owner and Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 20 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1)is a new section: When the Contractor considers the work to be substantially complete,the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will w schedule an inspection of the work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work,replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the a,. Substantial Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use,the Engineer,by written notice to the Contractor,will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the r„ Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2)is a new section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete of unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued aw vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may,upon Written Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting w� Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 21 1-05.11(3) Operational Testing Section 1-05.11(3)is a new section: Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship,materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls,meters,or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power,gas, labor,material, supplies,and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested,unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1 the Contracting A eg ncy will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities,districts,agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 22 +�w 3. QWest Communications 4. City of Renton(water, sewer,transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners +rr The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work,unless the contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer,agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation r shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary wr Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said "W work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. +w 5. Listing of any materials received and stored on- or off-site by Contractor for future installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. No 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. `" 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. so 23 VW 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record,but they must be signed,dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete,a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be +lii installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer aw does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance ` Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs 24 w "" warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. • Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish,publish, and make known to all employees,procedures for ensuring immediate removal to a hospital, or doctor's care,persons, including employees,who may have been injured on the project site. Employees wr should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant,appliances, and methods,and for any damage or injury resulting from their failure, or improper maintenance,use,or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not,be intended to include review and adequacy of the "' Contractor's safety measures, in,on,or near the project site. 1-07.2 State Sales Tax go Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1)through 1-07.2(4)are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting ' Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3)describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. .w 25 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171,and its related rules,apply to building, repairing,or improving streets, roads, etc., which are owned by a municipal corporation,or political subdivision of the state,or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170,and its related rules,apply to the constructing and repairing of new or existing buildings,or other structures,upon real property. This includes,but is not limited to,the construction of streets,roads,highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within,and a part of,a street or road drainage system; telephone,telegraph, electrical power distribution lines,or other conduits or lines in or above streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property,whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases,the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule 170,with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools,machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services(as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. 26 rrr Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises; licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph,and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors,regardless of project's funding source. Aw 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11)is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, aw are less restrictive than Washington State Law,then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates aw which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and to lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General w. Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer,the contractor shall be able to overcome them. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: 27 In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams , and other bodies of water,the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State,as well as permits acquired for the project. wrr 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1)is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements,right-of-way, over private property or franchise, shall be 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 disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements,cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns,and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way,the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of to equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means,of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way which have lawn areas. All fences,markers,mailboxes,or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled,in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other 28 construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the 40 Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways)used by him if damaged. w In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make r. the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities rrr Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves,manholes, vaults,or pull boxes which are buried shall be conspicuously marked in a 4M fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). "" Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. to Contractor shall check with the utility companies concerning an y p ossible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the 4W vicinity of the excavation area,have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have or all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 00 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground o. Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified,if the utility chooses to do so. ow 29 «r Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects rr of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Interruption of Services Section 1-07.17(1)is a new section: (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service,if needed,will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. ` The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. , If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. �u 30 The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages (revised and supplemented to include WSDOT and Sam's Club as aw additional insured) As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. VW All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. to 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII(A rating of A XII or better is preferred.) r.. If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have w► assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per ,•, project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or «+ equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury VW • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers'Compensation • Statutory Benefits(Coverage A) - Show Washington Labor&Industries Number 31 D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e.pollution liability). The CONTRACTOR shall name the CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured(ISO Form CG 2010 or equivalent). The Contractor shall also name Washington State Department of Transportation (WSDOT) and its officers,officials, agents,employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall also name Sam's Real Estate Business Trust and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work.The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above ry shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by CITY OF RENTON. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause(Cross Liability) Ali D. Policy may not be non-renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** +r Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments(Any One $5,000 Person) , Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) 11�Y 32 is "" Umbrella Liabilitv Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 ", Products/Completed Operations Aggregate $1,000,000 Professional Liability(If required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 Pollution Liability(If required,) Per Loss $1,000,000 Aggregate $1,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two(2)years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general �r aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing sw such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form(attached herein)without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; ,,. B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified a"` above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives ,,w Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in V' strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. a` The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety we 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: 33 To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks driveways, and paths within the project limits, keeping them open, and in good, - clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired M at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: + 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew.striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway,the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's viii expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(l)is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any 4' street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks,power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prioru to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. 34 aw O" Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners'access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access +•• facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not 'r" open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. „W 1-07.23(2) Construction and Maintenance of Detours Revise the second paragraph to read: Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build,maintain in a safe condition, keep open to traffic, and remove when no longer aw needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, O"' 2. Detour crossings of intersecting highway, and 3. Temporary approaches. *W 1-07.24 Rights of Way Delete this section in its entirety,and replace it with the following: Street right of way lines, limits of easements. and limits of construction permits are indicated on the MW Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. �r Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public tight of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained buy the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry had been received. a. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. "' Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. a. 35 law The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract.The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has 40 been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. ` 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1)is a new subsection: The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a do preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule(3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) + List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings(bring preliminary list) 4 Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilitiesy Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations,if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance, payrolls, certifications 36 a` Safety regulations for Contractors'and Owner's employees and representatives Suspension of work, time extensions Change order procedures ,r Progress estimates -procedures for payment Special requirements of funding agencies Construction engineering,advance notice of special work Any interpretation of the Contract Documents requested by Contractor on Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry "' Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be up prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2)is a new subsection: ow Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. �r If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not .r required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. .r Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to : requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; "' requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple ow work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. aw aw 37 .rr 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8-hour to work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present,and a survey crew may be required at the discretion of the Engineer.The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the to Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. wr 1-08.1 Subcontracting ` Section 1-08.1 is revised as follows: Revise the Second Paragraph to Read: The Contractor shall not subcontract work 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 to provide proof that subcontractor has the experience, ability, and equipment the work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the contract. The Contractor shall require each subcontractor so of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented by adding the following: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all "a subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in 40 the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, 40 forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: 38 rl�f low The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information,at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent,or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion aw of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract,or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. �r If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. w Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be aw followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth Im specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain aw progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will go thereafter, in all respects,apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or 4, any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly wr schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not 39 ;o, commence the Work until the Notice to Proceed has been given by the Engineer.The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. err 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer.The Contract Time will be stated in"working days", shall begin on the Notice To Proceed Date or the date identified in the Notice to Proceed as "the first working day",and shall end on the Contract Completion Date. ; A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day,the day after Thanksgiving,and Christmas Day.The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non- working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day,beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer rr determined unworkable day. The Engineer will furnish the Contractor:a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; andiw 40 `w 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47(Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. aw In order to meet the schedule constraints from Sam's Club for the start of the holiday shopping season, the Contractor must complete all work within Sam's Club parking lot, including landscape restoration and final asphalt paving of the parking lot by no later than Friday, November 16, 2007. Failure to complete this portion of the work prior to •r the above deadline shall be grounds for implementation of liquidated damages in accordance with Section 1-08.9. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Wo Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1- aw 08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: air (******) Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the dr., written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. 4.• If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: wr At no expense to the Contracting Agency,the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during ,.r 41 Wig suspension (as required in section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor 4' costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this 00 Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment as Section 1-08.11 is a new section: The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the wi contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. wr 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. �r 42 r '® Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. wo All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered,to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: "W 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery o` 4 Location of delivery, by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name fw It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. a. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to " the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. „` Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street ,r 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name • 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The Bid Items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. +� The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. 43 If the"payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form ' requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. , Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form.When items are to be"furnished"under one payment item and"installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: y) Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office,buildings, and other facilities necessary for work on the project;providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization&Demobilization," Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every moth thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the irr purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. 44 .w. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work w"' completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the schedule of values for that item. aw 3. Materials on Hand— 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by W the Engineer. Progress payments will be made in accordance with the progress estimate less: +�. 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an aw admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress r schedule(see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1)is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. �ww In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien,including all costs and reasonable engineer's and attorney's fees. r. 45 wr 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2)is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RXW 39.04.250, RCW 39.12 and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the contractor is obligated to pay. 3. Utilizing material,tested and inspected by the Engineer, for purposes not connected with the Work(Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) 6. Anticipated or actual failure of the Contractor to complete the Work on time: inl a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule,which indicates the Work will not be complete within the Contract Time.When calculating an anticipated time overrun,the Engineer will make allowances for weather delays,approved unavoidable delays, and suspensions of the Work.The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to perform any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an--of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has not protested such disbursement. 46 A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 1-09.9(3) Final Payment Section 1-09.9(2)is a new section: err (******) Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the 'w Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; �r. nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB,MBE or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to wr unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 of for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the "" provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations — Federal, State, or local — that affect the contract. The dated the Contraction Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). Wo 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: w (******) Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: aw 47 ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: 46 The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof, 3. Is arbitrary and/or is not based upon the :applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case,all costs shall be borne by the contractor. rr err 48 MEASUREMENT AND PAYMENT SCHEDULE 1-09.14 Payment Schedule Section 1-09.14 is a new section: GENERAL 1-09.14(1) Scope Section 1-09.14(1)is a new section: �. A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, 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 appurtenances thereto, and including all costs of compliance with the regulations of public r 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 ow prices named in the Bid Schedules for the various appurtenant items of work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount +rw used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items I-09.14(2)A Mobilization &Demobilization (Bid Item 001) Measurement for mobilization&demobilization shall be lump sum. The lump sum price shown shall cover the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses,prepare the site for construction operations,and maintain the site and surrounding areas during construction,provide protection of existing utilities,provide component and system testing, final clean-up of the site, and move all personnel and equipment off the site after contract completion. Payment for mobilization will be made at the lump sum amount bid(NOT to exceed 80% of bid price prior to completion of construction)based on the percent of completed work as defined in the 2006 Standard Specifications for Road,Bridge, and Municipal Construction(WSDOT) for mobilization. �w► Payment for the remaining 20%will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials,preparation of all necessary submittals,bonds, insurance, site improvements,clean-up etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent (10%) of the total amount of Bid. 49 1-09.14(2)B Trench Excavation Safety Systems(Bid Item 002) Measurement for trench excavation safety systems will be based on a percentage defined as the amount of water and sanitary sewer pipelines installed divided by the total length of sanitary sewer and water pipe shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc.required to complete this item of work in conformance with the Contract Documents. 1-09.14(2)C Construction Surveying,Staking, and As-Builts(Bid Item 003) go Measurement for construction surveying, staking and as-built information—Schedule A 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 percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor,materials, equipment,travel, surveying needed to construct the improvements to the line and grade as shown on the plans,to provide the required construction and as-constructed field(as-built information)notes and drawings, etc.required to complete this item of work in conformance with the Contract Documents.No more than 50%of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Gi Engineer. 1-09.14(2)D Traffic Control(Bid Item 004) go Measurement for traffic control work will be based on the percentage of total work complete, by dollar value,at the time of measurement. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). 1-09.14(2)E Temporary Erosion/Sedimentation Controls(Bid Item 005) Measurement for temporary erosion/sediment control(s)will be based on the percentage of total work complete,by dollar value,at the time of measurement. Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which payment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing, plastic sheeting, etc. required to complete this item of work in conformance with Contract Documents. 1-09.14(2)F Landscape Restoration (Bid Item 006) 50 Measurement for landscape restoration shall be per lump sum of landscape restored as required to compete this item in conformance with Contract Documents. Payment for landscape restoration shall be per lump sum,which payment will be complete compensation for all labor, equipment,materials, materials hauling, sod,topsoil,trees, shrubs, rockeries in kind, fencing, mail box placement,preparation, forming,placement, finishing, watering, cleanup, etc required to compete this item in conformance with the Contract Documents. This item includes construction and restoration of all ditches and swales for surface water runoff control encountered during construction activities and is considered incidental to this pay item. •"' 1-09.14(2)G Furnish and Install 1611 Class 52 Ductile Iron Water Pipe with Poly-wrap, and Ductile Iron Fittings(Bid Item 00 7) Measurement for furnishing and installing water pipes and fittings of the size, type and class specified +r will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing water pipes and fittings of the size, type and class specified shall cover the complete cost of providing all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the r following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, 0 Saw cutting,trench excavation,and dewatering(if needed), Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, + Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly-pigging, shackle rods,temporary blow-off assemblies, and all incidentals, • Furnishing bedding materials,placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Testing,poly-pigging, disinfecting and flushing of water mains, • Replacing,protecting and/or maintaining existing utilities, 1-09.14(2)H Furnish and Install Megalug Restraint Harness(Series 1100 and 1700)for Push- On Pipe (Bid Item 008) Measurement for furnishing and installing Megalug thrust restraint harness for push-on pipe bells, mechanical joint fittings, and appurtenances will be based on the number of Megalug restraint assemblies installed. Payment for furnishing and installing water pipes and fittings of the size, type and class specified will be made at the measured quantity put in place that pay period times the unit amount bid, and shall r. cover the complete cost of providing all labor, materials (including Megalugs), and equipment required to complete the work specified in the contract documents and plans including but not limited to installing Megalug Series 1700 Thrust Restraint Harness for ductile iron pipe push-on bells for a complete and functional system per the manufacturer's instructions and recommendations, and Megalug Series 1100 Mechanical Joint Restraint for ductile iron pipe for a complete and functional system per the manufacturer's instructions and recommendations. 51 .w. 1-09.14(2)1 Furnish and install 16-inch Gate Valve Assembly (Bid Item 009) Measurement for furnishing and installing 16" gate valve assembly will be per each for each type valve installed in conformance with the Contract Documents. Payment for furnishing and installing 16" gate valve assembly will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utilityrifi location, excavation,removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, gate valve, gaskets, valve box and cover, installation, operating nut extension, appurtenances, bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete all valves in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. 1-09.14(2)J Furnish and install 12"Gate Valve Assembly (Bid Item 010) Measurement for furnishing and installing 12" gate valve assembly will be per each for each type valve installed in conformance with the Contract Documents. Payment for furnishing and installing 12" gate valve assembly will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location,excavation,removal and disposal of waste material including existing pipes and.structures in the excavation, foundation material, gate valve, gaskets, valve box and cover, installation, operating nut extension, appurtenances, bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete all valves in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. 1-09.14(2)K Furnish and install Fire Hydrant Assembly(Bid Item 011) Measurement for furnishing and installing fire hydrant assembly will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for furnishing and installing fire hydrant assembly will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation,removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, mainline tee and gate valve, gaskets, valve box and cover, installation, operating nut extension, Stortz adapter, shackle rods, concrete blocking, appurtenances, handling, bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete all fire hydrant assemblies in conformance with the Contract Documents. Select imported backfill materials, sidewalk replacement and curb and gutter replacement are included in other bid items. 1-09.14(2)L Connection to 16" Water Main—Benson Road(Bid Item 012) Measurement for connection to 16" water main—Benson Road will be per lump sum for completion in conformance with the Contract Documents. Payment for connection to 16" water main — Benson Road will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation 52 No .. material, pipe and fittings of the size and type called out in detail, shackle rods, concrete blocking, couplings, cleaning, chlorinating, testing, final connection, appurtenances, handling, bedding, placement of subsequent backfill (native) materials, compaction, water, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete the connection in conformance with the Contract Documents. Valves and Select imported backfill materials are included in other bid items. 1-09.14(2)M Connection to 12" Water Main—NE Corner Sam's Club (Bid Item 013) Measurement for connection to 12" water main— NE Corner Sam's Club will be per lump sum for completion in conformance with the Contract Documents. Payment for connection to 12" water main — NE Corner Sam's Club will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, pipe and fittings of the size and type called out in detail, shackle rods, concrete blocking, couplings, cleaning, chlorinating, testing, final connection, appurtenances, handling, bedding, placement of subsequent backfill (native) materials, compaction, water, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete the connection in conformance with the Contract Documents. Valves and Select imported backfill materials are included in other bid items. r. 1-09.14(2)N Connection to 12" Water Main—S Corner Sam's Club (Bid Item 014) Measurement for connection to Connection to 12" Water Main — S Corner Sam's Club will be per lump sum for completion in conformance with the Contract Documents. too Payment for Connection to 12" Water Main — S Corner Sam's Club will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and �w disposal of waste material including existing pipes and structures in the excavation, foundation material, pipe and fittings of the size and type called out in detail, shackle rods, concrete blocking, couplings, cleaning, chlorinating, testing, final connection, appurtenances, handling, bedding, placement of subsequent backfill (native) materials, compaction, water, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete the connection in conformance with the Contract Documents. Valves and Select imported backfill materials are included in other bid items. 1-09.14(2)0 Connection to 16" Water Main—SR 515(Talbot Road) (Bid Item 01 S) Measurement for connection to 16" water main — SR 515 (Talbot Road) will be per lump sum for completion in conformance with the Contract Documents. Payment for connection to 16" water main at SR 515 (Talbot Road) will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, pipe and fittings of the size and type called out in detail, shackle rods, concrete blocking, couplings, cleaning, chlorinating, testing, final connection, appurtenances, handling, bedding, placement of subsequent backfill (native) materials, compaction, water, temporary pavement patching, adjustment to finish grade, and cleanup, etc. required to complete the connection in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. 53 �wr ti NO 1-09.14(2)P Casing for Water Main Crossing under Existing CMP Culvert(Bid Item 016) Measurement for furnishing and installing the Casing for Water Main Crossing under Existing CMP Culvert will be per lump sum for completion in conformance with the Contract Documents. Payment for furnishing and installing the Casing for Water Main Crossing under Existing CMP Culvert shall be lump sum and shall be full compensation to complete the installation of the casing, to insulators, spacers, end seals, CDF Backfill,restoration, and all appurtenances required for a complete and functional installation.Payment shall also be full compensation for all initial excavations, and investigations in order to assess the condition of the existing storm drain culvert. 1-09.14(2)Q Casing Installation under Future Benson Road 1I--405 Retaining Wall(Bid Item 017) it Measurement for furnishing and installing the Benson Road future I-405 retaining wall casing complete with all appurtenances in conformance with the Contract Documents. Payment for furnishing and installing the Benson Road future 1-405 retaining wall casing shall be lump sum and shall be full compensation to complete the installation of the casing,insulators, spacers,end seals,restoration of all existing drainage features adjacent to the casing work including guardrail along Benson Road, and all appurtenances required for a complete and functional installation. 1-09.14(2)R Select Imported Trench Backfill(Bid Item 018) Measurement for Select Imported Trench Backfill shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement on payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. sir Payment for Select Imported Trench Backfill will be made at the amount Bid per ton, which payment will be complete compensation for all labor,materials, equipment,hauling,placement,water, 10 compaction,removal and disposal of waste materials, etc.required to complete this item of Work in conformance with the Contract Documents. 1-09.14(2)S Removal and Replacement of Unsuitable Foundation Material(Bid Item 019) Measurement for removal and replacement of unsuitable foundation material shall be measured in Tons based on the placed weight of material installed. Placement of foundation material and geotextile fabric will be measured only for the area(s)authorized by the Engineer. Certified weight tickets shall accompany each load,a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the amount Bid per ton,which payment will be complete compensation for all,labor,materials,equipment, excavation, foundation materials,haul,placement,water, compaction,removal and disposal of wastejj material, etc. required to complete this item of Work in conformance with the Contract Documents. 1-09.14(2)T Crushed Surfacing Top Course (Bid Item 020) Measurement for crushed surfacing top course shall be measured in tons based on the weight of material installed into the work except for material placed under the Bid Item for Asphalt Concrete 54 Patch Including CSTC. 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. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. low Payment for crushed surfacing top course will be made at the amount Bid per ton, which payment will be complete compensation for all labor, materials, equipment,hauling,placement, water, compaction,removal and disposal of waste materials, etc. required to complete this item of Work in ON conformance with the Contract Documents. 1-09.14(2)U Reinforced CDF Trench Cut-Off Walls(Bid Item 021) A. Measurement for constructing the reinforced trench cutoff walls under the future Benson Road location,complete with gravel backfill and PVC drain pipe in conformance with the Plans and Contract Documents. to Payment for the Reinforced CDF Trench Cut-Off Walls shall be lump sum and shall be full compensation to complete the installation of CDF trench cut-off walls where shown on the plans or where required in the field by the Engineer, gravel backfill,PVC drains,connect to and restore so existing pipe slope drainage system,restoration, and landscaping. 1-09.14(2)V Asphalt Concrete(Temporary and Permanent)for trench patching Class%"PG-70 wr (Bid Item 022) Measurement for asphalt concrete patch shall be measured in tons, over the completed surface of the trench and roadway. Pavement repair measurement width shall be as defined by the limit of patch via payment shown in the Plans and Contract Documents,unless otherwise approved by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed a* within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for asphalt concrete patch will be made at the amount Bid per ton, which payment will be or Payment complete compensation for all labor,materials,haul, surface preparation,placing gravel materials including crushed surfacing top course, compaction,water,pavement saw cutting, asphaltic materials, tack oil,placement, final trench patch, cleanup, etc. required to complete this item of Work in all conformance with the contract documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. .b 1-09.14(2)W 2"Deep Asphalt Overlay Class Y2"PG-70 (Bid Item 023) Measurement for 2 "deep asphalt overlay Class ''/2"PG-70 shall be measured in tons of asphalt Class ''/z"PG-70 over the completed surface of the street. Overlay measurement shall be as defined by the all limit of asphalt overlay payment shown in the Contract Documents,unless otherwise approved by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for 2"deep asphalt overlay Class %"PG-70 will be made at the amount Bid per ton, which payment will be complete compensation for all labor,materials,haul, surface preparation, asphalt grinding for overlay,haul to waste the grinding spoil material, aggregate, compaction, asphaltic ..r 55 aw placement,roller compaction,materials,pre-leveling,tack oil,p action,joint sealing, adjustment of utilities to p grade,cleanup,etc.required to complete this item of Work in conformance with the contract documents. No additional payment will be made for work necessary to correct damage to curbs, gutters,utility structures,or other appurtenances resulting from the Contractor's grinding or paving operations. 1-09.14(2)X Concrete for Thrust Blocking,Dead-Man Anchor Blocks(Bid Item 024) Measurement for concrete for thrust blocking,dead-man, anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead-man,anchor bolts in conformance with the Contract Documents. Payment for furnishing and installing concrete for thrust blocking, dead-man anchor blocks will be made at the measured quantity put in place that pay period times the unit amount bid and shall cover the complete cost of providing all labor,materials, equipment, excavation,haul dispose of waste, dewatering,concrete vertical and horizontal blocks, dead-man anchor bolts,reinforcing steel, shackle rods,clamp assembly, anchor bolts,and necessary forni work. Concrete material weights shall be verified by providing a copy of certified truck tickets,which will accompany each load. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. 1-09.14(2)Y Replace Pavement Markings and Traffic Buttons (Bid Item 025) Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks, railroad crossing markers, lane markers and all other traffic control elements as shown in the Plans, Contract Documents and/or those that existed prior to construction which are damaged,disrupted or removed as a result of construction of this project,unless otherwise approved by the Engineer. Payment for replace pavement markings shall be made per lump sum,which payment will be complete compensation for all labor, equipment,materials,hauling,paint,traffic buttons, thermoplastic markings,preparation, finishing,cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(2)Z Remove and Replace Concrete Sidewalk(Bid Item 026) at Measurement for remove and replace concrete sidewalk shall be in square yards of sidewalk repair required for installation of utilities as shown in the Contract Documents,unless otherwise approved by the Engineer. Payment for remove and replace concrete sidewalk will be made at the amount Bid per square yard, which payment will be complete compensation for all labor, equipment,materials,removal of existing, materials hauling,preparation, forming,placement, finishing, cleanup, etc. required to rrt compete this item in conformance with the Contract Documents. 1-09.14(2)AA Remove and Replace Concrete Curb and Gutter(Bid Item 027) Measurement for remove and replace concrete curb and gutter shall be in lineal feet of curb repair required for installation of utilities as shown in the Contract Documents,unless otherwise approved by the Engineer. Payment for remove and replace concrete curb and gutter will be made at the amount Bid per lineal foot,which payment will be complete compensation for all labor, equipment,materials,removal of existing,materials hauling,preparation, forming,placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 56 1-09.14(2)AB Traffic Loops Sensor Replacement(Bid Item 028) Measurement for the restoration of the traffic detection loops and all appurtenances shall be per lump sum. Payment repair measurement width shall be as defined by the limit of restoration shown in the Contract Documents,unless otherwise approved the Engineer. Payment for the restoration of the traffic detection loops and all appurtenances shall be per lump sum, i.r which payment will be complete compensation for all labor, materials, equipment,testing, removal and disposal of waste materials, etc. required for a complete and functional system,to complete this item of work in conformance with the Contract Documents. OUR 1-09.14(2)AC Contingency for Removal and Replacement of Existing CMP Culvert(Bid Item 029) +w Measurement for existing culvert removal and replacement and all appurtenances shall be per lump sum and shall include all labor, equipment,materials,materials hauling, finishing, restoration, cleanup, etc.required for a complete and functional removal and replacement of the existing culvert faw unless otherwise approved the Engineer. Any initial investigations as required to determine the actual conditions,dimensions, and extents of any possible repairs shall be considered as incidental to the cost of the work and shall not be so considered as part of this Bid Item. The decision to exercise the culvert replacement contingency and perform any actual replacement shall be at the sole discretion of the Owner. Payment for actual culvert replacement installed shall be per lump sum,which payment will be Iva complete compensation for all labor, equipment,materials,materials hauling, finishing,restoration, cleanup, etc.required for a compete and functional repair. low 1-09.14(2)AD SR Sl S Storm Water Drainage Modification (Bid Item 030) Measurement for all stormwater drainage modifications and all appurtenances shall be per lump sum as required to complete this item in conformance with Contract Documents. as Payment for furnishing and installing stormwater pipes of the size specified and catch basins of the type specified shall cover the complete cost of providing all labor,materials, equipment required to complete the work specified in the contract documents and plans,and provide a complete and ON functional system. Bid Item shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical as location, • Saw cutting, trench excavation, and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, Yfi • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing, installing, and laying stormwater pipes of the size shown and all incidentals. Pipe type shall comply with the accepted types given in the King County Surface Water Design Manual or approved by the City of Renton. • Furnishing bedding materials,placing and compacting pipe bedding as shown on the plans, • Connecting to existing catch basin and providing seal around connection, • Placing and compacting trench backfill, • Replacing,protecting and/or maintaining existing utilities. 57 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General ' Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be all items described in Section 1-10, including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining,.and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item"Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items 58 required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. IMP Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. "'' Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. rr 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: ■ A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. r .The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: „ At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3)paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit .p contract price for the various other items of the work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". 59 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. wi 1-10.5 Payment Section 1-10.5 is replaced with: 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 included in the proposal: "Traffic Control,"lump sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. ► All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. IfI there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. 60 Those surveys dependent on retracement of a plat or,short plat shall reveal the controlling monuments,measurements,and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements +� were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. ,w, Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field air notes. 1-11.1(5) Corners and Monuments Ar Comer A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: + A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1)and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to r. and including one-sixteenth corners; and + Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street wr intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create or permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or"as- builting" while occupying one such monument and sighting another such monument. A minimum of or two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. dot The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the «�+ specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and Not the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be vft� 61 %W 1I�1 used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes),a brief description of the point,and northing, eastmg, and elevation(if applicable)values, all in ASCII format,on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station--offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined ► either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the to improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. sir All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the"as built". YA The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all"as-built" surveys. 62 w 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners + shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1-11.2(1) herein. All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the low monument and flush with the pavement surface,per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI, for ar the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of w Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency(PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the aw monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Comers per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11:2(2) Monuments '�`� Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. at 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP *Is 2-01.1 Description two Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. +rw, Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage. 63 low The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ' 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3)is revised and supplemented as follows: Item"1."Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces +rii to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: rlr "Saw Cutting",per Lineal Foot. "Remove Sidewalk",per Square Yard. "Remove Curb and Gutter",per Lineal Foot. "Cold Mix",per Ton "Remove Asphalt Concrete Pavement,"per square yard. "Remove Cement Concrete pavement,"per square yard. "Remove existing ,"per 64 All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. low 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 1M Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits am shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data r,. processing equipment, by 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. low Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer,shall be provided by the Contractor at his sole expense. aw All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches dw of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, ww grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves,brush, sticks, trash and other debris until final acceptance of the Work. as Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. all The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the �"" materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. O.. 65 ow If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications shall be used. 2-03.4 Measurement ' Section 2-03.4 is supplemented by adding the following: At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation-by the cubic yard(adjusted for swell)may be measured by truck in the 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. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item.All costs for embankment g compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the Proposal: "Roadway Excavation Including Haul,"Per Cubic Yard "Removal and Replacement of Unsuitable Foundation Material,"Per Ton ' "Gravel Borrow Including Haul,"Per Ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) go provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of work other than roadway excavation shall be paid at unit contract prices. to The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for excavating, loading,placing,or otherwise disposing of the material. so The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item.All costs for embankment to compaction shall be included in other bid items involved. 2-04 HAUL as 2-04.5 Payment to Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION wry 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: (******) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 66 r 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: �r. This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material '• Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: 411110 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 the work. 4111111 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: or Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, 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. No 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: r. 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. up "Structure Excavation Class A Incl. Haul",per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at 411111 the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the "l" Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer tap approves. 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 "Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot 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 67 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 as determined by the Engineer,then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. �r "Gravel Backfill (Kind)for(Type of Excavation)",per cubic yard or per Ton. "Controlled Density Fill",per cubic yard. 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 back-fill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this Section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: rrr Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1'/ inch minus crushed surfacing base course placed to a compacted thickness of 2'/2 inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1'/�inches. HMA`Class 'h In PG-70' shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay .r► Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with a paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner,the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint(real or dummy)and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. 68 Curbs,Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use *■' and activity, shall be repaired to the satisfaction of the property owner, the City,King County, and to its original condition or better. „�. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5)is supplemented as follows: The Contractor shall maintain existing surface contour during patching,unless otherwise instructed by City Engineer or King County inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the Ar project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must ,,,,r sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked" from one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. rr All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to ww prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and w application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. NO The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6"in diameter and the depth of the overlay from the center of the utility location. +rr The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. m.. The day following the start of application of ACP,utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. wYir During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. wr Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. o. Payment for utility adjustments includes all labor,materials,tools,and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 69 VW 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: (*****) 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the rrrr mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula(JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks,road approaches, ditches, slopes,paths,trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: (*****) Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 5-04.5 Payment 5-04.5(I)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor All aggregate passing: 1 1/2", 195, 3/", 1/z", 3/8"and No. 4 sieves 2 All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3 70 If11 w.. All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents +� fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the 'street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix .r formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. too The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons,and the unit contract price per ton of the mix. "o If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 00 Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 "No For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 UP multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new section with subsections: 'r" 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period,prior to use by vehicular traffic. Within paved streets, the 71 Contractor may use temporary pavement to allow vehicular traffic to travel over the construction 46 areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. Within paved alleys,the Contractor may use the compacted backfill to allow vehicular traffic to travel over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across 46 surfaces. 5-06.2 Materials err The composition of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements Contractor shall maintain temporary cold or hot mix asphalt patches daily during to the satisfaction of fat the governing road agency and Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges,ruts,bumps,depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair,patch,or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 6-12.3 Construction Requirements as The rock unloading at the site will be done in such a manner as to segregate the rock by the size ranges indicated in the 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 wr 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 and have a stable appearance. The rocks shall be carefully placed by 40 mechanical equipment and in a manner such that the longitudinal 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 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 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 inch square probe. 72 ONO 000 6-12.3(1) Rockery Backfill The wall backfill shall consist of 1-1/2 inch minus crushed rock or gravel conforming to section 9- „ 03.9(3). This material will 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 lifts to an elevation approximately 6 inches below the course of rocks placed. The backfill will be placed after each course of rocks. Any backfill material on the bearing surface of the rock course will be removed before setting the next +r. course. 6-12.3(2) Drain Pipe A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown in the standard plans, and connected to the storm drainage system where shown. 6-12.3(3) Rejection Of Material VON The inspector will have the authority to reject any defective material and to suspend any work that is being improperly done, subject to the final decision of the engineer. All rejected material will be removed from the construction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. 4W 6-12.4 Measurement Measurement of the finished rock wall for payment will be made from the footing grade to the top of go the wall and rounded to the nearest square yard. 6-12.5 Payment Payment will be made under the item"rock retaining wall",per square yard. Qr The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place and shall include all work, materials, and equipment required to complete the installation, including drainage pipe and all other items. 000 7-01 DRAINS No 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: a, Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment 1, zinc coated (galvanized) steel with Asphalt Treatment 1, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene(PE) at the option of the Contractor unless the Plans specify the type to be used. err 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: aw The second paragraph is revised as follows: PVC drain pipe shall be jointed with a bell and spigot joint 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 jointed QW with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: No PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing GNP underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. ow 73 aw 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the contract does not include "structure excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS ' 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or 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 also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it do shall be understood that steel is zinc coated(galvanized),Asphalt Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized ' representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear No feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7-04.5 Payment +6 The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no additional payment shall be made. 46 Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. 74 Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS,AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: aw (******) All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1)is replaced with: (******) Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be aw adjusted to the finished elevations per standard detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed o rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon aw completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be aw backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and 4W adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. do In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be or removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron aw 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 .. 75 Im 61 following placement of the concrete,the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. W Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered. irY Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for go manholes. 7-05.3(2) Abandon Existing Manholes 06 Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged,the manhole base , shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned(or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans),both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3 000 psi cement concrete and the PP PP P gg � P pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation(See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3)is supplemented by adding the following: Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or to where shown on the plans,additional structure channeling will be required. 76 .. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins �.. or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor,materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane yr Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT) Finish:Two or more coats of Wasser MC-Aroshield(min.4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be ar the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. +ra Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment +�+ Section 7-05.5 is supplemented as follows: "Adjust Existing ,"per each. The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin,"per each. rw "Connect Structure to existing pipe,"per each. 77 la. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, 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 pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1)of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(2)A Survey Line and Grade 16 Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths)flow elevation,unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. 78 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. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. r�r Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and/or the grades. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a rr feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" 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 Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench,prepared as specified in Section 7-02.3(1)PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is an added new section supplementing 7-08.3(3) 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 79 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. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9- 03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. In cuts transverse to the road alignment and at all utility crossings,the entire trench shall be backfilled with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum lifts. After backfill and compaction,an immediate cold mix patch shall be placed and maintained in a manner acceptable to the King County inspector until replaced with a permanent hot mix patch. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement which may occur during the period stipulated in the contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Puri Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the TON. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ",per cubic yard, or Ton. "Gravel Backfill for Pipe Zone Bedding",per cubic yard,or Ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe",per each. "Commercial Concrete",per cubic yard. "Structure Excavation Class B",per cubic yard. 80 "Structure Excavation Class B Incl.Haul",per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B",per square foot. If this pay item is not in the contract,then it shall be incidental. r 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more)curves, either horizontal or vertical,may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The .M amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) y" Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17)has been revised as follows: wr The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene 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 valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 orAWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system . Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water r. mains will be done by City forces as provided below: City Installed connections: 1. Connections to existing piping and tie-ins are indicated on the drawings. The contractor must verify all existing piping, dimensions, and elevations to assure proper fit. 2. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. 81 w A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re- schedule the connection if the work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings,pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. '7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21)has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete(hand mixed concrete is not allowed)and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be 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 registering 1 gallon per revolution.The meter shall be approved by the Engineer. 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. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. 82 * Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 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 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L- p in which: 7400 L= Allowable leakage,gallons/hour N=No.of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P=Average test pressure during the leakage test,psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 WA minute test gdod."Is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be �.. cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing �r shall be done after disinfection."is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/1. 83 .. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25)is a new additional section: General_ Where shown on the plans or in the specifications or required by the engineer,joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by star national products, 1323 Holly avenue PO box 258, Columbus Ohio 43216,unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten),ASTM A242, heat-treated, superstar"SST" series. High strength low-alloy steel (cor-ten),ASTM A242, superstar"SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4"by heat treating(quenching and tempering)to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S 10: for 5/8" and 3/4"tierods,ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS 12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S 12: 5/8" and 3/4" diameter, ASTM A36,A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. y1 517:ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 84 y 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 411.............................................2 .r. 611.............................................2 811.............................................3 1011............................................4 1211............................................6 1411............................................8 1611............................................8 18"............................................8 201f............................................10 2411............................................14 3011............................................(16-7/8"rods) 36"............................................(24-7/8"rods) Where a manufactures mechanical joint valve or fitting is supplied with slots for"T" bolts instead of ■r holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater . than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. r 7-09.4 Measurement Measurement and Payment Schedule for Installation of Water Mains and Appurtenances are shown in Section 1-09.14 INV Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by 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 accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are included as separate pay items. If not included as separate pay items in the contract,then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s)as shown on the plans. 85 •r 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: "Furnish and Install Ductile Iron Water Main&Fittings",per lineal foot. j The unit contract price per linear foot for each size and kind of"Furnish and Install Ductile Iron Water Main&Fittings" shall be full pay for all work for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead-Man Anchor Blocks",per cubic yard. The unit contract price bid for"Concrete Thrust Blocking and Dead-Man Anchor Blocks" shall be full pay for all work for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains",per each. The unit contract price per each connection to existing water mains shall be full pay for all work for the bid item as described in Section 1-09.14. Payment for "removal and replacement of unsuitable material" will be considered incidental to or calculated under other bid items and no further compensation will be made. "Select Imported Trench Backfill",per cubic yard or ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for all work for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material",per ton or cubic yard. Payment at the unit contract price for" Removal and Replacement of Unsuitable Foundation Material " shall be full compensation for excavating and disposing of the unsuitable material and replacing with the appropriate foundation material per Section 9-30.7B(1). 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1)has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. Section 7-12.3(2)is a new section: 7-12.3(2) Adjust Existing Valve Box to Grade Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final y installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. 86 The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Measurement and Payment Schedule for Installation of Water Mains and Appurtenances are shown in Section 1-09.14 Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the work, then value box adjustment shall be considered incidental. aw Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Section 7-12.5 is replaced with the following: "Furnish and install "Gate Valve Assembly,"per each. The unit contract price per each for the valve of the specified size shall be full pay for all work for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly,"per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of Renton Standard Detail, latest revision. "Adjust Existing Valve Box to Grade(RC),"per each. The contract bid price for"Adjust Existing Valve Box to Grade" above shall be full compensation for «r all labor,material,tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including all incidental work. If not included as a separate pay item in the Contract,but required to complete other work in the Contract,then adjustment of valve boxes shall be considered incidental to other items of work and no further compensation shall be made. J0 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: +r• After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats.The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43- 655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for 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. 87 .. 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 (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside right-of-way). to Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.5 Payment Measurement and Payment Schedule for Installation of Water Mains and Appurtenances are shown in Section 1-09.14 Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install Fire Hydrant Assembly",per each. The unit contract price per each for"Furnish and install Fire Hydrant Assembly" shall be full pay for all work for the bid item as described in Section 1-09.14. X "Resetting Existing Hydrants",per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. . Guard posts, shown on the plans shall be incidental to the contract. "Moving Existing Hydrants",per each. The unit contract price per each for"Moving Existing Hydrant" shall be full pay for all work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. 88 r. �+» Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Aw 7-15.5 Payment Measurement and Payment Schedule for Installation of Water Mains and Appurtenances are shown in Section 1-09.14 s Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is • included in the proposal: "Service Connection In. Diam.",per each. The unit contract price per each for "Service Connection In. Diam." shall be full pay for all work to install the service connection, including but not limited to, excavating or (hoe-hogging), tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those " prescribed or having defects which prevent adequate joint seal or any other damage shall be rejected. If requested by the Engineer,not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance ' of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.32 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1)is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream system, shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: 89 Once the television inspection has been completed the contractor shall submit To the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). The City will also accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of"Bank Run Gravel for Trench Backfill 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. 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: a "Plain Cone. Sewer Pipe_In. Diam.",per linear foot. "Cl. Reinf. Cone. Sewer Pipe E.In.Diam.",per linear foot. "PVC_Sanitary Sewer Pipe In. Diam.",per linear foot. "Ductile Iron Sewer Pipe In. Diam.",per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. "Testing Sewer Pipe",per linear foot. r11 The unit contract price per linear foot for"Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe"is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material",per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer",per cubic yard, or Ton. The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish, place, and compact material in the trench. "Television Inspection",per linear foot. 8-09 RAISED PAVEMENT MARKERS tai 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: r "Raised Pavement Marker Type 1",per each. "Raised Pavement Marker Type 2",per each. "Raised Pavement Marker Type 3- In.",per each. "Recessed Pavement Marker",per each. The unit contract price per each for "Raised Pavement Marker Type V, "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker"shall 90 At be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. 8-13 MONUMENT CASES �.. 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. AW When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the surveyor in accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. +ir 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument"per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4)is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular .s traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. v. 91 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: (******) 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 including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for such installation,then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt y Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: ai "Curb Ramp, Cement Concrete,"per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc. Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete." 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for"Traffic Control." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraphs four of Section 8-20.2(1)are revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved plans. 2. Signal standards with or without pre-approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1)is deleted. it Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1)is supplemented as follows: i 92 WM The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the .� Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane,two-way highways and for channelization. Approach Line(New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements,to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line(Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line(Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot .w line and a 15-foot space.The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line(Replacement) A SOLID WHITE line 12, 18,or 24 inches wide as noted on the Contract plans. 8-22.3(5) Installation Instructions Section 8-22.3(5)is revised as follows: 93 A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment ft Section 8-22.5 is supplemented as follows: (******) "Approach Stripe,"per linear foot. to "Remove Paint Line....." wide,"per linear foot.* "Remove Plastic Line ......"Wide,"per linear foot.* "Remove existing traffic markings, "per lump sum.* *The linear foot contract price for"Remove Paint Line" and"Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS 16 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. (January 5,2004) 9-03.8(2) HMA Test Requirements Section 9-03.8(2)is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be*** $$1$$ *** million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 1", 3/", '/z", and 3/8" sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% U.S.No. 50 sieve ±4% ±6% 94 * "` U.S.No. 100 sieve ±3% ±5% U.S.No. 200 sieve ±2.0% ±3.0% w Asphalt Binder ±0.5% ±0.7% VMA 1.5%below minimum value in 9-03.8(2) VFA min.and max. as listed in 9-03.8(2) 40 Va 2.5%minimum and 5.5%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The +w tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100%passing will be 99-100. we 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: aw (******) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type H. Welded seam aluminum 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. w 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2)is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. rr 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: MW All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: ., Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. w 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4)is supplemented by the following: Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) .,, Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these •"' Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 95 r. 40 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut 46 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. 10 Steel spiral rib storm sewer pipe shall be manufactured of metallic coated(aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. 46 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 essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs,having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch+ 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable go tolerance of+ 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: 9-05.12(3) CPEP Sewer Pipe so Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. 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 inch 96 w. deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. 4. 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 + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. For wide 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 3/4 inch+ 1/8 inch w. wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.22 High Density Polyethylene Piping Aw Section 9-05.22 is a new section: ON DRISCOPLE"4100 High-density Polyethylene Piping 1 General Terms and Conditions wo 1.1 Scope-This specification covers requirements for DriscoPlexTI 4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance with these specifications. 40 1.2 Engineered and Approved Plans -Construction shall be performed in accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer. .. 1.3 Referenced Standards-Where all or part of a Federal,ASTM,ANSI,AWWA, etc., standard specification is incorporated by reference in these Specifications,the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits-A licensed and bonded The Contractor shall be a licensed and bonded. 1.5 Inspections -All work shall be inspected by an Authorized Representative of the City who shall .w have the authority to halt construction if, in his opinion, these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated, the Engineer shall,by written notice, order further construction to cease until all deficiencies are corrected. 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers-The Manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by Nw► these Specifications. The Manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified Manufacturers. „�. 2.2 Materials -Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI(Plastics Pipe Institute)TR-4 with a 97 standard grade HDB rating of 1600 psi at 73°F. Color material,when used, shall be the same except t6 for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order,the Manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 98 r» 2.3 Interchangeability of Pipe and Fittings-The same Qualified and Approved Manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- Contractors or distributors are prohibited. 2.4 Polyethylene Fittings&Custom Fabrications -Polyethylene fittings and custom fabrications shall ,r be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings-Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. or 2.7 Polyethylene Flange Adapters-Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves(serrations)to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings&Flange Bolts-Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification «.. A. High Solids Urethane Coating System: Cl Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP-7(Sweep or brush off ,w blast) Application: Shop/Field The drying time between coats shall not exceed 24hours in 0r any case System Thickness: 6.0 mils dry film low 99 Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane(2.0 DFT)Finish:Two or more coats of Wasser MC-Aroshield(min.4.0 DFT) Color: White 1 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 16 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30,1(1) Ductile Iron Pipe (RC) Section 9-30.1(1)is revised as follows: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. . All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. �w 9-30.3(1) Gate Valves (3inches to 12 inches) Section 9-30.3(1)is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be wi Iowa List 14, Mueller Company No.A2380,Kennedy, or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and 1"bypass installation. Y1 Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one(1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. 100 rr Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be.U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370,Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as ++� required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. .rr 9-30.3(3) Butterfly Valves Section 9-30.3(3)is supplemented by adding the following: r Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts w. Section 9-30.3(5)has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. ' Valve markers shall be carsonite composite utility marker .375"x 6-0" or approved equal with blue label "water." „r 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7)has been supplemented as follows: Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination • air release valve, or equal. Installation shall be per the City of Renton Standard Detail, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: "W Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) ,W shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included 40 under this item and shall be considered incidental to the contract and no additional payment shall be made. +w 101 1W 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be Iowa, Corey Type(opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2)is replaced with the following: Fire hydrants shall be Corey type (opening with the pressure)or compression type (opening against AW pressure) conforming to 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 nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall rru have a 1-1/4"pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe ' Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4)has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters JW Section 9-30.6(5)has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision iY 102 t t i l L STANDARD PLANS L L L L L L L L L L L Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless an equal alternate is approved in writing by the Engineer. Steel Twes. Materials High strength low—alloy steel (cor—ten), ASTM A588 heat—treated. 1.Tiebolt: ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tielbolt Instollation: SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod Install the joint restraint system in accordance with the Manufacturer's qM SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints are mechanically locked together to prevent joint SST 756 : 3/4" for 14" to 24" M.J. with eye for 3/4" rod separation. SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod SST 757 : 3/4" for 14" to 24" M.J. with eye for 7/8" and 1" rod Tiebolts shall be installed to pull against the mechanical joint body and SST 778: 1" for 30" to 36" M.J. with eye for 1" rod not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. 411 2.Tienut Hex Nut Install tiecouplings with both rods threaded equal distance into ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tienut tiecouplings. Arrange tierods symmetrically around the pipe. SS8 for 5/8", 3/4", 7/8", 1" Tiebolt and Tierod Where a Manufacturer's mechanical joint valve or fitting is supplied with 3.Tiecoupling with Tiestop Pin slots for "T" bolts instead of holes, c flanged valve with a flonge by M, ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate SS10 for 5/8", 3/4", 7/8", 1" Tierod space for locating tiebolt. 4.Tierod: Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length betwee fittings. Continuous threaded rod for cutting to desired lengths ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tierod Insert long body solid sleeves as required on longer runs to keep Herod iIMY SS72 for 5/8°, 3/4", 7/8", 1" lengths to the 60 foot maximum. S.Tiewasher Pipe used in continuously restrained runs shall be mechanical joint pipe ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiewasher and tiebolts shall be installed as rod guides at each joint. SS17 for 5/8", 3/4", 7/8", 1" round flat washer No Pipe Test Size Pressure Number and Size of Rods Inches PSI 2 4 6 8 10 12 14 24 2 250 3/4" 3 250 3/4" 4 250 3/4" 6 250 3/4" 8 250 3/4" 10 250 314" 12 250 3/4" 14 250 3/4" 16 250 3/4" 18 250 3/4" 20 250 3/4" 24 250 3/4" +till 30 200 3/4" 36 200 1^ 42 200 1" 48 200 1 w. 2 5 SHACKLE RODDING AND TIE BOLTS ADOPTED IY CITY OF RENTON STANDARD PLANS LST DATE 1,4/04 UW DATE__ REVISION BY APPR'D DWG. NAME 809 SP PAGE: 8089 r A A PLAN VIEW wA�TER VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WOR/LENGTH OPERATING NUT "WATER" CAST INTO IT 12" MIN. 18" MAX. 4" CONCRETE COLLAR FOR 12" VALVES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS SEE DETAIL �- 2 PIECE CAST IRON VALVE BOX, RICH-SEATTLE TYPE TEEL OR OLYMPIC FOUNDRY \ AS REQUIRED 1/8 MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION VALVE OPERATION NUT EXTENSION NOTE EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED 3„ GRADE. EXTENSIONS ARE TO BE A MINIMUM OF 38" MIN. ONE (1) FOOT LONG. ONLY ONE EXTENSION TO WIDTH BE USED PER VALVE. WHITE POST NOTE: ALL EXTENSIONS ARE TO BE MADE 62" OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. 24" VALVE MARKER NOTES: +� VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST MAIN LINE VALVES OUTSIDE PAVED AREAS WATER VALVE OPERATING NUT EXTENSION AND VALVE MARKER POST ADOPTED d'o CITY OF RENTON STANDARD PLANS i LST DATE O4/04 T DATE P.EVISION JAPPRD hW(- 'j,',kA. � HO9O SP PAGE: B090 will fill CONCRETE BLOCKING SIZING PROCEDURE A. NfRAI The amount of concrete required to anchor horizontal bends, - Go to Table 2: Table 2 gives Ne safe bearing load for tees,and dead ends depends on the strength of the soil. The sand and gravel: 3,000 IDs./sq. ft. methods of placing concrete to keep the joint accessible is - Go to Figure 1. figure 1 indicates the position shown in Figure 1. The area in square feel of concrete which f the concrete for blocking the 90'bend. usl beor agoinsl the side of the trench is founds Dy OiNding -Go to olhe specifcaliohs of the project and find the thrust in pounds shown in Table 1 by the safe bearing load depth /trench((h = 4 feet of the 5oi as shown in Table 2. - Width of trench(W;= 3 feet B. With the above assembled information, i. The sizing procedure is for horizontal or downward we Proceed to then final calculations: thrusto ly. - Area of Concrete(A)= Thrust = 21,360 = 7.72 ft. 2. Height f the thrust block must be equal to or less Safe Bearing Load 3,000 sat than 1/2 the depth from the ground surface to the block -Mazimum Height of Thrust Block(Hm)= Depth of Trench in Feet base 2 3. The thrust block bearing lace is approximately h 4 red tangu ar. = T = 2 =2.0 ft. 4. The concrete blocking shall be as per APWA Specification 74-2.14. -Depth of Concrete Thrust Block(Dc) C. SYMBOLS d = Outside Diameter of Pipe in Feet s Width of Trench in Feet(W) - Outside Diameter of Pipe(d) T = Thrwt in Pounds at the Fitting(Table 1) 2 it SBL =Safe Bearing Load in Pounds/Sq. Ft.(Table 2) 3- 0.75 = 1.1}ft. n =Depth of Trench in Feet = 2 w =Width of Trench in Feet A =Area of Concrete whinh must bear against -Mazimum Length of Thrust Block (Lm) = Area of Concrete Ne Side f the Trench Sq.Ft. Height of Concrete Hm Moximum Height of the Thrust Block in feet Dc =Depth of the Concrete Thrust Block to A 7.12 = 3,56/l. Bearing Surface in Feet = Hm = 220 Lm =Mazimum Length of the Thrust Block in Feet - Required Amount of Concrete Hei ht x De Ih x Length)GROUND SUFACE quire ( 9 P 9 )x 0.03704 (Hm x Lm x Dc) x 0.03704 _ (2.0x3.56 x1.13)x0.03704 =0.30 cu. yd. In Xk�Dc TABLE 1 Thrust at Fittings in Pounds or h Prssa Hm=2 Size PSl fe deEntls Be0d Bend 2BenC2 1Bend4 BLOCK B 3" 300 2,120 3.000 1.630 830 430 4" 300 3.780 5,370 2,910 1,470 750 6" 300 8,500 12.000 6,510 3,320 1,700 e" 300 15,100 21,360 11,550 5,880 3,020 10" 275 21,620 30.570 16,540 8,430 4,330 ow D. CALCULATION EQUATIONS 12" 250 33,930 48,000 25,950 13.260 6,780 14" 250 46,200 65,370 35.340 18,030 9,240 Thrust (In Pounds T 16" 225 45,250 64,000 34,620 17,650 9,050 7. Area of Concrete(A)= Safe Bearing Load(In Pounds/Sq.Fl.) - SBL 18" 200 50,900 72,000 38,940 19,850 705 0 20' 200 62,840 88,900 48.080 24,520 12,560 Depth of Trench in Feet h 24 2010 90,480 127,980 69,200 35,320 18,100 2 Maximum Height or Thrust Block(Hm)_ = 30 200 147,370 199,960 108.150 55.140 28,280 2 B 36" 200 203,580 287,950 155,740 79,400 40,720 Width of Trench in Feet)- 3. Depth of Concrete Thrust Block= Outside Diameter of Pipe in Feet) - W-d 2 2 TABLE 2 Area of Concrete p Sofe Bearing Loads'n LD/Sa Ft 4. Maximum Length of Thrust Block(Lm)= Maximum aHeight Hn The safe bearing loods given in the following table are for Required 5. Re ed Amount of Concrete(Cu. Yd.) = (Height x Depth x Length)x 0.03704 excee ntal ds 2 feet.thrusts when the depth of cover over the rpipe = (Hm x Lm x Dc)x 0.03704 E XANP F Safe Bearing Load 5.91 L Lb. oer Sa Fl 1. Problem: 'Muck, peat, etc. 0 Soft Cloy 1,000 m Calculation of the aount of concrete required to block a 90'bend in n 8" Sono 2,000 C.I. water main; the n anal operating pressure in the pipe will be 65 psi and the soil Sand and Gravel 3,000 condition in the area indicates sand and 2. Solution: Sand and Gravel Cemented with Clay 4,000 Ow grave. Hard Shoe 10,000 Maximum testis ( ) p 'In muck or pent, all thrusts shall be restrained by piles or g pressure See Table 1 - 300 psi. = 0.75 ft. lie cads to solid foundations or by re owl of muck Outside diameter of 8"pipe = 9.05 in = 9-05/12 or peat ano repbcement with ballast of su f6cient Go to Table 1: The testing pressure f 300 psi,w see stability to resist thrusts. that the thrust on a 90'bend is 21,360 pounds. e r� ow CAP 22-1/24 'll o 90 BEND 11-1/4 FIGURE 1 wr NOTE: FOR CONVEX VERTICAL BENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. 0 45 BEND TEE /" CONCRETE BLOCKING SIZING PROCEDURE ADOPTED CITY OF RENTON fill _ STANDARD PLANS LST DATE:04/04 12/96 DCV 3/6/95 CORRECTED COLUMN HEADINGS DCV DATE REVISION BY A�UR F' DWG. NAME: B085 SP PAGE: 8085 i FUSION BONDED EPDXY COATED SHACKLE RODS TYPE A BLOCKING (Ty') FOR 11114° & 221/2° VERTICAL JENDS VB 5 d 7 5 U cr UU W w W 1 y Y Zw Ln m� 1LU Q�01 N w -j 11 W Vl r 2 TURNBUCKLES z a s w U m o w C�'u v~i a° C,0 o gymTHREAD 6' aW > 0 ov o a 300 111 4 8 2 3/4 221 2 12 21 4 6' 300 111 4 12 21/4 3/4 24 221/2 27 3 111/4 16 21 2 B' 300 221/2 43 3t/z 3/4 24 11 4 64 4 t 24 300 221 2 125 5 t 36 ° QQ d d ° \ v1 C ° e 4 ° m Li ° 4 4 ° d ? FUSION BONDED v1 EPDXY COATED ° \ o SHACKLE RODS a 46 e 4°4 Q °n: \jam (TYP) ° 4 �- -- S 4 TURNBUCKLES h TYPE A THREAD 6' o.19sS Rl ° c d ° < d ° ° ° ° //\ ° d ° J � e ° ° d d ° W TYPE B BLOCKING FOR 45° VERTICAL BENDS ° ° d CG ° e � VB S d L Vt ° ° ° ° d e Z ° od Z W 0-, W G Z) M � W Y �LL, Y_ co,N ° e ° ° /\ v, m a v d ° gm w Z wN Jw =o OF =`.w �ww o d� ~U as FU woi m zC c o ° d w 1LU w 004 O? d O Z ° W w W a > 0 V1 o ° a 0 w C ° v d e /\ 6' 300 45 64 4 3/4 20 ° ° d 8' 125 5 ° ° 44 12' 216 6 1 t 1 30 ° d ° S TYPE B trr VERTICAL CONCRETE BLOCKING vrr ti�Y 0 ADOPTED � (A � "4 CITY OF RENTON ♦ STANDARD 07 naTF Rwicinni QV Aoop'n DWG. NAME: B086 SP PAGE: BO86 ilrlr - Ali EXISTING WATER LINE PLAN VIEW aw TESTING DETAIL ew t8 FT H:E _ - O NEW WATER LINE No VERTICAL CROSS(MJxFL) FOR POLYPIGGING ow ONE BLIND FLANGE ON TOP WITH 2'TAP & 2"PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2" TAP & 2" TEMPORARY BLOW—OFF TEMPORARY BLOCK CUT—IN (BY CITY FORCES) TEE (FLxFL) W/ GONG. BLOCK 1— GATE VALVES (FLxMJ) 2— SOLID SLEEVES (MJ) OR RO—MAC COUPLINGS 1— PLUG (MJ) W/2'-TAP & TEMP. BLOW—OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE ow FINAL CONNECTION DETAIL YID >MY AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW—OFF & CONNECT WITH SLEEVE (MJ) & DJ. SPOOLS FINAL CONNECTION BY CITY FORCES ar EXISTING WATER LINE WATER CONNECTION DETAIL .r 1 VALVE CUT-IN INSTALLATION n CITY OF RENTON +�+ STANDARD PLANS LST DATES 04/04 DATE REVISION BY JPPR'D DWG. NAME: 8111 SP PAGE: 8111 - no EXISTING WATER LINE PLAN VIEW Mw TESTING DETAIL tiMl� 1-8 FT WE 0 NEW WATER LINE tlMN < VERTICAL CROSS(MJxFL) FOR POLYPIGGING �fIP ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) far TEE (FLxFL) W/ CONC. BLOCK 3- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS 1- PLUG (MJ) W/2'TAP & TEMP, BLOW-OFF TEMP, BLOCK wr EXISTING WATER LINE EXISTING WATER LINE 1rYf FINAL CONNECTION DETAIL SAW llwr AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTIIN BY CITY FORCES 9wr wrw EXISTING WATER LINE +irr WATER CONNECTION DETAIL 3 VALVES CUT-IN INSTALLATION n CITY OF RENTON ww ♦ .a � STANDARD PLANS LST DATE 04/04 tier DATE REVISION BY APPR'D DWG. NAME: B1 IZ SP PAGE: B112 .r °i TEMPORARY 2° GALVANIZED PIPE AND 2" GATE VALVE FINISHED GRADE ELEVATION r INSTALL 2" PLUG ON TOP BLIND FLANGE 3 FT MIN. COVER (10—INCH DIAMETER AND UNDER) AFTER REMOVAL OF POLYPIG lw+r 4 FT MIN. COVER (12—INCH DIAMETER AND OVER) w J a NEW WATER MAIN POLYPIG v 4r dw aw vier VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW-OFF ASSEMBLY (REMOVE BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY-PIG") ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING 40 ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN WATER MAIN POLYPIGGING STATION lr VERTICAL CROSS FOR POLYPIGGING CITY OF RENTON Iwlr +I.s I STANDARD PLANS LST DATE 04/04 DATE REVISION I BY APPR'D DWG. NAME B114 SP PAGE: B114 rr — low FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" 4w HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE Vwr PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. ww 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO Nw CURB TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION 4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT 0 o EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). aw MAX 4" MIN 2°� RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO-WAY BLUE. tw 42" MIN CONCRETE BLOCKING BURY .rr O MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" INUM 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. CONCRETE BLOCK UNDER HYDRANT —1/2 YARD WASHED DRAIN ROCK (3"TO 318") MIN. V ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. WrP FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND MIN 3' RADIUS LEVEL ALL GROUND MIN 3' RADIUS tIM 4.875" x 5" STORZ �6 1 C 1 ONE MAN RO*Ll- CUT LL HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL -� ADOPTED A 1 CITY OF RENTON „\ STANDARD PLANS LST DATE.04/04 DATE REVISION BY APPR'D DWG. NAME: 8102 SP PAGE: B102 w. w. MARKER MARKER MARKER � I e rrn F TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET aw ow MARKER MARKER rwr i 4 wrr FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS aw 7" _.� 4" r RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) wr HYDRANT MARKERS ADOPTED CITY OF RENTON Yr y„ STANDARD PLANS LST DATE:04/04 DATE REVISION I BY APPR'D DWG. NAME. 8103 SP PAGE: 8103 ar low am ca w D 1 D x A n Y O mx �Z T m A \� O. / Y m -N 0 'O / \�O D aw \ \ n ccr / \\ D m -NI \ D z <" \ O` O n " \\ �/ \� z O O / \ '� m Mle Z 0 m w m a 4ti --- �nY 0 21"MIN. 3" Z 08 j 0 / *0 44" i i-n v 0 /y TO Ox N wo W U A W N z U1! NO H 80 8a �m O 3= DT mx H-4>0-4 x>xx zDD m Ap yO rn° m� ; �O m z mT C; Nm 0�U�m 0;0 i u i 6 me mm m m Ox 3 z mA in y3 O�� m0 p l33,y W n� m n Zm m m G) �n0 MZ ?� z�^=�00 M-0 low g r7im � < b o mo r �� -O z�c"50 0;3 mp ? > D c m -1 M° �° A "' m m� r r F pW "'� ° mm� -1 ON 8a4 �O �n O m DtDil �� m mp�j° iC°� m< m +m -mi � mF ti m % D, Ox x yMm Z P m Om z m -i s= m c m� m O Dmi�170cA DOM m N in t tl� n� .m 5m y m Oz = -4 y0y2zm, $y MAE ° i -�i MX p2 0) yam 3 iv< - °4M,!�r mp � • Ox r z myZ 0 AC ° x nmONO O iii z v m m D o c -i°OT_zm 1x A DEC ;; • Jy0 6 m0 T ° �rccm <9 _ ?Z° z Zqo m y o m m m M O m p bFN� mfm/, ti tn0D m N p m 0 0 = s� oil �x 9 m Z o CCn y'I �a y� A ea N m v_ _ ^' a< D -1 Z o S(! Z ;, Sao y�T m i err .r w. 1 1/4" FOUNDARY NAME 7 1/4" FOR MACHINING 3/4" 11" 1/2" LETTERS RECESSED CLEARANCE 1 1/4" TO BE FLUSH BAR 1" THICK r 1 3/4" TYP, 4 PLACES + 3"VN ONno O O BARS 1 5/8" THICK � THIS AREA wv 0 BARS 1 3/8" THICK THIS AREA n a a n aw 4 � S1NVIOTIOd ON dNrlO YIV3WS 01 11V31O0 TOP VIEW L 2 BOTTOM VIEW 2 1/2" •w 2„ LEVELING PADS 8 — 3/4"x 1 3/4"X 1/8" END VIEW O� s r 1 1/4'• tlf� 23 3/4" 1 JII— 1/16" 3/4- "m 1 3/8" 1 3/4' 5/8" 3/4" �t 23 1/2" SLOT DETAIL Wr SIDE VIEW 7/8" TYP. SLOT ROUND ELLIPTICAL TANGENT BETWEEN TWO RADII OPTIONAL DESIGN FOR GRATE OPENING ENDS ww NOTES: 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD vrr (ALLEN HEAD) BOLT. 2. GRATE SHALL BE DUCTILE IRON. r 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD SPECIFICATIONS. 4. USE VANED GRATE IN CURB LINE. 5. USE FRAME SHOWN IN STANDARD DETAIL D-7. 6. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL. SURFACE WATER UTILITY ON CATCH BASIN FRAME & GRATE DETAILS (SHEET 1 OF 2) ADOPTED h CITY OF RENTON ♦ '♦ STANDARD PLANS LST DATE 04/04 DATE REVISION I BY APPR'D DWG. NAME. B020-1 SP PAGE: 8020.1 .ww 25 �yw 2 CEMENT CONCRETE CURB fY' GUTTER 31' CATCH BASIN ow VERTICAL CURB WALL EXTRUDED CURB SEE NOTE 1 tier LEVEL PADS (16) 3/4"X 2 1/4"X 1/8'. ww GUTTER PLAN CATCH BASIN WALL EXTRUDED CURB 18"x24" 9/16" 1 1/2" (+1/32", -0" TYP) err 4" �- 16"x22" 3/4" +r 17 3/4"x23 314" �—(+1/32", -0" TYP) 25"x31" ww ELEVATION >iyu NOTES: 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. vw 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. 3. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. 4, FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. qw SURFACE WATER UTILITY la CATCH BASIN FRAME & GRATE DETAILS (SHEET 2 OF 2) ADOPTED CITY OF RENTON ti •�,�3 J STANDARD PLANS �,' �•�•- - LST DATE:04/04 DATE I REVISION BY PPR'D DWG. NAME: B020-2 SP PAGE. B020,2 me Az o yr W O 0 t- ? o W E� a N W c < < C)0- QR. p�, C7 O N '� ; L v O A o /1 » n° 6 c 0°-' o d��g, o E} O gX ° °c "dam b7 ►1 V] Yi11/ ve .�.E �o Nv�� O N l ! • X j O PN♦ WSW s a K d p 03D�_D } off E Odc - t--a�a V- O 1 •o x 3 1 °.t►°e. •L3°tO•�v. ^•+ *°. "x' a qa p v v Oi o L} o•o L yr ` v ° Lx °c< -.2 1 e L c L 5 E e j-,t} O v K� C*m E v o+ O .0 a o LL D `i L O: O L low W n 0 1^<♦y►`Y,i �o Eiv H _ O N ^ Z v c C CD •r n c _ t O • N 0 , Z Q t C7 ° J o a Z c O e x ro W yY T ti V ✓► ✓1) Y UO m �Z Y c .., v m .20 4 ` W oc e o C7 \N No ; o Q a p Z u -------- ------- m ° *_- c7 on -------- Z 2�n 6 ' +ir J o�CL �. O v 3 Y W -j_-------- - ------ U •c mp ------- O -------- O O ........ • O 00 0 t W S 1, - - 2 d L cr r m BUY No CEMENT CONCRETE CURB AND GUTTER 1m 3/8"PREMOLDED JOINT FILLER tw 1.-B.. 5'-0 R R i 5 0•R.J 5-0" R. CATCH BASIN FRAME AND GRATE GUTTER PAN (NOT INCLUDED IN BID ITEM) r PLAN VIEW CATCH BASIN GUTTER PAN 2'-8" SLOPE GUTTER PAN DOWN TO FRAME tw 5 112" AND GRATE MATCH ROADWAY 5" SLOPE RECESS TOP OF 1/2" 1/2" R- ROADWAY VARIES � i ADJUSTMENT SECTION (NOT INCLUDED IN BID ITEM) -. c CATCH BASIN OR INLET (NOT INCLUDED IN BID ITEM) SECTION 1• A lilt B 1/2" s 1/2- +w 1/2"R I^ p MATCH ROADWAY —` SLOPE 1/2'R. No TOP_OF ROADWAY VARIES SECTION B vw CEMENT CONCRETE CURB AND GUTTER PLAN ++�+� SHEET 1 OF 1 ICY o ADOPTED V CITY OF RENTON STANDARD PLANS E N T O LST DATE. 04/04 DATE REViS10N BY APPR'D DWG. NAVE: F001 SP PAGE. F001 aw ar 0" 5 G BROOMED FINISH 0" 4" WIDE, SMOOTH o" TROWELED PERIMETER 5' E 0 G o" 5 G CEMENT CONCRETE CURB r (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITEM O+ 5 E Irr G CONTRACTION JOINT IN SIDEWALK ONLY iY1► EXPANSION JOINT IN BOTH CURB AND SIDEWALK -lb ow JOINT AND FINISH DETAIL aw SLOPE ROUNDING VARIES (SEE CONTRACT) WII► WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK VARIES - 6' - 0° MIN. YYY (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT INCLUDED -2% 2% IN BID ITEM 1/4" PREMOLDED JOINT FILLER +ir CEMENT CONCRETE SIDEWALK ADJACENT TO CURB rr 40 CEMENT CONCRETE SIDEWALK air SHEET 1 OF 3 tiZ Y p ADOPTED CITY OF RENTON i 4 9w � STANDARD PLANS LST DATE: 04/04 ,r DATE REVISION I BY APPR'D DWG. NAME: F005 SP PACE: F005_� "w 1'- 0" MIN. 6"1 SIDEWALK VARIES ^- 6' - 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT INCLUDED 2% IN BID ITEM SEE RAISED 1/4" PREMOLDED EDGE DETAIL JOINT FILLER ar CEMENT CONCRETE SIDEWALK WITH RAISED EDGE law SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) rr SIDEWALK 6 1/2" VARIES - 6' - 0" MIN. (SEE CONTRACT) +r+ 1/2" R. (TYP.) 2% 2% � SEE CURB FACE DETAIL MONOLITHIC CEMENT CONCRETE 4010 CURB AND SIDEWALK sw SLOPE ROUNDING VARIES (SEE CONTRACT) o' WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK BUFFER STRIP VARIES - 5' - 0" MIN. V6,R TES - 3' - 0" ill. +r,r (SEE CONTRACT) (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT 27 a 2y INCLUDED IN BID ITEM r vlw CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP CEMENT CONCRETE SIDEWALK rrw SHEET 2 of 3 tiSY p ADOPTED V CITY OF RENTON o ♦ • STANDARD PLANS LST DATE:04/04 *w DATE REVISION BY APPR'D DWG. NAME: F005-1 SP PAGE: F0051 a.. 6" 1/2° ow 1/2" R. LEVEL 1" R. 4 wr 2% 22 . fm NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2" JOINTS TO INCLUDE RAISED EDGE CONTR 2ACTION FACE OF CURB JOINT 5 1/2" 1" RAISED EDGE DETAIL w %_ L o TOP OF LD ROADWAY WALL OR BARRIER SIDEWALK 8" 1/2" R NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION u' JOINTS TO INCLUDE CURB (FULL DEPTH) r CURB FACE DETAIL low D P P � 7�1/4" PREMOLDED JOINT FILLER +r SIDEWALK ADJACENT qw TO WALL DETAIL aw 3/8" z 1/8" TO 1/4" TDB '�•. �Q ow p I PREMOLDED qAw JOINT FILLER OEXPANSION JOINT CONTRACTION JOINT +`r CEMENT CONCRETE SIDEWALK tow SHEET 3 of 3 ADOPTED G CITY OF RENTON ow STANDARD PLANS LST DATE: 04/04 i DATE REVISION BY APPR'D DWG. NAME: F005-2 SP PAGE: FOGS vicar -- a. 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS 1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER I(tirr 1/4"R AT JOINTS A wr SCORE LINES TO BE R7MATERIAL A •� NW TO CURB AND GUTTER ' 1/2°X4° EXPANSIO 1/4"R AT JOINTS SCORE LINES B B "W"-WIDTH OF SIDEWALK av aw 1/2"X5" EXPANSION wYr MATERIAL CURB RETURN 1/4"/FT. SLOPE ONLY 1/2"R 1/4"/FT. SLOPE ww 1/2"R 4 1/2"R/ / PAVEMENT AS PER PLANS 4" 1T PAVEMENT AS PER PLANS Mw PARKWAY) STANDARD CEM. STANDARD CEM. CONC. CURB AND GUTTER GUTTER CURB AND GUTTER SECTION A—A SECTION B—B iow SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS to GENERAL NOTES: No JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL NOT BE LESS THAN 3/16- IN THICKNESS AND SHALL BE EXTENDED 2° BELOW THE GUTTER LINE. 1/2" THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1" BELOW CONCRETE. WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER, THE JOINT SHALL BE A COLD to JOINT. 1/2-X 5" EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P.T.'S AT ALL CURB RETURNS. 1/2"X4• EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL. THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REOUIREMENTS OF CLASS B (3/4") WITH AIR ENTRAINMENT. THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2 1/2" TOOLED FINISH. SUBGRADE COMPACTION SHALL BE 907(MODIFIED PROCTOR). TYPICAL, SIDEWALK �.1 ADOPTED -�' CITY OF RENTON � E► � + + STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG, NAME. F007 SP PAGE F007 wr wm CENTER LINES • ® • • • • • • • • • ® • • • • • • • • 1_4" fAw • • • • • • • • • •` • • • • • • •—T 3 4" YELLOW TYPE 'I' 30' LINE MARKERS No DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) 9' 15' 3'� 4 YELLOW TYPE I LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.) �r er TWO-WAY LEFT TURN LANE ® • • • • • • • • • • • • • • 4„ �r 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS f v.r rr. NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH — 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. +or +r CHANNELIZATION MARKERS DETAIL ADOPTED 8 CITY OF RENTON STANDARD PLANS iceA -,, •`'_- LST DATE:0404 DATE REVISION BY APPR'D DWG. NAME HOC! SP PAC=E: H001 w. APPROACH LINE 3 ` 4" WHITE TYPE 'I' ow 24' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) ow aw NUMBER AND LOCATIONS OF ARROWS mw APPROACH LINE LENGTH ARROW LOCATIONS **40MOR 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) it 125'-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE 9' 15' 3' 4" WHITE TYPE '1' "a LINE MARKERS 4" WHITE TYPE 'Ile' err LINE MARKERS (REEL.) t» LANE LINE 4" aw 9' 15' �,,� *V4" WHITE TYPE 'I' LINE MARKERS w.v 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) aw CHANNELIZATION MAKERS DETAIL ADOPTED CITY OF RENTON we + ; STANDARD PLANS LST DATE:04/04 DATE REVISION BY A DWG. NAME: H002 SP PAGE: 'H002 rr Cc aw m .r� Q mA p Z C "' m n >m C <m X yrr d m z all m +ate D 0 v l P m D A n r�i m= f yn f n� m mw m A� r 4 m y rZ pp m m O 70 = n m aaarr A 1 C p c 3 �xn v mpm � m aw ? oar NNI" NT mm CO 10 1 aw m Z dS m T m Ow 3 o N m m No �O on ca to tA A c = D q p o ri f m / { n Ty to = z err m a t �, t. ... Mom �mc .:, �a sue. N � � - 4 Z 0 Z ROADWAY. ZO m �. ch H'�°^ z�� Z m oadW , go M D �p p m m �S�q ✓� ��O v a TYP i w1� m O m zZ N �y'`�e .y�Ft'' d m o = R � Z z n N m g loio .! pp on V 191 0 O wr � 1N MgB� n co N 0 0 �,� g t� z z M m O �1 m O Of z SLY 0 aa� .� g o v o x s N C D O Y v o !D J V C co LI) _—_—_— yo« L N Y V1 J 4 Ic% }O« V Y-O L -YUO H jOi Oj lAJ r i Ln rE x ND nN 0 on oc o u cL aEp$ » DV DDr G.�6V D / / �' CM O P o `iII a L L f ow c Y o0 mp o P+D W l Q w Y S k g 1 ~ D L p -LOO vf— Jill r..T�'� 1-..TON` D C• L C ..) O 00+% ..f-.Z -)Y L y%t a• -[oC 1 �=O flow D Y O C Iloilo rc 7 NNL H1111 lu So V C Y m L p at,lr Kim o c a 0-,Z '1- sstJon cc oM a y `11 N w 1� O III II d W ~ Z d II Y a o t c« o I I C - Y -o- oc O D L im yd~ S «° vac L .Vi« kitN 11 it W 1- W ow u d u I-- n u D U- C ..� •rt'.2 `C U- to ��Y.f7vW�0Yrs/ ~• ` « 1 0 _i O o nn}oo gio n opO 3 �� g 47 0Z rl u:o� oco 0 QIVP O °ad�eo H �Z' d N O F- o O $� 6. rve. 4 N p Zd O Do oL- ° o 4 �y W LL I W W r D-oc : DD �o c 3 c+3 �•�: U s N NF+ -• wCOONG t c ^o cs i��� ~ r c� ooc F o u c+cme m a ` . 1 :. o IWILQ Q W n+O. L 4•-C n t OD 9 '�D �' % ! 4 F-pp 0 C� o T D c+ ._ _ O -O v`'7i7I ?a°�� W S 4, I p~{Za.. cn Pao", 0 o u}o L T p a v 11 to 4 L;E O D-O O o O o O+ c o un « n O + -EE 06 C C J n O•-C N g yl-40c OU co .- o � DYO.L c o Zoo N ODYY°b O NO�V T 4 p4m Y i C b W-O«YD 0. !a ♦ A. o -a0 O4Y• C o •n` •MO o So OO..L P c Y U Y Y O N v, G U+c o •- DO O -O +n O Y. n C V L O ±-g° U to. -c a °oNro o4 cN + U ° OYL O,c u 4 4 O Z L DYy ppO c •c N CC p N j L]L C 4 O Y d 0 4 n °n O` O V+ 30 Q E 2 p P 4 •O+OiO NON a -4 D + O+ N-_CJ �� UO o O+ « Ot ML TL T+ C O 01 V n0Y z x pip L M O O p Io O O V o C 8 ly � a z — N n v N In 6 OW^ K ax- ow - - 0v) a= J Q o O V f 3 O/—y 3 1 cn v)Q O J o I z-- a I i 0 o ► ��__ ZZ I' _00 x 4Dc T x C x o V L b n �p UL N x c O u O 7 n «�n D P W 1 L) Y L + - om> J o po° 0. n C O x L 4 Y V Z p - ^ Z -p o U- —o U a`D .�XNpn « a N � N N r \ 0 Z O Z LJ J N W O v) V T Q •� Z n N 0 Z O X N R d N O X O O r O ,x n W a N 1C`D N wvw mw N N. W J F CD 4�V N N M a C Z G c� z Z r m W = s = O rygiy� �m N og o O 0 d Z iL r o cc a4 � m Jl w U- ¢ Q w 4 �O Q O O dyy7J�j p0.oQ� H Z b O Q 4 a and F g + a°vm 5 40 z .rt 0 r mo t a ooO f T\ 39,o a S Y Al WS ° / m r= N „1 °o a° � r _ M Z W +[r d' W_O >< K W V 2 O r J � mr a pd_ 0o a° o o _ so 2 s O F % ' / / o wx w� Illllli P Y V O r J cA m O ta a .laDl aa$ O _ O J € oW S N Q < W CO O o '- 11 1I V• D p 1 1 i t W m_ 11 11 i r P� `^ t _ g o - += o 9 iDN OUD 41=1 aag i fd ------ -------- W 11 11 I I r a 11 11 11 m - N e m null _ a., t t k� .iiE i r T --------------10, N Z. .IODj ..S 9 aiDN PuD al 1 aa5 + c �o N C> m I m z CO pL"m d J Y �•. O 0 Z " F Z aZ N !� ° : o 0 oc'Gao may✓ 8 �m 511 y0 0...7 o O m w+D 9 .«)n " Ivja , ^•' �O d H � W a �' Q O 4 ° V) s �.. n a �' 0 O.c at do w F a a p LL d d Ul «a+ u Y o" ti+ 1�. a ��',' r 5' 4!:FW. cd .a at D+ pd !f kJrV a p0. 41 o ° d ��N Z b 0Q 92W C!Qn�.� h 0 L Y m - d p q O 06 O[ C E - G r Ov10 O U„O� �m DX% n -m v-10 -« ° i°- o° o+o° o« o _ `ss ` C ,ca u 0 +c O m f Do (� J♦ D +V w O .-7+CO -O L q yI -° 0 9DO V 7n- J C CG P ~ O 64C n - yv#> O D w p b - V � Q.0 U w 0^^ E O cc E O n r + L- y m - m - -Y e m W w o e n d :r: 010 O van. d mVt m c«� p N 8% o O^-o o coc Tl- -- ------- , N a 9 C it Y .Yh02 v •,C-,S in L 0 e = m e1 m a � it II 11 0 v O � 1. a pp Y t m a 1 1 alr _ I N� o J O_ O "at ..2 ZLI m - a u II 1 m II 11 I W ” .XN't N < O r 4 0' ¢ ---'- O mo fl O� x ? WJ I 111 4 — — 1 W.x O 1 III �_ Z¢ IXYMI ,.Z- OW V~ on,p>srq>uu'"rD>Y q�l «r rw LOOP NUMBERING SYSTEM LOOP RETURN NUMBERING SYSTEM RETURN CABLE TO HAVE SAME MARKING AS THE FIRST LOOP CONNECTED TO IT. iwr 23 EXAMPLE: # LOOP NUMBER (PHASE COUNTING FROM 11 12 NUMBER) STOP BAR BACK AND FROM INSIDE LANE TO OUTSIDE RETURN CABLE #11 LANE rr 864 #2 06 863 LOOP 862 #1 DETECTOR �r 861 _ 852 05 LOOP 851 DETECTOR #2 846 N.B. 44 43 845 #3 04 43 844 S.B. LOOP ' 843 #2 CALL DETECTOR 842 S.B. #1 41 841 #1 Ln CALL n821DETECTOR OOP 42 41 21 04 22 #2 02 dw to 21 05 irr 51 52 63 61 06 Ln 64 62 04 EACH PAIR OF LOOP WIRES AND EACH LOOP RETURN 45 46 irr CABLE SHALL BE TAGGED IN EACH JUNCTION BOX WITH A DURABLE, MOISTURE RESISTANT TAG APPROVED 47 48 BY THE ENGINEER +� 1#3 49 41 rrs DETECTOR NUMBERING SYSTEM ADOPTED CITY OF RENTON - _ STANDARD PLANS LST DATE.04/04 DATE REVISION BY JAPPR'Dl DWG NAME. !034 SP PAUE:J034 + s w w amr w J.B. J Ll- o = NQQ L_ U J.B. TRAFFIC FLOW .r o J U U � \ LL O N Q J 4m Li TRAFFIC ~ J.B. v FLOW o L� o J Q J _ LL L U N THREE LAYER VINYL ELEC. TAPE & PROTECTIVE COATING (SCOTCHKOTE) Ref: ITE TRAFFIC DETECTOR 1/2" FIELD MANUAL, 1985 LEAD-IN CABLE 2/C SHLD. LOOP WIRES > METAL TAPE OR SHIELD COMPRESSION AND 4m SOLDER CONNECTION TWO LAYERS OF SPLICING COMPOUND TAPE & ONE LAYER OF FRICTION TAPE w INDUCTION LOOP WIRING AND LOOP SPLICING DETAILS C ADOPTED CITY OF RENTON w STANDARD PLANS LST DATE 04/04 DATE REVISION BY PPW DWG. NAME .038 SP PAGF: J038 --